Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
22-138
Resolution No. 22-138 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ENGINEERING ENTERPRISES, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE COMPREHENSIVE WATER AND SEWER MASTER PLAN BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with Engineering Enterprises, Inc., for professional services in connection with the comprehensive water and sewer master plan, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: August 10, 2022 Passed: August 10, 2022 Omnibus Vote: Yeas: 8 Nays: 0 Recorded: August 10, 2022 Published: August 10, 2022 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk 7/29- /20 AGREEMENT THIS AGREEMENT is made and entered into this 10 day of August , 20 22 , by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY")and ENGINEERING ENTERPRISES,INC.,an Illinois Corporation(hereinafter referred to as"ENGINEER'). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the COMPREHENSIVE WATER AND SEWER MASTER PLAN (hereinafter referred to as the PROJECT);and WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Water Director of the CITY,herein after referred to as the"DIRECTOR". B. The ENGINEER shall furnish professional engineering services for the PROJECT including but not limited to Water Works System and Sewer System planning services. C. A detailed Scope of Services to be provided by the ENGINEER is attached hereto as Attachment A and incorporated into this Agreement by this reference. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. B. Detailed project schedules for the Project are included as Attachment B-1 and B-2, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. - 1 - 7/29-7/20 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including, but not limited to, reports,plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER A. The CITY shall reimburse the ENGINEER for services under this Agreement a lump sum of One Million Three Hundred Thirty Nine Six Hundred Fifty Eight Dollars($1,339,658),regardless of actual Costs incurred by the ENGINEER unless substantial modifications to the project are authorized in writing by the DIRECTOR, and approved by way of written amendment to this Agreement executed by the parties. Attachments C-1 and C-2 provide a summary of the level of effort and associated cost for the scope of services for the project. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. C. All costs and expenses incurred by the ENGINEER in connection with the services under this Agreement are included within the total lump sum amounts provided for in Section 4A above. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. -2- �i /20 Payment Schedule Estimated Estimated Estimated Invoice Percent Value of Work Invoice Date Complete Complete Value 8/31/2022 8% $ 107,172.64 $ 107,172.64 9/30/2022 20% $ 267,931.60 $ 160,758.96 10/31/2022 25% $ 334,914.50 $ 66,982.90 11/30/2022 30% $ 401,897.40 $ 66,982.90 12/31/2022 35% $ 468,880.30 $ 66,982.90 1/31/2023 40% $ 535,863.20 $ 66,982.90 2/28/2023 45% $ 602,846.10 $ 66,982.90 3/31/2023 50% $ 669,829.00 $ 66,982.90 4/30/2023 55% $ 736,811.90 $ 66,982.90 5/31/2023 60% $ 803,794.80 $ 66,982.90 6/30/2023 65% $ 870,777.70 $ 66,982.90 7/31/2023 70% $ 937,760.60 $ 66,982.90 8/31/2023 75% $ 1,004,743.50 $ 66,982.90 9/30/2023 80% $ 1,071,726.40 $ 66,982.90 10/31/2023 85% $ 1,138,709.30 $ 66,982.90 11/30/2023 90% $ 1,205,692.20 $ 66,982.90 12/31/2023 95% $ 1,272,675.10 $ 66,982.90 1/31/2024 100% $ 1,339,658.00 $ 66,982.90 Total: $ 1,339,658.00 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Section 4 above. - 3 - 7/29-7/20 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Section 6, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative,contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement,with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to Paragraph 4 hereof, no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement,and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including,but not limited to, the Local Government Prompt Payment Act(50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. The provisions of this paragraph shall survive any expiration,completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY,its officers,employees,agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other -4- 7/2°a-/20 relief,including but not limited to workers compensation claims,in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify,defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement,the