Loading...
95-204 Resolution No. 95-204 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH RUST ENVIRONMENT & INFRASTRUCTURE, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Rust Environment & Infrastructure, Inc. for professional services in connection with the preparation of a Combined Sewer Overflow Permit Compliance Plan, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: September 27 , 1995 Adopted: September 27, 1995 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk Elm r Agenda Item No . September 6, 1995 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Engineering Agreement for Combined Sewer Overflow (CSO) NPDES Permit Compliance Plan PURPOSE This memorandum will provide the Mayor and members of the City Council with information to consider entering into an agreement for professional services with Rust Environmental & Infrastructures, Inc . (REI) for the development, preparation and verification of a CSO, NPDES Permit Compliance Plan, required by the Illinois Environmental Protection Agency ( IEPA) . BACKGROUND On May 17, 1995, the City of Elgin received a permit (CSO-NPDES Permit No. IL0070505) for the operation of our combined sewerage system which includes 13 overflow points on the Fox River. The permit incorporates Special Conditions that must be met by the City, in order. for the permit to remain valid. These Special Conditions reflect the new United States Environmental Protection Agency (USEPA) Combined Sewer Overflow Control Policy. These Special Conditions require that the City actively manage the combined sewer system, that overflows are reduced (if not eliminated) , that the City is using best management practices, and that the City address a number of control criteria identified by IEPA. On June 6, 1995 Requests for Proposals were issued to three engineering-environmental firms . Proposals were received from two firms, Harza Environmental Services and Rust Environmental and Infrastructures . A copy of the issued RFP is attached as Exhibit A. A staff Selection Committee evaluation of the two proposals was conducted on July 12, 1995. The Selection Committee unanimously recommended that Rust Environmental & Infrastructure, Inc. , be selected to provide the permit compliance services . Engineering Agreement for Combined Sewer Overflow September 6, 1995 Page 2 The two proposals received were substantially different in content. The Harza proposal recommended the minimum work required to comply with the requirements of the IEPA permit. The Rust proposal included not only the work required to comply with the IEPA permit requirements, but also work necessary to actively manage, repair, maintain and operate our combined sewer system. Our request for Proposals included the operations and maintenance features which were not addressed by Harza. Exhibit B includes an analysis of the fees submitted by both consultants . The proposed agreement for engineering services with REI in the not-to-exceed amount of $144, 880 is enclosed as Exhibit C. The agreement has been separated into two phases : 1 . Phase I : This work to be performed in 1995/1996 which completes the CSO system characterization work and addresses the basic operations of the combined sewer system. The products of Phase I will complete the initial submission requirements of the IEPA permit. 2 . Phase II : This work accomplishes the training of City personnel in the maintenance and management of the combined sewer system, as well as making final IEPA permit compliance submissions related to the confirmation that the system actual operates as described in the initial operations plan. This work will be done in 1996/1997 . The agreement provides for the initial funding of Phase I work at $144, 880, with the Phase II fee to be added to the agreement by an amendment in 1996 in the amount of $64, 166 . 00. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT Funds for Phase I of this project were budgeted and available in Account No. 395-4200-795 . 93-41, Project 339545, 1995 G.O. Bond Project-Distribution System Major Repairs in the amount of $145,000 . Moneys for Phase II have been included in the proposed 1996-2001 budget request. LEGAL IMPACT None. Engineering Agreement for Combined Sewer Overflow September 6 , 1995 Page 3 RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with Rust Environment and Infrastructure, Inc. , in the not-to-exceed amount of $144,880 for the preparation of the City' s CSO-NPDES Permit Compliance Plan. )espectfully sub ' tted, ames L. Kristiansen ublic Works Director �--:tom-a.