Loading...
08-121 Resolution No. 08-121 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ENGINEERING ENTERPRISES INC. BE IT RESOLVED BY THE CITY COUNCIL OF THF CITY OF ELGIN, ILLINOIS,that Olufemi Folarin,City Manager,and Diane Robertson,City Clerk,be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin N;ith Engineering Enterprises,Inc. for the Bowes Road salt storage facility, a copy of which is attach d hereto and made a part hereof by reference. s/ Ed Schock Ed ScIlock, Mayor Presented: May 14, 2008 Adopted: May 14, 2008 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/ Diane Robertson Diane Robertson, City Clerk a AGREEMENT .1 ,0 THIS AGREEMENT is hereby made and entered into this\ ay of May, 2008, by and between the CITY OF ELGIN, Illinois, a municipal corporation (hereinafter referred to as "CITY") and Engineering Enterprises, Inc., an Illinois corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the CITY's Bowes Road Salt Sto age Facility Project (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 04 direction of the Director of Public Works of the Ci!Y, herein after referred to as the "DIRECTOR". B. The ENGINEER shall furnish professional engineering services including but not limited to a topographic survey of the site, examination of current conditions on the site for drainage, flood plain and wetlands, investigate soil conditions by borings, preparation of a preliminary site plan, review of that site plan with City staff and Planning Commission, preparation of final design drawings foi- all site improvements, inspection of key work tasks, coordination with design build contractor for the building and coordination and inspection of finished site improvements. I . - 2 - 1 C. A detailed Scope of Services is attached hereto and made a part hereof as Attachment A. II. PROGRESS REPORTS I A. ENGINEER shall comply with the project milestoiJie outline schedule described below. 1 B. A detailed project schedule for the Project is attacled hereto and made a part hereof as Attachment "B", which project schedule shall lie adhered to by ENGINEER, and which shall be of essence of this Agreement. Progi-ess relative to the aforementioned project schedule shall be recorded and submitted 9n a monthly basis to CITY by ENGINEER as a component of the status report dscribed in subsection C below. C. 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 p9rsuant hereto including, but not limited to, reports, designs, calculations, work dr wings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the "DIRECTOR; provide4, however" that the ENGINEER ic may retain copies of such work products for its re ords. Such work products are not intended or represented to be suitable for reuse b 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 r6id at the hourly rate for the classifications of personnel who perform work on thiS PROJECT, with the total fee not to exceed $98,184 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are made and amendments to the maximum payment provided for herein. The calculation of the not to exceed cost plus the Standard Schedule of Charges is of the essence of this Agreement, and is attached hereto , t . - 3 - and made a part hereof as Attachment "C" B. For outside services provided by other firms or sub-consultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER. Any such invoiced fees to ENGINEER shall be included with and construed as part of the above-referenced maximum payable amount. C. All costs are included in the not to exceed fee inclhding direct costs. 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 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. V. INVOICES A. The ENGINEER shall submit invoices in a formai approved by the CITY. Progress reports as provided for herein shall be included. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the aithorized representative of the CITY to inspect and audit all data and records of tike 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 .ITY may terminate this Agreement at any time upon fifteen (15) days prior written n tice to the ENGINEER. In the event that this Agreement is so terminated, the ENGIN ER shall be paid for services actually performed and reimbursable expenses acivally 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 4 This Agreement shall become effective as of the dtte the ENGINEER is given a notice to proceed and, unless terminated for cause for 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 add'tional compensation as a result of action taken by the CITY, the ENGINEE shall give written notice of his claim within 15 days after occurrence of such acti n. 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, 11 work required under this Agreement as determined by the DIRECTOR sha 1 proceed without interruption. IX. BREACH OF CONTRACT If either party violates or breaches any term of thi Agreement, such violation or breach shall be deemed to constitute a default, nd the other party has the right to seek such administrative, contractual or legal rem dies as may be suitable to the violation or breach; and, in addition, if either part , by reason of any default, fails within fifteen (15) days after notice thereof by thother 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, ENGINE R agrees to and shall indemnify, defend and hold harmless the CITY, its officers, :mployees, agents, boards and commissions from and against any and all claims suits,judgments, costs, attorney's fees, damages or other relief, including but not li l ited to workers' compensation claims, in any way resulting from or arising out ot negligent actions or omissions of the ENGINEER in connection herewith, includin I negligence or omissions of employees or agents of the ENGINEER arising o t of the performance of this Agreement. In the event of any such action agai st the CITY, its officers, employees, agents, boards or commissions, covered by the f.i egoing duty to indemnify, defend 1 , . - 5 - 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 t6rm or provision of this Agreement or because of their execution, approval or attemptcid execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The ENGINEER I§hall 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. 1 The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY AS ADDITIONAL INSURID. The policy shall not be modified or terminated without thirty (30) day S prior written notice to the DIRECTOR. 1 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 s primary insurance with respect to any other insurance or self-insurance program afforded to the CITY. There shall be no endorsement or modification of this ins ranee 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. Cor4rehensive Automobile Liability Insurance written in occurrence fornt covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. I 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 1 • - 6 - 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, techiliques, 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 empl4ee 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 ermination, 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 he 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; pFovided, 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 - 7 - liable to the CITY with respect to each and every iem, condition and other provision hereof to the same extent that the ENGINEER wo Id have been obligated if it had done the work itself and no assignment, delegatio or subcontract had been made. Any proposed subcontractor shall require the CIT '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 an' 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 rro 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 an0 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 lie 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 Illinoi . 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 - 8 - 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 froth 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 5/3k 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 stat law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process includ ng 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 aid commission; G. protection against retaliation as provided by ection 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 • - 9 - 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. XX VII. