Loading...
06-244 Resolution No. 06-244 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH K-PLUS ENGINEERING, LTD. FOR WESTFIELD BUSINESS PARK WATER MAIN INVESTIGATION 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 an agreement on behalf of the City of Elgin with K-Plus Engineering,Ltd.,for the Westfield Business Park water main investigation, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: October 11, 2006 Adopted: October 11, 2006 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT is hereby made and entered into this 1 j.,i day of O c r , 2006, by and between the CITY OF ELGIN, Illinois, a municipal corporation(hereinafter referred to as "CITY") and K-Plus Engineering, Ltd, an Illinois Corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with Westfield Business Park Water Main Investigation(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, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the CITY and ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent CITY in the engineering matters involved in the Project as set forth herein, subject to the following terms, conditions and stipulations: 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. ENGINEER will provide professional engineering services pertaining to the investigation of the existing water main within the Westfield Business Park. C. A detailed Scope of Services is attached hereto and made a part hereof as Attachment A. II. PROGRESS REPORTS A. ENGINEER shall comply with the project milestone schedule for the PROJECT which is attached hereto and made a part hereof as Attachment B. Progress shall be recorded relative to the project schedule and submitted monthly to the DIRECTOR as a component of the Status Report described in C. below. B. ENGINEER shall submit to DIRECTOR a written monthly status report recording ENGINEER'S 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 to the ENGINEER. IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided, the ENGINEER shall be paid a fee based on the hourly rates as shown in Attachment C, attached hereto and made a part hereof, for personnel employed on the PROJECT, with the total fee not to exceed $49,300.00 regardless of the actual costs incurred by the ENGINEER unless written amendments to this agreement and the maximum payment provisions provided for herein are agreed to 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 ten percent. Any such invoiced fees to ENGINEER shall be included with and construed as part of the above-referenced amount of$49,300.00. C. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the schedule provided by Attachment D, which is attached hereto and made a part hereof, and full payments for each task shall not be made until the task is completed and accepted in writing by the DIRECTOR. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC 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; provided, however, that such payment shall not exceed the total fee maximum or task amounts set forth under Paragraph IV above. VII. 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 VI or IX, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this agreement is completed and accepted by CITY. 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. 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 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 such 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 termination or expiration of this agreement. 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 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. Such Certificate of Insurance shall include, but not be limited to, coverage for the obligations assumed by ENGINEER pursuant to Article X herein entitled "Indemnification". Such above-referenced 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 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. 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 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. XVII. 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, except to such extent as may be specifically provided for herein. 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. 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. 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 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. 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. A copy of the policies must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. 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: JOHN LOETE, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Anthony G. Malone, P.E. Senior Manager K-Plus Engineering, Ltd. 1979 N. Mill Street, Suite 100 Naperville, Illinois 60563 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 ellb City Clerk Cit Manager (SEAL) For the ENGINEER: Dated this re day of bc.1-0 L- , A.D., 2006 ATTEST: By By ■■• ■. Secretary el resident (SEAL) Attachment A 1. Meet with the City staff to discuss the proposed scope of services and discuss various alternatives for non-destructive testing. 2. Review historical data as provided by the City. Analyze the layout of the existing watermain system and determine where soil borings should be obtained. Borings should be spaced approximately 500 feet apart along the alignment. The depth of the borings will be based on the anticipated depth of the watermain based on the City's record drawings. A total of 25 borings is proposed as a part of this project. 