� ��• �C�----a! Richard B. Helwig City Manager JLK/do r • r AGREEMENT THIS AGREEMENT, is made and entered into this 2P Tfiay of g6 p7E/ ii E 2 , 1995, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY" ) and Rust Environment & Infrastructure, Inc. (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the preparation of a Combined Sewer Overflow (CSO) , NPDES Permit Compliance Plan (hereinafter referred to as the "PROJECT" ) . AND WHEREAS, the ENGINEER represents that he 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, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR" . B. In general the ENGINEER' s work shall include but may not be limited to the following major categories of activities : Phase I 1 . System Characterization a. Data collection, survey and flow monitoring b. Flow determination c . Hydraulic modelling d. System analysis e. System characteristics report -2- 2 . Basic Operations : Phase I a. Address IEPA check list b. Pollution prevention plan c. Public notification plan d. Operations and maintenance procedures summary e. Operations and maintenance record keeping summary f . CSO area mapping and data base Phase II 3 . Operations Plan: Phase II a. CSO area mapping and record keeping data base system b. Operations and maintenance manual c. Operations and maintenance budget analysis 4 . IEPA Plan Submission 5 . City Personnel Training 6 . Post IEPA Plan Approval Report a. Flow monitoring b. Final report C. The professional services to be provided by the ENGINEER under this Agreement have been divided into two phases as follows : 1 . Phase I : paragraphs B. 1 through B. 2 are funded under the cost-not-to-exceed fee identified in paragraphs IVA, IVB and IVC, and as further identified on Attachment B. 2 . Phase II : paragraphs B. 3 through B. 6 are not funded under the cost-not-to-exceed, but will be funded by an amendment to this Agreement as noted in paragraph IVE and as identified on Attachment B. D. A detailed Scope of Services is attached hereto as Attachment A. II. PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: -3- Activity Start Complete Phase I System Characterization 10/01/95 2/01/96 Basic Operations : I 2/15/96 3/15/96 Phase II IEPA Plan Submission 4/01/96 4/01/96 Post Approval Monitoring 4/01/97 5/15/97 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 . III . WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including, but not limited to, reports, 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 products for its records . Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. For services provided the ENGINEER shall be reimbursed at the personnel rate for job classifications as detailed on Attachment B or as from time to time amended and approved by the Director, for personnel employed on this PROJECT, with the total fee not to exceed One Hundred Seven Thousand One Hundred Eighty ($107 , 180 . 00) Dollars, regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized by CITY through a change order or amendment. B. The ENGINEER shall be reimbursed the direct costs for the following, in an amount not to exceed Thirty Seven Thousand Seven Hundred ( $37 ,700 . 00) Dollars . . Flow meter rentals $ 10,000 . Flow meter purchase (delivered to City) $ 26 ,000 . Computer usage • $ 1,200 -4- . Misc vehicle/equipment $ 500 C. Inclusive of paragraphs IV A and IV B above, this Agreement shall be in the total amount not-to-exceed One Hundred Forty Four Thousand Eight Hundred Eighty ($144,880 . 00) Dollars . D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. E. For those services identified under the Scope of Services as Phase II (paragraphs I .B. 3 through I .B. 6) and as further identified on Attachment B, the fee of Sixty Four Thousand One Hundred Sixty Six ( $64, 166 . 00) Dollars shall be added to this Agreement by an amendment to this Agreement after a funding appropriation for the Phase II work has been enacted by the City. F. A detailed hourly analysis and fee breakdown is attached here to as Attachment B. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports ( IIB 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. VI . 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 Paragraph IV above. -5- VII . TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed following approval of CITY' S corporate authorities and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR 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 breach hereof by the ENGINEER. VIII. 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. IX. 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. X. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including but not limited to Workmen' s Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including but not limited to negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services . -6- XI . 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. XII. 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 Certificate 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 X entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of 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. D. Professional Liability. The ENGINEER shall carry Engineer' s 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 -7- XIII . 