following types and amounts of insurance: A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least$1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification"shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. - 5 - 7/29a/20 D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin,marital status, of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race,color,creed,national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation,termination or suspension, in whole or in part,of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto;provided, however,that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY . with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no -6- 7/29-7/20 assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that,if any paragraph, sub-paragraph,phrase,clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of'the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed,modified,discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. -7- 7/29�/20 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 U CS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by.Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement,ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this agreement. - 8 - 7/29-7/20 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid, addressed as follows: A. As to CITY: Eric Weiss Water Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Jeffrey W. Freeman,P.E., CFM,LEED AP Chief Executive Officer Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois 60554 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work,and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all -9- 7/29-/20 costs associated with any such audit. 30. EXECUTION This agreement may be executed in counterparts,each of which shall be an original and all of which shall constitute one and the same agreement. For the purposes of executing this agreement, any signed copy of this agreement transmitted by fax machine or e-mail shall be treated in all manners and respects as an original document. The signature of any party on a copy of this agreement transmitted by fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e- mailed copy of this agreement shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e-mail copy of this agreement shall be re-executed by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such defense. IN WITNESS WHEREOF, the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: B7; _W City Manager ame/ in .Je y W.Freeman,P.E.,CFM,LEED AP Title: Chief Executive Officer A est• City Clerk - 10 - Exhibit A—Scope of Services Page 1 of 8 ATTACHMENT A SCOPE OF SERVICES COMPREHENSIVE WATER AND SEWER MASTER PLANS City of Elgin, IL The City of Elgin Utilities Department has identified the need to develop master plans for their Water Works System, as well as their Sewer System. The proposed integrated Comprehensive Water and Sewer Master Plans will be developed on parallel paths, and the improvements within each master plan will be developed in concert with each other. The two plans also will coordinate with the Public Services Department to identify roadway improvement projects in the areas where water and sewer infrastructure improvements are proposed. The integrated master planning efforts will develop near and long-term capital improvement plans for the City with the goal of optimizing project phasing to provide cost-effective sequential solutions. Gompreriensive Water iyiastel` Flan Building on the work of project team members for the City's Comprehensive Water Master Plan — 2011, the project team will reevaluate the Water Works System based on the current state of the City. The analysis of current and future population, water demands and exported water customers will be included in the analysis. The supply, treatment, storage and distribution components of the City's Water Works System will be evaluated and then improvements for each component will be defined throughout the planning period. Improvements needed for Water Works System expansion into undeveloped portions of the City's planning boundary also will be defined. The project team's proposed scope of service work items for the Comprehensive Water Master Plan are as follows: Task 1 — Project Management and Project Facilitation 1.1 Project Administration 1.2 Project Initiation & Progress Meetings (a total of up to six project meetings are budgeted) • Project