Loading...
05-179 Resolution No.05-179 RESOLUTION AUTHORIZING EXECUTION OF A FIRST AMENDMENT AGREEMENT WITH BURNS &McDONNELL ENGINEERING COMPANY (Central Business District Lighting Project) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that Olufemi Folarin,City Manager, and Dolonna Mecum,City Clerk,be and are hereby authorized and directed to execute a First Amendment Agreement with Burns&McDonnell Engineering Company on behalf of the City of Elgin for the Central Business District Lighting Project, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: June 8, 2005 Adopted: June 8, 2005 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk FIRST AMENDMENT AGREEMENT This Amendment Agreement No. 1 is hereby made and entered into this /O/.& day of /fir , 2005 , by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "City" ) and Burns & McDonnell Engineering Company, a /40,sowc. corporation (hereinafter referred to as "Engineer" ) . WHEREAS, the parties hereto have previously entered into an agreement dated February 21, 2002 attached hereto as Attachment "A" (hereinafter referred to as "Original Agreement" ) ; and WHEREAS, the parties hereto have each determined it to be in their best interests to amend Original Agreement; and WHEREAS, the Historical Street Lighting Project which forms the basis of Original Agreement is progressing to the Construction Administration Phase_;—and WHEREAS, City has requested Engineer to provide Construction Administration Phase Services as follows : A. Engineer' s services shall include full-time construction inspection services up to the substantial completion date and part-time construction inspection services from substantial completion to final completion. Such services shall include a review of the shop drawings, attendance at weekly progress meetings and review of punch list items . B. A Work Effort Schedule is attached hereto and made a part hereof as Attachment "B" ; and WHEREAS, the circumstances necessitating the change in performance contemplated by this amendment were not reasonably foreseeable at the time Original Agreement was signed; the change contemplated by this Amendment Agreement is germane to the original agreement as signed; and this Amendment Agreement is in the best interests of City and is authorized by law. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as follows : 1 . The above recitals are hereby incorporated into and made a part of this agreement . 2 . Section 4 (A) of Original Agreement is hereby amended to read as follows : "For services provided, Engineer shall be paid at the rate of three times the direct hourly rate of personnel employed on this Project, with the total fee not to exceed $147, 601 . 71, of which amount not more than $82 , 664 . 09 shall be paid for all additional services contemplated by First Amendment Agreement between the parties hereto, dated c//0 , 2005 . " 3 . Section 4 (B) of Original Agreement is hereby amended to read: "For any services provided by any other entities, firms or subconsultants retained by Engineer pursuant to this agreement, City shall pay to Engineer the invoiced fees of such other firms, entities or subconsultants, provided, however, that any such fees shall be included in and shall not exceed the above-referenced amounts in Section 4 (A) hereto. " 3 . Section 4 (C) is amended by changing the last sentence of the section to read: "Any reimburseables are included in the not-to-exceed figures provided above . " 4 . Section 1 (C) of Original Agreement is amended to read as follows : "A detailed Scope of Services is attached hereto and incorporated herein as Attachment "B" . 5 . Section 2 (A) is hereby amended to read as follows : [INCLUDE NEW PROJECT COMPLETION DATES] 6 . Section 2 (B) of Original Agreement is hereby amended to read as follows : "A detailed Project Schedule is included as Attachment "C" , attached hereto and made a part hereof . Progress shall be recorded pursuant to the Project Schedule and submitted monthly as a component of the status report described herein. " 7 The remainder of Original Agreement shall remain in full force and effect except as specifically modified herein. CITY OF ELGIN BURNS & MCDONNELL ENGINEERING COMPANY B Y MI _'' By : ._.. Y City Malager Vice President Attest: Attest : • City Clerk Se retary F:\Legal Dept\Agreement\Burns&McDo\ ell-Amend:^ent-CBD Hist Lighting.doc - 2 - Attachment "A" AGREEMENT • THIS AGREEMENT,made and entered into. hiss.I day of F68, , 2002,by and between the CITY OF ELGIN, an Illinois municipal corporation(hereinafter referred to as "CITY") and Burns &McDonnell Engineering Company (hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with Central Business District(CDB)Historic Street Lighting Project (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, for and in consideration of the mutual undertakings as set forth herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged,the City and the ENGINEER agree that the City does hereby retain the ENGINEER to act for and represent the City in the engineering matters involved in the Project as set forth herein subject to the following terms conditions and stipulations,to wit: 1. 