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 . XIV. 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. XV. 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. XVI . 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 -8- if it had done the work itself and no assignment, delegation or subcontract had been made. XVII. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment relationship between the parties hereto. . XVIII. 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. XIX. 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 . XX. 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. XXI. 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 . -9- XXII . 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. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY' s employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXV. 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 (copy attached) . A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257 . -10- XXVI. 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. XXVII. 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: JAMES L. KRISTIANSEN Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: DANA L. CARROLL, P.E. Senior Civil Engineer Rust Environment & Infrastructures, Inc. 1501 Woodfield Road, Suite 200 East Schaumburg, IL 60173 -11- IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By Byr2.., 0! k t . Dolonna Mecum Richard B. Helwig City Clerk City Manager (SEAL) For the ENGINEER: Dated this641 day of i F, , A.D. , 1995 . ATTEST: FRED BORICH By ?�'l / %s�� B� / ;kit E c. Secretary Vic-, A esident (SEAL) ATTACHMENT A SCOPE OF SERVICES PROJECT UNDERSTANDING The City of Elgin recently received a new NPDES permit for its combined sewer system and overflows. The issuance of this permit by the Illinois Environmental Protection Agency (IEPA) was the result of Elgin's takeover of the system from the Fox River Water Reclamation District (FRWRD). The areas affected by this permit and the project limits are described as Basin Numbers 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 15, 16, and 17. Rust will prepare a System Characterization Report, which will explain how the combined sewer system currently operates. The report will identify the amount of flow handled, conditions required to deliver it to FRWRD for treatment, overflow operation conditions, and detrimental system restrictions. Once the City is comfortable with the system characterization, we will discuss operation approaches to minimizing the impact of overflows on the Fox River, and begin the Operations Plan Report. This report will provide the information required by the permit and will also create the City's long-term program for system operation, maintenance activities, and record keeping. The report will include combined sewer area system mapping, which presents the attributes used in the report. Approximately 10 percent of the record system attribute data will be field confirmed. A detailed Capital Improvement Phasing Plan and Operation and Maintenance Program will also be included, identifying individual tasks and allocating manpower and costs. For this Agreement, we have assumed that a Hansen Infrastructure Management System will be implemented for record keeping. After the City approves the operations plan, it will be submitted to the IEPA for approval. The anticipated final task in the project will be post-plan approval/system improvement monitoring to verify that any recommended improvements have created the suggested operational schemes, and to confirm that future reporting will accurately portray the system. DETAILED SCOPE OF SERVICES 1. Prepare a system characterization report, including field reconnaissance, flow monitoring, hydraulic analysis, and review of historic system operation practices. This report should evaluate system capacity to transport expected combined sewer flows and identify restrictions that prevent maximized use of the system for transportation of dry-weather and first-flush flows to the Wellington Avenue Pump Station. a. Assembly and Flow Monitoring Data Collect and evaluate available atlases, construction drawings, flow monitoring data, and previous system studies. Review this information and determine its role in the permit analysis. Conduct additional field surveys, field inspections, and flow 1 monitoring for computer model development and calibration. Initial flow monitoring will include one metering site in each service basin (14 total). This item assumes that up to 10 percent of system data (rim and invert elevations and pipe sizes) will be verified if not included in previous studies. b. Flow Determination Determine system flows