Initiation Meeting • Progress Meeting - Background Info & Source Water Assessment (Wells) • Progress Meeting - WTP & Storage Analysis • Progress Meeting - Distribution System Modeling & Source Water Assessment (Fox River) • Progress Meeting - Water Main Replacement and LSLR Planning • Progress Meeting - Phasing & Implementation & Presentation Review 1.3 Meeting With City of Elgin Community Development Department 1.4 Effective Utility Management (EUM) Workshop • Project Kick-off Meeting and Mobilization • EUM Workshop and Strategic Intent Definition • EUM Prioritization Surveys • Preliminary Findings Briefing Task 2 — Background Information &Water Demand Projections 2.1 Inventory Existing Facilities & Maintenance Schedule Matrix • Site Visits Exhibit A — Scope of Services Page 2 of 8 • Well Characteristics and Condition Summary • WTPs Characteristics and Condition Summary • BPS Characteristics and Condition Summary • Storage Characteristics and Condition Summary • Prepare Maintenance Schedule Matrix 2.2 Water Quality Review • Update Well Water Quality Data Table • Update River Water Quality Data Table • Update WTP Finished Water Summary Table 2.3 Confirm Present & Future Service Area & Population 2.4 Review Historical Water Use Data • Summarize Water Use From 2012 - 2021 • Summarize Water Consumption By Class • Summarize Seasonal Water Use 2.5 Develop Current Trends Water Use Projections 2.6 Define Water Conservation Objectives & LRI Water Use Projection 2.7 Conduct Water Audit & Develop NRW Reduction Strategies Summary Table 2.8 Regulatory Review 2.9 Conduct Needs Assessment Calculations Task 3 —Source Water Assessment and Impacts of Dam Removal (Fox River) 3.1 Review Fox River Intake Study 3.2 Field Studies • Expanded Bathymetric Survey • Soil Borings • Lincoln/Lovell Saddle/Rock Shelf Characterization 3.3 Hydraulic Analysis • Bendway Weir Analysis • Collector Well Analysis • Intake Pipe Extension (up to 1,300 feet south/southeast of current intake location) 3.4 Permitting and Constructability Analysis • Identify Permitting Needs and Constructability For Each Alternative • Coordination with Permitting Authorities 3.5 Reporting/Presentations 3.6 Integrate Source Water Protection Plan (Fox River) Strategies 3.7 Level V Opinion of Probable Construction Costs of Three Alternatives • Bendway Weir Alternative • Collector Well Alternative • Intake Pipe Extension Alternative Task 4—Source Water Assesment (Cambrian-Ordovician Aquifer) 4.1 Integrate Well Management Plan Strategies 4.2 Assess Maximum Capacity of Slade Avenue Well Field 4.3 Evaluate New Well Locations 4.4 Evaluate Well Operational Approach 4.5 Level V OPCC for Well Improvements Exhibit A —Scope of Services Page 3 of 8 Task 5—Water Treatment Plants Capacity & Expansion Evaluation 5.1 Evaluate Unit Process & Total Treatment Capacities @ WTPs 5.2 Conduct High Level Unit Process Operational Analysis of WTPs 5.3 PFAS Treatment Analysis (Evaluate PAC & GAC Supply and Depth) 5.4 Riverside Taste & Odor Treatment Options Review (Carbon, Ozone & UV-AOP) 5.5 Integrate Outcomes of Corrosion Control Study 5.6 Level V OPCC for Treatment System Improvements Task 6 —Water Transmission & Distribution System Planning 6.1 Review & Update Existing Water Works System Model • Data Collection • Model Updates and Checks • Demand Updates, Including Future Growth • Model Verification and Adjustments • Verify West Pressure Zone Within Model • Results Reporting 6.2 Convert Model To Extended Period Simulation • Data Collection • SCADA Data Analysis • Update Demand Scenario (with diurnal patterns) • Adjust Pump Controls Based on Duty Tables • Model Calibration (via fine-tuning pump controls) • Results Reporting, Figure Creation 6.3 Evaluate Strength & Capacity of the Existing System • Develop and run Various Existing Model Scenarios (avg day, max day, peak hour, max day + FF, water age) • Run Future Model Scenarios, Including 2011 Proposed Upgrades • Develop and Run Proposed Modifications to Existing System • Results Reporting 6.4 Review Model With City Staff • Meeting Preparation • Meeting with City Staff 6.5 Proposed Modifications to Existing System 6.6 Develop Priority Based Water Main Replacement Program; Subtasks: • Summarize WM Characteristics By Size, Material and Construction Decade • Develop Evaluation Matrix • Coordinate With Urban GIS On GIS Analysis • Develop Summary Exhibits 6.7 Define Lead Service Line Replacement Long Term Program • Develop Program Based on