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. The following section is a general outline of the services to be provided by Engineer: 1. Preliminary Engineering A. Photometric analysis of existing conditions. (includes previously constructed areas near the proposed project) B. Evaluation of existing conditions. 2 1. Topographic survey-Survey will include project limits to the frontage of existing buildings and will be performed to a local datum. Items to be included will be curb and gutter line, existing EOP, existing lighting and traffic signals, drive ways, signs, and objects located in the sidewalk area. Existing Vaults in the sidewalk will be reviewed. (It is assumed there will be two vaults) 2. Review of existing utilities. 3. Review of unknown conditions -Pavement and sidewalk thickness. 4. Complete existing sign log. 5. Evaluation of existing infrastructure. 6. Complete illumination analysis. 2. Electrical Engineering/Utility Engineering A. Prepare Base Sheets B. Perform Electrical Design Calculations C. Prepare Installation Details D. Prepare Signing plans E. Prepare Traffic Signal Rehabilitation Plans F. Develop Phasing and Maintenance of Traffic Details G. Assemble Plans H. Prepare Contract Documents for Bidding C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided herein under. 1. Preliminary Engineering—Completed 3/04/03 2. Pre-Final Engineering—Completed 4/21/03 3. Final Plans And Contract Documents—Completed 6/03/03 B. A detailed project schedule for the Project is included as Attachment B, 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. • • 3 3. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including, but not limited too,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. 4. PAYMENTS TO THE ENGINEER (Not To Exceed Method) A. For services provided the ENGINEER shall be reimbursed at the rate of three times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed$64,937.62 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus $ 0. Any such fees are included in the above referred amount of$64,937.62 . C. Reimbursable Expenses Reimbursable Cost per unit Total Cost Vehicle $45/Day $135.00 Mileage $0.36/Mile $216.00 Mylar& Copying At Cost $250.00 Long Distance At Cost $ 25.00 Project Photos At Cost $ 50.00 US Mail At Cost $ 25.00 Express Mail At Cost $ 50.00 Any reimbursables are included in the not-to-exceed figure of$64,937.62. D. 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 4 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. City will be invoiced monthly based upon the hours;of work performed by Engineer as outlined in 4A. Included in these invoices will be any reimbursables as outlined in 4C, and invoices provided by any subconsultant outlined in 4B. 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 Paragraph IV above. 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 Article 5, 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. 5 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. • 6 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. 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, attorney's 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. 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 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 written in occurrence form 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. 7 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 prorate,it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance written in occurrence form 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. 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. NONDISCRINIINATION 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 8 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 assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CTTY'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 9 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. 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 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; 10 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 must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. 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. 11 27. 