for an appropriate range of wet weather conditions. This task will include development of a hydrologic model, subbasin delineation, definition of runoff parameters, dry weather flow estimation, and definition of applicable rainfall events. The hydraulic model will be calibrated to monitored hydrographs. c. Sewer System Hydraulic Model Formulate a computer model of the combined sewer system, pump stations, and diversion structures in sufficient detail to assess system operation. Model results will be verified using available CSO event hydrographs. d. System Analysis Evaluate the capacity of the existing system and determine the point at which overflow is imminent in each basin. Identify system deficiencies that restrict conveyance or allow excess clearwater access (infiltration). Develop operation changes and physical improvements to ensure control of dry-weather and first-flush flows. Run existing and proposed computer models analyses for 1-year, 2-year, and 25-year rainfall events, and tabulate results. e. Report and Model Documentation Prepare a system characterization report describing the analyses, interpretations, conclusions, and recommendations of the study. The report will include a Capital Improvements Plan, which will present a phased Improvement Schedule with appropriate costs. Submit documented computer models to the City for use in future refinements of the plan. 2. Meet with the City to discuss the system characterization report, including evaluation of any system characteristics that prohibit compliance with the City's permit. 3. Prepare an operations plan report that addresses the conditions in the City's permit. This report will focus on operational procedures for achieving permit goals. The report will address the following issues: a. All items included on the IEPA checklist. 7 b. Pollution Prevention Plan - The plan will evaluate existing procedures versus current regulations. c. Public Notification Plan - The plan will address procedures to protect the public during overflow events. d. Detailed Operations and Maintenance Procedures - An O&M Manual will be provided with the operations plan. e. Operation and Maintenance staffing and budget requirements to implement the plan. f Operation and Maintenance Record Keeping System - We assume that a computerized system that facilitates data recovery and assists with budget tracking and cost control will be implemented. Rust will assist with software selection, training, and database population for data identified in 3 (g), below. We assume a Hansen IMS system will be implemented. g. Combined Sewer Area Mapping and Database - Existing maps will be updated with field data collected for this project and computerized in AutoCAD format. At a minimum, the maps and database will include all identified structures with structure identification numbers and pipe sizes. Structure inverts and pipe slopes will be provided if they are field confirmed as part of the project or available from as-built records. This item assumes data for 10 percent of the system. 4. Attend meetings at the City to discuss the draft operations plan and maintenance recommendations. Rust assumes three meetings with City staff and one presentation to the City Council. 5. Assist the City in submitting the operations plan report to the IEPA. Respond to IEPA comments concerning the plan and revise it as required to meet IEPA requirements. 6. Provide training of City staff in implementation of the Operations and Maintenance and Record Keeping requirements of the operations plan. We assume training time as follows: a. Hansen IMS 3 days b. AutoCAD 3 days c. SWMM 1 day d. Computer setup 1 day 7. Within one year after approval of the operations plan by the IEPA, perform flow monitoring to confirm that the system operates as described in the operations plan report. This flow monitoring will be performed during a normal wet season time of the year, and will evaluate four primary basins in the system. 8. Amend the original operations report to reflect the results of the above flow monitoring, if required, and submit the written amendment to the City for approval. 9. Attend one meeting with the City to discuss the amendment, make any revisions required by the City, and submit a final report amendment to the City. Q MARKETW ISC\ELGINCSO DLC 3 ATTACHMENT B City of Elgin Combined Sewer Overflow NPDES Permit Compliance Fee Breakdown Labor k < ' Job Class Total Rate* Fee i`>:: �` it :i:::::::: 1995 Expenditure 1996 Expenditure MiggEREii _ >>>[Fee .......................... Hours . ��. ':ProjectManager 110.00 1 760.00 ` > ::«<<::s':`»':>:=<�: �:3-aSs�.,: 16 $ $ .40N.graggiii Lead Engineer 36 $80.00 $2,880.00 `> ::><>::>=:> >:::: F ISI it Staff Engineer 194 $62.00 $12,028.00 iiiiiiiinannig n 2682. $13,936.00 i:i=�i:'T hni is 5 00 <i>i :»�«>< i� _<_: . ec c $ Processor 12 4 ==»�Word rocesso $40.00 $480.00 >` >::«<:>::<«>:<:. tagaiiii>: ' ig.PT:084.41Ti $31,084.00 4 11 44 . «�::Project Manager 0.00 0 00 al<: �<:�::.::::: olect $ $Dettir;7i »:Lead Engineer 34 $80.00 $2,720.00 ff En in r 9 62.00 5 952.00 :>::>:<:>::::::>::»:::::>:: Technician 40 $52.00 $2,080.00 r Processor:»::::Wo d ocesso 0 $40.00 0 00 0 00 <>»':::»MO ' I < ><:> >« <><' -.