Census Tracts and Balancing East and West Side of River • Consider High-Risk Facilities (preschools, day cares, parks, playgrounds, clinics, etc.) • Coordinate with Public Services on Upcoming Road Projects • Conduct Workshop to Review Plan and Define Measures to Encourage Diversity Hiring in the Workforce 6.8 Integrate Recommendations from 2017 Distribution System Pressure Study 6.9 Level V OPCC For Transmission and Distribution System Improvements Exhibit A — Scope of Services Page 4 of 8 Task 7—Storage Analysis 7.1 Reevaluate Proposed Storage Locations In West Pressure Zone 7.2 Level V OPCC For Storage Improvements Task 8 — Phasing and Implementation Plan 8.1 Review Near Future Road Program 8.2 Prepare Phasing & Implementation Plan in Tabular Form 8.3 Prepare Phasing & Implementation Plan in GIS 8.4 Quantify Capital Cost Savings With Alternative Conservation Initiatives Task 9 — Presentation, Executive Summary & Report of Findings 9.1 Prepare and Conduct Preliminary City Council Presentation 9.2 Prepare Executive Summary 9.3 Develop Draft Report & Submit To City Staff For Review 9.4 Prepare and Conduct Final City Council Presentation 9.5 Finalize Report & Submit To City The following scope of services will be provided by subconsultants: • Stantec— Source Water Assessment (Fox River) & Water Works System Modeling • Layne — Collector Well Evaluation • Rubino Engineering Inc. — Soil Borings & Probing • American Engineering and Surveying — Bathymetric Surveying • Urban GIS —GIS Based Maps & Exhibits & Priority Based Water Main Replacement Program • Waterwell LLC — Effective Utility Management Facilitation, Water Conservation Objectives & Presentations The Comprehensive Water Master Plan scope of services excludes the following: • Attendance at City Council Meetings Other Than the Two Presentation Meetings Defined • Topographic Surveys • Preliminary or Final Design • Permit Application Development Comprehensive Sewer Master Plan The City has a current effective Combined Sewer Overflow Long Term Control Plan (CSO LTCP) prepared January 2012. Since the adoption of the plan, the City has been implementing projects within its CSO basins, which has primarily included sewer separation projects to reduce storm sewer flows from entering into the combined sewers and existing sewer lining to minimize groundwater and rainwater induced infiltration and inflow from entering into the combined sewer systems. The City has also installed "smart meters" at each of its CSO diversion structure to monitor CSO events. The purpose of the Combined Sewer Master Plan is to assess the current state of all the CSO basins, update the existing system Hydrologic and Hydraulic Models (including improvements made in each of the basins based on as-built plans and limited field survey), prepare alternative analysis to achieve the intent of the CSO LTCP to the extent practical, and prepare a prioritized implementation plan of future improvements. The prioritized Exhibit A —Scope of Services Page 5 of 8 improvements and implementation plan shall be integrated with the Comprehensive Water Master Plan. As noted previously, the two plans also will coordinate with the Public Services Department to identify roadway improvement projects in the areas where water and sewer infrastructure improvements are proposed. The following CSO Basins are included. The Basin ID correspond to that identified in Figure 1-3 of the CSO LTCP: • Mill Street Basin (001) • Highland Avenue Basin (002) • Chicago Street Basin (002A) • Locust Street Basin (003) • Lord Street Basin (004) • Walnut Street Basin (005) • Wellington Avenue Basin (007) • National Street Basin (008) • Lake Street Basin (009) • Prairie Street Basin (010) • Villa Street Basin (011) • Douglas Avenue Basin (016) Bluff City Basin (006), Dundee Avenue Basin (015) and Grove Avenue Basin (017) have been previously separated and do not require additional investigations. There are no Basin ID 012, 013, 014. The project team's proposed scope of service work items for the Comprehensive Sewer Master Plan are as follows: Task 1 — Project Management and Project Facilitation 1.1 Project Administration 1.2 Project Initiation & Progress Meetings (a total of up to 6 meetings are budgeted) 1.3 Quality Control Task 2— Background Information 2.1 Obtain City's GIS Atlas and database (sanitary, storm, combined, water) 2.2 Obtain/compile existing available models for CSO Basins (13 outfalls) completed by others, if applicable. This