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: JOHN LOETE,P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin,Illinois 60120-5555 B. As to ENGINEER: Stephen M. Linnemann Vice-President Bums &McDonnell Engineering 2601 West 22nd Street Oak Brook, IL 60523 • 12 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 By 0_, , `_ City Clerk ■ity , ager (SEAL) For the ENGINEER: Dated this 6th day of January, A.D., 2003. ATTEST: _ ..� By . ... ._ �,. . By ��� Secretary/ Vice President (SEAL) • Attachment A Scope of Services ATTACIJIVIENT - A Scope of Services Proposed Preliminary Engineering This portion of the project will consist of assisting the City in determining the photometrics of the existing historic lighting area, comparing these analyses to the ANSI Standard for roadway lighting (IESNA RP-8), and developing a recommended plan for the current project section. The project would begin with a kick-off meeting with the appropriate City personnel to confirm our understanding of the project goals, and to discuss and confirm other issues such as safety, economics, and aesthetics. The project approach, lighting requirements, previous problems in the area, and other project issues will also be discussed at this meeting. The anticipated preliminary engineering aspects of this project are highlighted in the following steps: Evaluation of Existing Conditions The first step of this project will be to identify the existing conditions in the project area. Burns & McDonnell will use available existing plans and topographic surveys via a total station to produce a base map at the most efficient cost to the City. The following bullets highlight some of the existing conditions that will be identified: Existing Utilities This will include field verification, review of existing as-builts, and a review with the Public Works Department to determine the best available information on water main, sanitary sewer, storm sewer and any other potential conflict of which the City may have knowledge. Burns &McDonnell will also contact companies through J.U.L.I.E. to obtain utility maps for the utilities identified in the area and incorporate this into final design plans. Unknown Existing Conditions The City does not have accurate records of the thickness of the sidewalks or pavements. Core analysis will be performed to attempt to depict existing conditions as accurately as possible in the plans. Existing Sign Log A complete sign log of the project area will be made to ensure proper re-installation when the project is complete. Review of Current Infrastructure Areas of highly deteriorated sidewalk and curb and gutter will be reviewed for preliminary recommendations of replacement. Final recommendations for removal and replacement will be made when the full impact of the rehabilitation is known. There are some areas where vaulted sidewalks exist. These areas will be identified early and their impact to the project will be assessed. For contractual purposes,up to two locations are included in the field services for vault investigations. Complete Illumination Analysis The precise photometrics for the existing fixtures within and adjacent to the location of this improvement will be input into the lighting analysis software package in Illuminating Engineering Society (IESNA) LM-63 format. Pole locations, lamp wattages, approximate mounting heights, and light depreciation factors will be input into the software program. The lighting on Spring Street will be included in this analysis for reference purposes. Analysis of transitional effects will include an additional 100 feet past the areas of proposed work. Scope of Services Proposed Page 2 The program will calculate the existing lighting levels based upon these initial inputs. The results will be compared to sample field measurements to confirm their_reasonableness. Graphical contours of the digital results will be superimposed on the City street map in AutoCAD to view the existing footcandle levels throughout the location of the improvement. Prepare Lighting Plan Based on Selected Luminaires An initial lighting plan will be developed based on the selected luminaries to coordinate with the lighting in the Highland Avenue and Chicago Street historic lighting district, and the pole spacing used in that area. The existing lighting in the location of the improvement will be deleted from the lighting analysis software and the proposed lighting will be added. The lighting levels produced in the location of the improvement by the initial design will be compared to existing lighting levels in both the Highland Avenue and Chicago Street historic lighting area, as well as the ANSI standards. The initial design will be refined through an iterative process using the lighting analysis software until acceptable results are achieved for both vehicular and pedestrian traffic. These pole locations will be verified against the AASHTO Requirements concerning the"Clear Zone." Meet with City A meeting would be held to discuss the final