$4.1092 $11,192.00 *::dgpliket Project Manager 0 $110.00 $0.00 ': ::<`:::>: <> :<:<«:i:::i Lead Engineer 32 $80.00 $2,560.00 ; ;`> >;: ;=>ii€ Staff Engineer 2. . 00 »>< 128 6 00 7 936 =��<`< ; � ���: hni > 'Technician 0 $52.00 $0.00 ...................... ==` Word Processor 0 ' 0.00 0.00 ; ;;;T< It#ssi:»:`>>><i< lt. 49:0.A $10,496.00 System <>Project Manager 4 $110.00 $440.00 'igigiegRE.asiggli A a1 slis::i<:>:Lead Engineer 60 $80.00 $4,800.00 giriiiiiiiigniliiiingi -Staff Engineer 144 $62.00 $8,928.00 iirtigigialtai .................... `>»::Technician 16 $52.00 $832.00 `» :->:�: <>ii`<<i Word Processor 0 40.00 0.00 kiiiij °:i<:«<?<i:<:i:i ::$'l R : $15,000.00 .: : .tsar ::Project Manager 24 $110.00 $2,640.00 ; ii::= ; g p>`ttf:::::>:>N Lead Engineer 32 $80.00 $2,560.00 ,:::>::I:: <:>s:: >:::s>:::::::: »=>:<� Staff Engineer 1 04 $62.00 $6,448.00 :: : :::: ::::. ..>Technician 24 $52.00 $1 248.00 :»»>>>» >>» » ` WordProcessor 52 40 002080 00 »>gi> > » ` i:: i.iII:t4i4ZA,Act $14,976.00 Me1tfi..._ i :: Project Manager 4 $110 00 $44 0.00 ni< :::><«}< «< < »`` ..Lead Engineer 4 $80 00 $320.00 »::R:Eg < «N > Staff Engineer eer $62.00 $ >:>:]T hni i n ec c a 0 $52.00 0.0 ::'Word Processor 4 . 0 ocesso 0 $ 0 00 $0.00 `::<>:< «>: «« > r k►03'.i.:ii' � i::ii.V1: r ' $760.00 fiasi »:<::<:`> Project Manager 8 $110.00 $880.00 >>>` >= :=>:=:== :: ' ; :> Job Class Total Rate* Fee 'j ` :`-.';1995 Expenditure 1996 Expenditure Hours >s= «<<'. 3 AloniiMOE Project Manager 14 $110.00 $1540.00 lijinanniggi _ &Intitigdfni Lead Engineer 0 $80.00 $0.00 illiONEERE - _ 2. 7 02. Staff Engineer 121 6 00 5 00 N h- _ 2. X832. :>:Technician 16 5 00 00 $ $ •IiiiiiligniggiiiiiiiiWord Processor 16 $40.00 $640.00 -,-,fig " < 1£ ' < : $10,514.00 & ><>`: Project Manager 0 $110.00 $0.00 AiiiiiiiiigaiiiiiiiiiiiiiiiiiiiiigM R:e5 :::Lead Engineer 0 $80.00 $0.00 i::<:: ><>:<g><>:<>> nse :Staff Eng ineer 24 $62.00 $1,488.00 giapaRiCitai iiiiiiiiiiiiiiiiiiiiiiiii TechTechnician 32 $52.00 $1,664.00 ::<::>:::» >:=:>n::'=:: :::««::Word Processor 0 $40.00 $0.00 ><> ««<= <»«<> 3 :»nge>: `<' $gxj. : $1,000.00 $2,152.00 .M4001§0Project Manager 20 $110.00 $2,200.00 : '€ <«<` >< Lead Eng ineer 0 $80.00 $0.00 : :>«<::<>: :«::>;<:«::: Engineer 1 24 :;Staff20 62.00 0.00 iNgliggiiiin , R Technician 477 $52.00 24 804 00 - Word Processor 0 $40.00 $0.00 ignanigiMigi ' `4: ' '21 $11,000.00 $17,244.00 ,finiet <,Project Manager 12 $110.00 $1,320.00 taintigningia -Lead Engineer 12 $80.00 $960.00 Staff Engineer 0 62. 0 iiiiiiiiinge <' 00 0 0 9 :r:-:;Technician 8 $52.00 $416.00 , " E:ii.i'`'= ininfiggigg Processor 4 _ _ Word rocesso 4 1 .00 0 00 60 Alai $2,856.00 IHMIStedliii Project Manager 4 $110.00 $440.00 << < ' '< '< > - 24 < '=-. Lead Engineer 4 $80.00 $320.00 iiiiigigiiiiiiiiiIiiiiitit Staff Engineer 0 $62.00 $0.00 >: : >:::>:>:>`:»:»>: Filitigni Technician 0 $52.00 $0.00 i<: > >,»»::>'> >:>>> ............................. iiialiiiignini Word Processor 40.00 160.00 $4 $ <.t:tV61161e $920.00 Training>:>:::Project Manager 0 $110.00 $0.00 :'> `::::>'>>> <:<: >::Lead Eng ineer 8 $80.00 $640.00 >>«< ::::: :: ::::::: 5 »< -Staff Engineer6 $62.00 $3,472.00 <> `<� «« «« » :::::-Tchni ian e c 0 $52.00 $0.00 <:< 111«I: > <«:;Word Processor.. o d ocesso 00. ._»��>��:�:>��<i«<��:': $4 00 0.00$ :Y 1:Z : $4,112.00 s :..'Pr Project Manager 8 $110.00 $880.00 < >< : I::: tt: ' ::::::Lead Engineer 8 $80.00 $640.00 ' <:>:g:»: >> _ igniiiiiiiii?iiiiiiiMiiiiiir,Staff Engineer 40 $62.00 $2,480.00 Technician2 0 1, 64.0 3 52.0 0 tigglegiiiiiingii 6 N:Word Processor 0 $40.00 $0.00 Mignigniiiin If&SOMIN : '.: .`�...'.�.-. $5,664.00 Jtth . ::Project Manager 16 $110.00 $1,760.00 :::>> :><<:'>«:> .RapatigigE Lead Engineer 12 $80.00 $960.00 `1<<> » >><<:" €= gagg.ISOM Staff Engineer 0 $62.00 $0.00 :::`::>:« We' ><:><: h::Technician i c a 0 $52.00 $0.00 Eignigingiffinii ikWr odProcessor 4 4 0.00 $160.00 ` <>>i ><>><»'`> iii:iiiiii142.38010 $2,880.00. ;;3 Subtotal-Labor abo "Z.: 08/16/95 2 Rust Envir. & Intr. Expenses 1995 Expenditure 1996 Expenditure_ Flow Meter Rent. $10,000.00 $10,000.00 Flow Meter Purch. $26,000.00 $26,000.00 Vehicle/Equip. $500.00 $500.00 Computer Usage $4,200.00 $1,200.00 $3,000.00_ Computer for City $4,000.00 $4,000.00 Hansen Sftware. _ _ $12,700.00 $12,700.00 AutoCADD $1,900.00 $1,900.00 Subtotal- Expenses 71iiii459; 90P Project Total ,:$209 )48,0CP $144,880.00 $64,166.00 * Rate is based on an overhead and profit multiplier of 3.00 08/16/95 3 Rust Envir. & Infr.