HomeMy WebLinkAbout24-35 Resolution No. 24-35
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH ENGINEERING
ENTERPRISES, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE
REHABILITATION OF WELLS 1A, 2A, 3A AND 3
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 rehabilitation of
Wells IA, 2A, 3A and 3, a copy of which is attached hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: February 28, 2024
Adopted: February 28, 2024
Omnibus Vote: Yeas: 7 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 28th day of February , 20 24 , 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 WELLS IA, 2A, 3A, AND 3 REHABILITATION (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 design engineering 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. A project schedule for the Project is included as Attachment B,attached hereto and
incorporated into this Agreement by this reference. Progress will be recorded on
the project schedule and submitted monthly as a component of the Status Report
described in C below.
B. 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 -
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 Ninety-Seven Thousand Nine Hundred Eight Dollars ($97,908),
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.
Attachment C provides a summary of the level of effort and associated cost for the
scope of services for the project.
B. 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.
C. 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-
Payment Schedule
ESTIMATED
ESTIMATED% ESTIMATED VALUE OF
INVOICE DATE WORK
COMPLETE INVOICE VALUE
COMPLETE
(CUMULATIVE)
3/15/2024 8.00% $7,833 $7,833
4/15/2024 8.00% $7,833 $15,665
5/15/2024 8.00% $7,833 $23,498
6/15/2024 8.00% $7,833 $31,331
7/15/2024 7.00% $6,854 $38,184
8/15/2024 6.00% $5,874 $44,059
9/15/2024 7.00% $6,854 $50,912
10/15/2024 6.00% $5,874 $56,787
11/15/2024 7.00% $6,854 $63,640
12/15/2024 6.00% $5,874 $69,515
1/15/2025 7.00% $6,854 $76,368
2/15/2025 6.00% $5,874 $82,243
3/15/2025 8.00% $7,833 $90,075
4/15/2025 8.00% $7,833 $97,908
Total 100% $97,908
5. INVOICES
A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress
reports(2B 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. 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 seg.), 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.
-4-
I 0. 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
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. 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.
-5 -
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.
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, 1'ECHNIQUES, SEOUENCESt
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/AFFIRMATIVE ACTION
The ENGINEER will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, national origin, age, ancestry, order of protection
status, familial status, marital status, physical or mental disability, military status, sexual
orientation,or unfavorable discharge from military service which would not interfere with
the efficient performance of the job in question. ENGINEER shall take affirmative action
to comply with the provisions of Elgin Municipal Code Section 5.02.040 and will require
any subcontractor to submit to the City a written commitment to comply with those
provisions. ENGINEER shall distribute copies of this commitment to all persons who
participate in recruitment, screening, referral and selection of job applicants and
perspective subcontractors. ENGINEER agrees that the provisions of Section 5.02040 of
the Elgin Municipal Code, 1976,as amended,is hereby incorporated by reference,as if set
out verbatim.
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
race, color, religion, sex, national origin, age, ancestry, order of protection status, familial
status, marital status, physical or mental disability, military status, sexual orientation, or
unfavorable discharge from military service.
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.
-6-
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
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 agree 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 constitute 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
-7-
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.
23. COOPERATION \V ITII 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 ILCS 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.
-8 -
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.
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:
Nora Bertram, P.E.
Water Director
City of Elgin
150 Dexter Court
Elgin, Illinois 60120-5555
B. As to ENGINEER:
Stephen T. Dennison, P.E.
Vice President
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 w i th 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
-9-
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
costs associated with any such audit.
30. COUNTERPART AND 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. This Agreement may
be executed electronically, and any signed copy of this Agreement transmitted by
facsimile machine or email 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 facsimile 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.
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:
tip - By: T
Cith \'lana_ger Name/Print: 'tephen Dennison,P.E.