results of the lighting analysis and to present the layout of the lighting system to the City's project coordinator(s) for approval. Comments from City staff will be incorporated into the lighting design plans to produce a document that is acceptable to the City. • Electrical Engineering and Utility Design Phase The detailed design of the lighting system would then be initiated. The design procedures would be as follows: Prepare Base Drawings/Detailed Layout Plans Plans would be prepared on detailed topographic plan sheets provided by the City or acquired by survey crews. Information regarding buried and overhead utilities including electric, telephone, natural gas, cable TV, water, sanitary sewer, storm sewer and any other utilities as identified by JULIE or through field investigations would be detailed on the drawings. Coordination with Commonwealth Edison regarding available power would be completed. Perform Electrical Design Calculations The lighting plans and the existing utility locations will be studied to produce a proposed cable routing design. Electrical design calculations will be performed based on the lighting plans and the proposed cable routing. These calculations will determine the cable and conduit sizes, the controller size and design, cable layout and fixture siting. Unless the City desires otherwise, the existing lighting controller location on the north side of Douglas between Division and Dexter will be reused. Schematic wiring diagrams for the design would be prepared, and cable sizes and locations would be incorporated into the approved lighting plan. The electrical design will account for high usage periods for holiday decoration illumination. Prepare Installation Details Typical and special details for the light pole and controller foundations will be prepared. These will be based on City and DOT standards to the fullest extent possible. Details for cutting and patching work will be prepared as required to maintain the aesthetics of the area. • Scope of Services Proposed Page 3 Prepare Revised Signing Plans Removing the existing light poles will entail relocating a significant number of street signs. A signing plan will be prepared to detail the locations as to where these signs will be relocated. Since the historic lighting will increase the number of available light poles, thus offering more mounting opportunities, some signposts might be eliminated.. Prepare Traffic Signal Rehabilitation Plans Traffic signals attached to existing light poles will be relocated. The design will address construction staging in a manner that will minimize the impact to traffic at the intersections. Existing components will be used as much as possible to minimize the economic impact to the project. Develop Construction Schedule and Maintenance of Traffic Plans Maintenance of traffic through this Central Business District will be addressed through construction staging and traffic redirection plans.Road and lane closures will be minimized and restricted to non-peak travel hours in certain areas, if required by the City's project coordinator(s). Construction activity restrictions for special holiday periods will be included at the City's request. IDOT's standard maintenance of traffic plans will be used as often as possible, but special plans will be prepared where required. The design will be prepared in construction segments that will permit the package to be bid with alternates for including or deleting portions of the work. The design will allow this to be done, within certain limits, without affecting constructability or requiring rework in later construction stages. Assemble Plans Design plans and specifications suitable for bidding by qualified electrical contractors would be prepared. A summary of quantities will be compiled and included in the plans to facilitate accurate bidding, construction monitoring, and accounting. Estimates based upon previous bid tabulations and BMC cost estimate databases would be completed to provide the City with budgets for the project. Submit Plans to the City of Elgin for Review The plans will be reviewed by an independent Burns &McDonnell construction manager for construction conflicts. The completed plans will then be submitted to City staff for final review. A meeting will be held to discuss final comments,and these comments would be incorporated into the plans. Assistance with Bidding Once the final plans are approved,Burns &McDonnell will assist the City with the bidding phase of the project. Burns & McDonnell will notify prospective qualified contractors, address bidders' questions, assist in conducting the bid opening, prepare a bid tabulation, and check references of the low bidder(s). Fifteen sets of plans and specifications will be provided to the City for distribution. A