3. Coordinate with J.U.L.I.E. and KDOT and obtain permits or permission necessary to enter access to drill the borings. The City will be requested to assist the Engineer in gaining permission to enter access to the 16-inch main along the south property line of the project area. It appears that access on to property property will be required to perform this work. 4. Mark boring locations on the field and obtain surface elevations based on benchmark provided by the City. 5. While drilling, soil samples will be collected from the top of the watermain to the bottom of the watermain. Visual observations will be recorded for the entire depth of the boring. 6. Tests will be performed on the samples to determine the moisture content of the soil. 7. Perform and record in-situ measurements of soil resistivity using the Wenner four-pin method in accordance with ASTM Standard Method G57-78 (1984) at various locations along the existing pipe line. The locations will be based on the known location of the watermain break, along areas of known high water levels and as selected at various boring locations. 8. Based on the results of the tests and physical features, recommendations will be provided to the City staff as to where the watermain should be uncovered for physical examination. It should be understood by the City staff that it is impossible to obtain an accurate condition of the pipe through a visual inspection, since pitting and holes may not always be at the locations selected for the excavations. If the City wants a better idea of the thickness of the watermain, a piece will need to be removed and measured. This will require the section of the watermain to be shut down and repaired. If valves are not at the optimum locations, in-line plugs are one option to reduce the area impacted by the shutdown. One day of time has been included for this task. It is anticipated that 3 to 4 holes will be dug and backfilled during this time. 9. During excavations, the City has agreed to have a staff member on site to verify that the contractor is operating with proper care so as to not damage the existing watermain as well as to aid in inspecting the exterior condition of the pipe. A minimum of one fire hydrant and two services will be uncovered at the watermain to document the conditions of these materials. 10. The contractor will be responsible for properly backfilling the holes and restoring the disturbed area. The contractor will sod the parkway where disturbed and be responsible for watering the sod until it is established. In addition, a one year warranty will be provided to repair any depressed areas due to settling of the areas excavated. 11. During the excavations, an experienced person will be on site to perform the following tasks: o Examine the pipe surface for evidence of pitting corrosion and, if found, measure the depth of these pits and note their orientation on the pipe surface. o Examine evidence of any pipe coating and qualitatively assess condition. o Note any anomalies in the metal's surface and describe situation and position of anomaly. o Note any presence of scale or bio-film on the pipe surface. o Note any unusual soil/backfill conditions and obtain a sample of soil if the conditions are atypical of surrounding conditions. o Measure soil characteristics at the pipe surface • Moisture content, oxygen content, permeability, resistivity, soil texture, drainage characteristics In addition, if required chloride, sulfate, and sulfite ion concentrations can be obtained through a third party lab as an additional service. 12. The results of the bores, tests of the soil samples and visual inspection of the watermain will be documented in a report and submitted to the City for review. This report will also include up to three alternatives for reducing the likelihood of watermain breaks due to corrosion of the ductile iron and extending the life of the system. These alternatives may include replacement of portions of the system or providing various methods of providing cathodic protection of the existing system. Opinions of costs associated with these alternatives will also be included in the report. 13. Up to three meetings, including meeting described in Item 1 above, with the City staff, committees or City Council will be included in this scope of services to discuss the project or the report. Attachment C K-Plus Engineering, LTD. BILLING RATE SCHEDULE (Rates effective January 1,2006 through December 31,2006) Description Hourly Rate Vice President/Director $141.00 President/ Principal $156.00 Senior Project Manager $132.00 Project Manager $126.00 Senior Resident Engineer $122.00 Resident Engineer $118.00 Senior(Project) Engineer $116.00 Project Engineer/Assistant Resident Engineer $103.00 Engineer 3 $91.00 Engineer 2 $88.00 Engineer 1 $82.00 Senior Technician $86.00 Technician 3 $76.00 Technician 2 / Cadd Tech $68.00 Technician 1 / Intern $57.00 Administrative Assistant 2 $57.00 Administrative Assistant 1 $50.00 * time is charged portal to portal Attachment D ;Mess Park Water Main Investigation City of Elgin :pared September 6, 2006 _ist of Deliverable Units Estimated re Quantity K-Plus TSC John Neri C P Solutions Unit Cost Extended Cost 1 $792.00 $225.00 $1,017.00 $1,017.00 1 $1,352.00 $300.00 $1,652.00 $1,652.00 1 $528.00 $528.00 $528.00 1 $0.00 $1,080.00 $1,080.00 $1,080.00 25 $0.00 $2,671.25 $106.85 $2,671.25 25 $0.00 $91.25 $3.65 $91.25 s 25 $0.00 $143.75 $5.75 $143.75 1 $1,200.00 $1,200.00 $1,200.00 4 $450.00 