Title: Vice President
Att •st:
('its Clerk
- 10-
CITY OF ELGIN. IL WATER WELLS NO. 1A,2A,3A.AND 3 REHABILI1Al IONS
Water Wells No. 1A, 2A, 3A, and 3 Rehabilitations
City of Elgin, IL
Professional Services Agreement— Design and Construction Engineering
Attachment A — Scope of Services
The City of Elgin's Wells No. 1A, 2A. 3A, and 3 are currently out of service and they each require
rehabilitation for returning them to service. Well 1A equipment has been removed from the well in a
previous project, with the exception of the motor. This project will include scope to attempt retrieval
of the motor, as well as rehabilitation/replacement of and installation and startup of new pumping
equipment for Well 1A. The scope also includes removal and inspection of existing pumping
equipment, rehabilitation/replacement of pumping equipment, and installation and startup of
new/rehabilitated pumping equipment for Wells 2A, 3A, and 3. The City has requested assistance
with Design and Construction Engineering Services for these Well Rehabilitations. A detailed scope
of work is as follows:
DESIGN ENGINEERING
2.1 Project Management and Administration
• Management of Personnel and the Engineering Contract
• Maximum of One (1) Design Progress Review Meeting with City Staff Prior to Bidding
• Budget Tracking
• Updates at Internal Meetings
• Prepare Monthly Status Reports
2.2 Final Plans, Specifications, and Cost Estimates
• Preparation of 100% Project Manual. Project Manual Shall Include Bidding Documents with
Base Bid Schedule and Mandatory Alternate Bid Schedule (for each Well), General
Conditions, Well Schematics, Special Provisions, and Exhibits and Appendices
• Analyze Pump Design Operation Point (for each well) and Prepare Recommendations for
Pump Sizing and Pump Setting Depth
• Review Well Packer Options with City and Include in Well Packers in Project Manual. if
Directed by City
• Preparation of Engineer's Opinion of Probable Construction Cost
• Internal QA/QC
2.3 Bidding Assistance and Coordination
• Bidding Coordination with City
• Respond to Contractor RFI Questions and Prepare Addenda
CONSTRUCTION ENGINEERING
3.1 Project Management and Monthly Status Reports
• Management of Personnel and the Engineering Contract
• Budget Tracking
• Updates at Internal Meetings
• Prepare Monthly Status Reports
3.2 Preconstruction and Progress Meetings to Inspect Equipment and Review Rehabilitation
Options (Including Internal Meetings)
• One Preconstruction Meeting with City Staff and Contractor
■ ifIIIP
PAGE 1
WATER WELLS NO 1A,2A.3A,AND 3 REHABILI1ATIONS
• Maximum of Three (3) Meetings with City Staff and Contractor to Inspect Well Equipment and
Review Equipment Inspection Reports and Recommendations
3.3 Pay Application Reviews (Max. of 8) and Change Orders (Max. of 3)
• Review and Process Contractor's Pay Applications (Maximum of 8) and Change Orders
(Maximum of 3)
• Prepare Change Orders related to post-well inspection rehabilitation recommendations (if
needed)
3.4 Construction Coordination with City and Contractor
• Coordination with City and Contractor on Construction Details, Schedule, and Status
• Review and Respond to RFIs
• Correspondence Regarding Well Rehabilitation Recommendations and Observations
• Construction Closeout Documentation Coordination and Review, Including Pump Testing
Reports and Pump Installation Plans
3.5 Construction Observation (Part-Time) and Documentation —All 4 Wells
• Part-Time Onsite Observation and Documentation During Removal and Reinstallation of
Pumping Equipment, and Startup and Testing of the Well (All 4 Wells)
• Review Televising Survey of each Well
• Field Report Documentation
OPTIONAL SCOPE ITEMS
A.1 IEPA Construction Permit Applications
• Prepare and Submit Construction Permit Application to IEPA (for each Well)
• Permitting Coordination with IEPA
• To be completed only if required (if changes occur to well design pumping conditions, depth
of setting, or other well conditions during the course of design and construction that
necessitate obtaining an IEPA construction permit)
ASSUMPTIONS
The above scope of services includes the following assumptions:
• Assumes one Project Manual, Bid, and Construction Contract for all Well Rehabilitations.
• Assumes City coordinating Ad for Bids and Contracting.
• Does not include Pre-Bid Meeting assistance, attendance at Bid Opening, or Preparation of
Bid Tabulation
• Does Not Include Operating Permits (by City) or any other Permitting.
• Does not include modifications to well electrical or controls equipment, or for well discharge
piping and raw water main.
• Does not include site improvements or surveying
The above scope for "Water Well No. 1A, 2A, 3A, and 3 Rehabilitations" 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 base contract
and will be billed in accordance with the Standard Schedule of Charges.
PAGE 2
ATTACHMENT B:ESTIMATED SCHEDULE
I
CLIENT PROJECT NUMBER
City of Elgin EG2309
PROJECT TITLE _ DATE PREPARED BY
Wells 1A,2A,3A,and 3 Rehabilitations MEM CRW.CCB
. TASK DESCRIPTION 2024 Millal
,,JAN FEB MAR APR MAY JUNE JULY AUG SEPT OCT NOV DEC JAN FEB MAR APR
®Project Mana•ement and Administration -_ _-.=11MMI=EMMIIMM�
®Final Plans.S•ecdications.and Estimates 1111111=1111. 1=11111MEIMIIM.11. 1
®Biddin.Services _ ____ ___ _ ___
CONSTRUCTION ENGINEERING
®Project Mana.ement and Month Status Resorts ___ _=1111 =11111111_ 111111111 =11MINN
®Preconstruction and Pro.ress Meetin•s to Ins.ect E.ui.ment and Review Rehabilitation 0.tions Includin.Internal Meetin.s __ __ _MIII _IMIMMIll MIIIIIIII�
®Pa ...ication Reviews Max.of 8 and Cha .e Orders(Max.of 3) _ _ __ _ ___ __
IEEE Construction Coordination with Ci and Contractor __ ______ ____ _
®Construction Observation Part-Time)and Documentation-All 4 Wells __ __=11MillMilliM_MIMMIMMIII=_