will include any modeling completed as part of the improvements completed since the CSO LTCP. 2.3 Obtain/compile plans for previously completed sewer separation projects 2.4 Obtain/compile available planning level studies/exhibits for CSO basins 2.5 Obtain/compile smart meters data for all CSO's for calibration 2.6 Obtain/compile available flow monitoring data 2.7 Obtain/compile previously completed sewer lining data 2.8 Obtain available data for sewer backups 2.9 Obtain available data/locations for surface flooding 2.10 Obtain City's comprehensive plan for future development areas 2.11 Obtain available data on sanitary system (trunk data, lift stations). This data is limited to that necessary to complete Task 6.1 below. Exhibit A—Scope of Services Page 6 of 8 Task 3 — Data Gap Analysis and Data Collection 3.1 Review data obtained in Task 2 above 3.2 Stich and adjust existing models based on best available data 3.3 Identify data gaps critical to developing Sewer Separation Strategy 3.4 Prepare summary of data gap analysis 3.5 Allowance for field review/limited survey — Review data gaps and recommendations with City. Supplement data gap by utilizing survey budget allowance. An allowance for field review/limited survey, in the amount of$30,000 has been included in the budget. Upon City's approval, this allowance budget may be utilized for field review and/or field survey to obtain and/or verify critical data needs. Field survey work will be performed by subconsultant American Surveying and Engineering (ASE). 3.6 Allowance for smoke and dye testing —An allowance for smoke and dye testing, in the amount of$30,000 has been included in the budget. Upon city's approval, this allowance may be utilized for limited smoke and dye testing to assist in calibration of the existing conditions model in Task 4 below and/or to confirm potential connections to the combined sewers for alternative analysis purposes. Task 4— Existing Conditions H&H Models Combined Sewers 4.1 Update models based on data collection in Task 3 above 4.2 Add intersection level hydrology to CSO Basin models 4.3 Calibrate models (to extent practical) to CSO smart meters data. Review model updates and calibration with City. Task 5—Alternative Analysis (Combined Sewer Separation) 5.1 Alternate 1 -- identify improvements to achieve level of separation to meet CSO LTCP 5.2 Alternate 2 - identify additional improvements to achieve full separation 5.3 Preliminary field review of alternates for feasibility 5.4 Alternate 1 Concept Level EOPC 5.5 Alternate 2 Concept level EOPC 5.6 Prepare alternate exhibits 5.7 Review alternative analysis with City and select Preferred Alternate Task 6 — Future Development Needs Analysis 6.1 Allowance for future development needs analysis — Sanitary sewer system capacity analysis for meeting future development needs. This task will utilize available sanitary sewer system information, to be provided by the City, to determine if the existing sanitary sewer system main trunk line at the potential connection points to the discharge outfall (pump station and/or the treatment plant) has any reserve capacity to meet future development needs. This will be based on utilizing City provided information for future development and land use data. The analysis will be based on an excel spreadsheet computation of the existing sanitary sewer system capacity based on its size, inverts, dry weather flows and estimated infiltration/Inflow flows. The existing dry weather flows to the sewer system will be estimated based on sewershed area delineations and making an estimate of Population Equivalent (PE) tributary to the sewer system. A brief technical memorandum will be provided to summarize the analysis and summary. The scope does not include making recommendations to address any capacity limitations. Exhibit A —Scope of Services Page 7 of 8 Task 7 — Phasing Plan, EOPC and Prioritization/Implementation Plan (Combined Sewer Separation) 7.1 Review of City's water system improvements needs developed as part of the Water Master Plan 7.2 Review of City's planned road program as coordinated with the Public Services Department 7.3 Prepare draft phasing plan in concert with the overall Master Plan 7.4 Prepare concept level EOPC for the phasing plan 7.5 Adjust phasing plan to identify projects (approximately $2.5M construction budget) 7.6 Prepare alternate exhibits 7.7 Prepare draft prioritization plan 7.8 Prepare final prioritization plan 7.9 Prepare phasing and