recommendation of award to the lowest responsible bidder will be made. Attachment B Project Schedule Attachment C Project Costs, ATTACHMENT-C • Eli City of Elgin r»e ! �f, Historical CBD Street Lighting Design WATCH J Cost Estimate of Consultant Services January 7, 2003 • IN-HOUSE SERVICES 'Yu OF LTENI MAN-HOURS PAYROLL 3*DL DIRECT FIXED BY TOTAL GRAND COSTS FEE OTHERS TOTAL (A) (B) (C) (D) (E) (F) (a) (G) (H) Item 1 -Project Management 54 $2,133.00, $6,399.00 • $6,399.00 9.9% Item 2-Preliminary Engineering 142 $3,934.82 S11,804.46 S11,804.46 18.2% Item 3-Electrical Engineering 243 $7,601.04 $22,803.12 $22,803.12 35.1% Item 4-Civil Engineering/Plan Preparation 266 $7,176.68 S21,530.04 $21,530.04 33.2% DIRECT COSTS: VEHICLES and MILEAGE $351.00 $351.00 0.5% CADD CHARGES $0.00 _ $0.00 0.0% DELIVERABLE COSTS $250.00 _ $250.00 0.4% MISC. $150.00 $150.00 0.2% SERVICES BY OTHERS: EXPLORATORY CORES $1,000.00 $1,000.00 1.5% _ Soil Borings $650.00 $650.00 • 1.0% - TOTALS 705 $20,845.54 $62,536.62 $751.00 $0.00 $1,650.00 $64,937.62 100.0% Bt11'I1 CX Md)tiuutt.')1 SINCE 11398 ATTACHMENT-C Itemized Breakdown of Direct Costs Vehicle Reimbursement A. Daily Rate $45.00 B. Gas and Maintenance per day(Waived) $0.00 (NORMALLY$0.24 PER MILE) C. Vehicle Days in contract 3 (A+B)C= Total Estimated Vehicle Cost $135.00 Mileage Round Trip to Elgin from Bums&McDonnell Office=60 miles Total Number of Trips= 10 x 60 miles= 600 miles@$0.36= Total $216.00 CADD Charges Total Hours for Plan Preparation= x$7.50= $0.00 Deliverables Mylars and copying costs $250.00 Estimated-Will be billed at actual cost. Misc Long Distance $25.00 Project Photos $50.00 US Postage $25.00 Express Mail $50.00 5-SHIPMENTS @$10 Disposable Survey Materials $0.00 $150.00 Total= $751.00 e El City of Elgin _ - Historical CBD Street Lighting Design 711E c �1 WATCH i/%/11 Average Hourly Project Rates V January 7, 2003 Item 4-Civil Item 2 - Preliminary Item 3-Electrical Engineering/Plan Item 1 - Project Management Engineering Engineering Preparation PAYROLL AVG. HOURLY % WGTD % WGTD % WG"I'U % WGTD CLASSIFICATION RATES HOURS PART. RATE HOURS PART RATE HOURS PART. RATE HOURS PART RATE Assistant Level 8 $18.00 0 0 $0.00 24 17 $3.04 0 0 $0.00 0 0 $0.00 Assistant Level 9 $24.00 0 0 $0.00 54 38 $9.13 0 0 $0.00 120 45 $10.83 Staff Level 10 $28.00 0 0 $0.00 16 11 $3.15 164 67 $18.90 118 44 $12.42 Staff Level 11 $31.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 Senior Level 12 $34.00 4 7 $2.52 20 14 $4.79 8 3 $1.12- 20 8 $2.56 Senior Level 13 $38.55 20 37 $14.28 28 20 $7.60 71 29 $11.26 4 2 $0.58 Associate Level 14 $39.50 28 52 $20.48 0 0 $0.00 0 0 $0.00 4 2 $0.59 Associate Level 15 $47.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 Princi'al Level 16 $60.00 2 4 $2.22 0 0 $0.00 0 0 $0.00 0 0 $0.00 OTALS 54 100 $39.50 142 100 $27.71 243 100 $31.28 266 100 $26.98 Burns McDonnell 51HCC 1BYB City of Elgin Historical Lighting Work Effort May 10, 2005 !:: ',:,'-::::::-;,-,..2),:,-,,::, , ,-,:_,:„,:,---; :::,, :.:-:,-,„ :=?,,,t:,z,i, !•::f;ts„;,:::,:::,,:: :,,,,:- :, ',„ ,, , ,, ,„ ,,J, ,:.:.!,,,„ gU;,',,ii',3, Resident Eng. Survey Survey(Rod) Materials Client Coord. :-.,., ,:,-, ,,,,W ':, kT ,',.-,'!:, .?":X:';'=',',,'W, Staff C.Hawthorn Staff .,, j .;,,,,,!Ac,v,--,; J.Naughton A.Rahman ,„ ,-_- ,-; -:,,, ...- .,,N,4 .,:i!,,-,i Yi'N''V:*;`,'!11E-44,f;•-;' ,,,,,,,,,,,,r, Rate* $29.70 $22.56 $18.00 $43.10 $49.95 qi0lipk..zili011ikEic' Preconstruction Activities(files,etc.) 16 , 16 1.8% $475.20 _ . Preconstruction Meeting 4 4 0.5% $118.80 Review and monitor construction schec 22 22 2.5% $653.40 Respond to Residents Concerns 36 36 4.1% $1,069.20 Weekly Observation/Weekly Report 614 614 69.8% $18,235.80 Close Out Activities 32 32 3.6% $950.40 Survey 16 16 32 3.6% $648.96 Technical Support for Material Issues 36 36 4.1% $1,551.60 Project Management/Admin 88 88 10.0% $4,395.60, Subtotal 724 16 16 36 88 880 %of Hours 82.3% 1.8% 1.8% 4.1% 10.0% 100.0% _ Total Direct Labor $28,098.96 Multiplier 2.80 Direct Costs $3,987.00 Total Costs :' ,, ' ::`-' ;'' :„ : . { ','' ' , :,:;,, ,,'; ' ''' ' .:' '''k - ;■:'' '.' ':,7` ' $82,664.09 Rate=total cash compensation for employee Expense Breakdown Vehicle Expenses $36.00/Day $3,312.00 Survey Supplies $75.00 Office Supplies $75.00 Photos $50.00 Mobile Communications $75.00/Mo. $375.00 Postage/Repro $100.00 TOTAL OF DIRECT COSTS $3,987.00 Burris& McDonnell SINCE 1898 Attachment "B" c Hist Preliminar MONTH WEEK ENDING(S Resident Engineei -Preconstr ction Activities -Preconstnrction Meeting -Review and monitor const -Respond to Residents Co -Weekly Observation/Wee -Close Out Activities Survey Verification Construction Survey Verificati As-Built Drawing Survey Rodman Surveys Materials Support Technical Support for Material Anees Rahman Client Coordination/Project Ad