_1
52 Wheeler Road Sugar Grove.IL 60554 Tel:630.466.6700 Fax:630.466.6701 wmAv.eeiweb.com .
ATTACHMENT C:ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST
PROFESSIONAL ENGINEERING SERVICES
CLIENT
City of Elgin
PROJECT TITLE DA l l• PREPARED BY
Water Wells No.1A.2A.3A.and 3 Rehabilitations 1/26/2024 CRW.STD
TASK ROLE PIC SPM '1.1111111111;. SPE 1 PE SPT 1 ADMIN
NO. TASK DESCRIPTION 1.11. 11 CAD HOURS COST
RATE 5246 5241 5210 5186 S168 S164 572
DESIGN ENGINEERING
2.1 .Project Management and Administration 4 - 8 f. 4, - - - 16 S 3.408
2.2 _Final Plans.Specifications.and Estimates n - 32 32 40 8 - 120 S 22.672
2.3 Ridding Assistance and Coordination 2 - 12 16 - 2 - 32 S 6.316
Design Engineering Subtotal: 14 - 52 52 40 10 - 168 $ 32,396
CONSTRUCTION ENGINEERING _
3.1 Project Management and Monthly Status Reports 2 - 10 - . - 12 S 2.592
3.2 Preconstruction and Progress Meetings to Inspect Equipment and Review Rehabilitation Options(Including Internal Meetings) 12 - 12 16 - - - 40 S 8.448
3.3 Pay Application Reviews Max.1 of 8)and Change Orders(Max.of 3) - - 20 44 - - 4 68 $ 12.672
3.4 Construction Coordination with City and Contractor 8 - 24 24 12 - - 68 $ 13.488
3.5 Construction Observation(Part-Time)and Documentation-M 4 Wells - 12 40 80 - - 132 S 23.400
Construction Engineering Subtotal: 22 - 78 124 92 - 4 320 S 60,600
PROJECT TOTAL: I 36 I -I 130 I 176 I 132 I 10 I 4 I -I 488 I 92,996
M.L.4,_eli DIRECT EXPENSES
1.See Attachment A:Scope of Services for Detailed Scope.Assumptions.and Exclusions Mileage S 400
DIRECT EXPENSES= $ 400
LABOR SUMMARY
EEI Labor Expenses= $ 92.996
TOTAL LABOR EXPENSES $ 92,996
TOTAL COST-BASE SCOPE S 93,396
OPTIONAL IEPA CONSTRUCTION PERMIT APPLICATIONS
A.1 IIEPA Construction Permit Applications lit required) I -I -I 8 I 8 I 8[ -I - I I 24 I S 4.512
TOTAL COST BASE PLUS OPT.SCOPE $ 97,908
52 Wheeler Road.Sugar Grove.IL 60554 Tel:630.466.6700 Fax:630.466.6701 www.eeiweb.com
*ft Engineering Enterprises, Inc.
STANDARD SCHEDULE OF CHARGES—JANUARY 1, 2024 50
EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE
Senior Principal E-4 $246.00
Principal E-3 $241.00
Senior Project Manager E-2 $234.00
Project Manager E-1 $210.00
Senior Project Engineer/Surveyor II P-6 $200.00
Senior Project Engineer/Surveyor I P-5 $186.00
Project Engineer/Surveyor P-4 $168.00
Senior Engineer/Surveyor P-3 $155.00
Engineer/Surveyor P-2 $140.00
Associate Engineer/Surveyor P-1 $127.00
Senior Project Technician II T-6 $175.00
Senior Project Technician I T-5 $164.00
Project Technician T-4 $153.00
Senior Technician T-3 $140.00
Technician T-2 $127.00
Associate Technician T-1 $111.00
GIS Technician ll G-2 $125.00
GIS Technician I G-1 $114.00
Engineering/Land Surveying Intern I-1 $ 82.00
Executive Administrative Assistant A-4 $ 77.00
Administrative Assistant A-3 $ 72.00
VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY
Vehicle for Construction Observation $ 20.00
In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White)
$1.00/Sq. Ft. (Color)
Reimbursable Expenses (Direct Costs) Cost
Services by Others (Direct Costs) Cost + 10%
Unmanned Aircraft System / Unmanned Aerial Vehicle/ Drone $ 225.00
Expert Testimony $ 275.00
52 Wheeler Road • Sugar Grove, IL 60554 • Tel:630.466.6700 • Fax:630.466.6701 • www.eeiweb.com