prioritization exhibits 7.10 Prepare phasing & prioritization plan in tabular form Task 8 — Presentation, Executive Summary & Report of Findings 8.1 Prepare and Conduct Preliminary City Council Presentation 8.2 Prepare Executive Summary 8.3 Develop Draft Report & Submit To City Staff For Review 8.4 Prepare and Conduct Final City Council Presentation 8.5 Finalize Report & Submit To City HR Green will lead the Comprehensive Sewer Master Plan. The following scope of services will be provided by subconsultants: • American Surveying and Engineering — Surveying • Urban GIS —GIS Based Maps & Exhibits • Sewer Assessment Services, LLC— Smoke & Dye Testing The Comprehensive Sewer Master Plan scope of services excludes the following: • Condition assessment of the existing combined sewer system. It is assumed that all existing combined sewer system will be lined. • Capacity and condition assessment of the existing lift stations • Smoke or dye testing • Drainage investigations outside of the CSO Basins • Detailed survey of the existing CSO system other than that identified as being critical in the data gap analysis and beyond the budgetary allowance • Preliminary or final engineering plans • Public Information meetings • Permitting or other stakeholder/regulatory agency coordination • Sewer system needs analysis to serve future developments. ADDITIONAL SERVICES The above scope summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope, shall be considered outside the scope of the agreement and will be billed in accordance with the Exhibit A —Scope of Services Page 8 of 8 project team members current Standard Schedule of Charges. No such additional services shall be performed unless authorized pursuant to a written amendment to this Agreement entered into and executed by the parties. ELGIN �F F,T.IN.�E s�e�aas • -®oomm�m_MENEMoOEM om�mm om one m eoo�©owm mommmomm©`m-�n©o�mmm'mo m©nm onomo©o omoL'm© ® ■■■■■■■■■■SEE No ■■■■■■■■■■■■■■■■■■■■■■■■■■w■■■■■■■.............................. No m ■ EE ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ IRS ■w..........■■■■■�■■..■.........■■■■■.....■.■■■.■..■..■................■ NEE �m ..'.. mmmmmommommm....i�iiiii■■iiiiiiiiiiiiiiiiiiiiiiiiii■■■■■iiiiion m ............................... ■........■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■ MSN 0.-BOUNCE Wiiffl 0.55E 55 N.I rvl•A NOg00VIc10.N A..:11 ■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■.............................. ■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■ No ■■■■■■■■■■■■■■■■■■■■■■■■■■■ MfN f-WRTEN MMlIMNT Vl0.NTf C0.F0.CITY i FNV0.Nf1UH I vAi�iA'I•lry MOM Mason IBM Emommommm■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■ Tif N 9-MFSB1T111NN1,ERCN W E suYMMY i wMNf of f NOINc 5 ■■■■■■■■■■■■■■■■■■■■■■............ ME ME No ■ .■...■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■..■■...........................................■ .. .....■ ........................................................................ im �ELGIN THE CI1T Iry THE SUEIURBS' w®oommmammmommmm ummmnmmm nommmommmommmommmonmmm nmmmummmmommmnmmm nommm nmmmommo TASK' PRO-T MANAGEMENT 4 PROJECT FACILITATION MEN tea• �������������������������������������������������������������������������� iA5%1-RACLOROUND INFORMATION ON 121 NORSEMEN MEN E�•" �� ����������������������������������������������������������������������� SN l-DATA GAP ANALYSIS AND DATA COLLECTION MEMBER mWIN MMOMMMENNO MIN E3� SERUM MMOMMINCS11311 TASK a F%It IINc.<ONDIiIONs IIA II MOUfIS<OMRINED SfW[RS I A1%5-AL IEPNA IIVE ANAlY1151c UMBIN ED SE mSEE m TASK6 FUTURE DEVELOPMENTS NEED ANALYSIS m i. ������������������■ a E[M..i:a������������������������������������������������ )PHA SINF.PI AN.FDPC.AN D PRIORITIZATION/IMPLEMENTATION PLAN I(OMRINf16111 lu I PCxaIInN1 � ��������������������w���������������������� ■�������������������������� m ■�������������������MONSOON ROME SOMMERS IAI oRF5FN1 ATION.6HCVIME611MMMY L RFPnRi OF FINDINGS ATTACHMENT C-1:ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST —FESSIONAL ENGINEERING SERVICES .—T —A. ..T T I—I—N MT [Ito ...—ATION 0 Ellin N NM fi - 7 71� ........... 22 R I 21 T- 32 TASK3 SDURCE—TER ASSESSMENT AND IMPACTS OF DAM REMOVAL(FOX RIVEfk) 2 1 12 -1. 1 n 157 2 IF 11514 SOIRC—ATERA—SIKIENTICAMBRIAN RDCVICIAN AQUIFER) 2! 4 M I—oacna R—1- 2 2 I XSNIX 2! 11 Ve EPA .n.,..n.o..f,.am Ke of K f «ff - WI Y 4- ',. _ - •. •,..� - .. FT K! f fNG u.iy L wiei-+9e.i�.u.- fuf o[f 71 aco> fp fnin �N� Z.[y I am 14 Ml —,.Now ol