1 $792.00 $400.00 $150.00 $1,342.00 $1,342.00 1 $1,056.00 $18,550.00 $750.00 $20,356.00 $20,356.00 1 $1,056.00 $450.00 $1,506.00 $1,506.00 1 $10,288.00 $400.00 _ $300.00 $10,988.00 $10,988.00 1 $1,056.00 $1,056.00, $1,056.00 _ 1 $1,727.62 $1,727.62 $1,727.62 _ 1 $2,741.13 1 $500.00 $250.00 $750.00 $750.00 $21,888.75 $5,986.25 $18,550.00 $2,875.00 Total Cost $49,300.00 OF EC, C It of E! in Agenda Item No. y g / 3 September 22, 2006 Iy 4 ` TO: Mayor and Members of the City Council -N ' + t FROM: Olufemi Folarin, City Manager Stable John Loete, Public Works Dire or `}' °ll`'''°�""°'; SUBJECT: Engineering Services Agreement with K-Plus Engineering, Ltd. for the Westfield Business Park Water Main Investigation PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider the approval of the Engineering Services Agreement with K-Plus Engineering for the Westfield Business Park Water Main Investigation. RECOMMENDATION It is recommended that Council approve the agreement with K-Plus Engineering for the Westfield Business Park Water Main Investigation in the not-to-exceed amount of$49,300 and authorize staff to execute the necessary documents. BACKGROUND In June, 2005, a water main break occurred in the Westfield Business Park located just west of Randall Road and south of the Northwest Tollway (I-90). The pipe removed during that repair was extremely pitted from corrosion and the leak came from a three inch diameter hole in the pipe. Upon investigation it was found that the water main in the park is made of ductile iron pipe that is only fifteen years old. The observed level of corrosion was extreme for a pipe of that vintage and staff is concerned over the condition of the remaining pipe in the subdivision. In addition, water service interruptions within this industrial park are very difficult to tolerate because of the 24/7 staffing of the call center for Chase Bank. Approved in the 2006 Budget is a project to conduct further investigations within the park to help determine if the pipe deterioration is an isolated issue or if a larger problem exists that must be addressed in the near future. An RFP was issued in July, 2006, to select an engineer to complete the work and five firms submitted proposals. K-Plus Engineering, Ltd. of Naperville was selected by the committee as the most qualified firm to do the work. The results of the ''` selection process are attached as Attachment 1. a. ESA with K-Plus Engineering for Westfield Water Main Investigation September 22, 2006 Page 2 The scope of work proposed by K-Plus includes soil borings and analysis for acidity, electrical resistance testing of the pipe and up to four excavations to expose the pipe to physically and visually check its condition. The negotiated fee for the work is the not-to-exceed amount of $49,300. The Engineering Services Agreement is attached as Attachment 2. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None 91/4/FINANCIAL IMPACT The agreement with K-Plus is for the not-to-exceed amount of $49,300. Funding for this agreement is located in the water portion of the 2006 General Obligation Bond Fund, account number 365-4000-795.92-41, "Distribution System", project number 409666, "Westfield Business Park Water Main"with $100,000 budgeted and available. )00641/419iiILEGAL IMPACT None ALTERNATIVES 1. Approve the agreement as recommended. 2. Do not enter into an agreement with a consultant for this work. (Not generally recommended due to the unknown condition of the remaining water main.) 3. Select another qualified engineer for the work. Respectfully submitted for Council consideration. (CAB] Attachments I IMJJNHJ VII V (/' AVERAGE SCORE SHEET Westfield Business Park Water Main Investigation CONSULTANTS Bonestro SELECTION TEAM Devery Strand EEI Trotter K-Plus 1111:01111iIiIi01111of 0111]111!15.:111111111:11;110N Michael Hall 3 1 4 5 2 Steve Pertzborn 2 3.5 5 3.5 1 • i y 1is , John Loete 3 5 4 2 1 Chad Butzow 1 4 5 3 2 Kyla Jacobsen 3 2 1 4.5 4.5 1100111111:01,4111111I!IiIIIIIINVIIIRMUIRIMIHEigal I' TOTAL SCORE 12 15.5 19 18 10.5 AVERAGE SCORE 3 3.875 4.75 4.5 2.625 Notes: Assign Scores based on the following formula: rk (1 -first, 2-second, 3-third, 4-forth, 5-fifth) QUALIFICATIONS RATING SHEET FOR WESTFIELD BUSINESS PARK 11., ER MAIN INVESTIGATION Bonestro Devery Strand Engineering Enterprises Mike Steve John Kyla Chad Mike Steve John Kyla Chad Mike Steve John Kyla Chad EVALUATION FACTORS WEIGHT Hall Pertzborn Loete Jacobsen Butzow Hall Pertzborn Loete Jacobsen Butzow Hall Pertzborn Loete Jacobsen Butzow Project Manager Qualifications 0-25 24 18 19 21 22 23 18 22 21 21 22 17 20 22 20 Project Team Qualifications 0-25 23 18 19 22 21 24 17 18 20 20 22 16 19 20 20 Firm Experience 0-15 13 12 11 12 14 13 13 10 12 13 12 11 11 13 13 Scope of Services Proposed 0-25 20 15 20 16 23 22 15 17 17 23 20 16 18 17 20 Familiarity With Conditions 0-10 8 5 7 7 7 8 3 7 9 7 8 2 7 8 7 TOTALS 100 88 68 76 78 87 90 66 74 79 84 84 62 75 80 80 Trotter and Associates K-Plus Engineering Mike Steve John Kyla Chad Mike Steve John Kyla Chad EVALUATION FACTORS WEIGHT Hall Pertzborn Loete Jacobsen Butzow Hall Pertzborn Loete Jacobsen Butzow Project Manager Qualifications 0-25 22 17 20 21 22 22 18 21 21 22 Project Team Qualifications 0-25 22 18 18 23 20 23 18 17 20 21 Firm Experience 0-15 12 10 10 8 13 13 12 10 11 13 Scope of Services Proposed 0-25 20 15 20 15 23 23 16 21 17 22 Familiarity With Conditions 0-10 8 6 9 9 7 8 7 9 7 8 TOTALS 100 84 66 77 76 85 89 71 78 76 86