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performande of this AGREEMENT that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER's employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices becessary and incident to the due and lawful prosecution of this AGREEMNT. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER's compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER's relevant records at no cost to the CITY. XX VIII. NOTICES All notices, reports and documents required unde 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: THOMAS W. TALSMA Vie President Engineering Enterprises, Inc - 10 - 52 Wheeler Road Sugar Grove, lllinois 60554 • - 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 By CU' City Clerk 1/4 i Man4:.•r (SEAL) For the ENGINEER: Dated this day of May, A.D., 2008 ,43,404 ATTEST: 11)1 By By Secre a Vice President (SEAL) . 41 Attachment A Scope of Services vano.40 Engineering Enterprises, Inc. (EEI) would be pleased to provide the requisite design and construction engineering services for the City of Elgin's Bowes Road Salt Storage Facility Site Design. We place at your disposal the similar experience, knowledge and necessary resources to provide the engineering services to enable the City to prepare plans and specifications for the site work and the required construction observation and administration necessary to ensure the successful and timely completion of the site improvements. Our offices located in Sugar Grove and Hampshire are in close proximity to the project location and the City of Elgin Public Works Department. This close proxihiity will provide us with the opportunity to provide excellent support and responsiveness to the City of Elgin for this project. Our manpower resource availability allows us to provide the necessary personnel to complete the project in accordance with the City's timelines provided in the Request for Proposals. EEI has experienced surveying resources and field crews available upon receipt of contract award to immediately implement all required field survey reconnaissance associated with the project planning and design effort as well as other project data requirements. Additionally, EEI is dedicated to providing an engineering design team with CAD support experienced in the design of roadways, streets and site design. In addition to the proposed detailed scope of services and project approach will ensure the timely completion of design engineering and the preparation of contract documents in a manner that satisfies the City of Elgin's objective to have an operable salt storage facility for the winter season of 2008-2009. Our experience in taking projects from concept design and moving through the development process, including timely submittals to zoning and planning commissions will facilitate the timely approval of the site plan ensuring adherence to the desired project schedule. Our experienced field personnel have the knowledge and ability required to monitor construction activities and ensure adherence to construction specifications. Our current staffing levels will ensure that a lead resident engineer will be dedicated to this project for the entire duration of construction. Supplemental staff will be available as needed to provide additional onsite observation as required. In addition to our observation personnel, EEI has multiple survey crews that are able to respond to construction layout requests from the Contractor, ensuring that when needed, all line and grade information is provided to maintain the Contractor's schedule. In addition to our past project experience and available manpower, we have developed a scope of services specific to this project. The scope of services, as follows, outlines the key components of the design and construction engineering services that EEI proposes to furnish to the City on this project: Design Engineering Services EEI proposes to provide design engineering services tø the City to develop a cost-effective, environmentally sound, timely and orderly approach to meet the needs of this project. In order to successfully complete this project, various items will need to be addressed during the preliminary Engineering Enterprises,Inc. Consulting Engineers Sugar Grove,IL Scope --_~ ���"�_ - �. planning, and the design engineering for this project. Our proposed scope of services will include the following: 01 -Preliminary Engineering: • Coordinate and develop with City staff the final scope and parameters of services to be provided • Obtain, review and inventory existing utility, roadway, right-of-way, ovvnenahip, soil data, etc. • Gather data and prepare a topographic survey • Gather and analyze the subsurface exploration data, including pavement cores and soil borings as necessary • Evaluate site resthctions, including but not limited to: o Topography o Hydraulic/Hydrologic constraints o Wetland buffer and control of wetland impact o Adjacent land uses o Site access o Truck access and movements within the site • Prepare preliminary site plan locating the following elements: o Salt storage facility o Calcium chloride tank o Parking areas o Access road(s) o Stormwater management facilities o Underground utility locations o Lighting (as necessary) o General site amenities o Location of landscape buffer areas • Prepare a cost estimate associated with the preliminary site plan • Identify any potential value engineering elements to control cost and provide alternative design strategies when applicable • Research and familiarize the design team with any specific City requirements regarding the site development and special use permitting processes • Prepare all required submittals for approval of the preliminary site plan by the planning and development commission and the zoning commission • Attend all required commission meetings required to facilitate the approval of the preliminary plan 02-Final Design Engineering: • Prepare construction p|ans, consisting of, but not limited to, the following sheets: o Cover sheet including the following information: • Project Title • City Officials and staff • Location Map • Table of Contents • Professional Engineer Sign and Seal • City Approval Location • JULIE Contact Information • Scales Engineering Enterprises,Inc. = Consulting Engineers Sugar Grove,IL Scope of Services, Cont'd. , • Benchmarks • Other information, as required o General notes and legend sheet including the following information: • Key construction details and information • Applicable standards o Quantities sheet including the following information: • Proposedpay items • Pay item units • Pay item quantities o Include general plans for the construction of the salt storage facility building pad: • Size and dimensions of structure • Door location • Required utilities o Mass grading and utility sheets • Identify existing and proposed cross sections • S1ormvvata, detention facility grading inforrna1ion, complete with outfall |ocedon, restrictor manhole sizing and all other required data • Identify temporary stockpile locations • Utility information: • Storm sewer manhole, inlet and catch basin locations complete with type, station, offset and rim and invert elevations • Storm sewer pipe locations with grades and lengths • Identify locations of existing sanitary facilities and research feasibility of providing sanitary sewer utilities to the site • Identify locations of existing water main facilities and research feasibility of providing water service to the site • Typical cross section sheets for access roads and parking lots, complete dimensions, thicknesses, R.O.W. location and all other pertinent information o Improvement sheets for Bowes Road: • Roadway locations and grades • Location of any existing items • Access drive location and specifications • Restoration • Required grading • Traffic control and staging plans (as required) • Striping • Sign locations o Detail sheets including the following information: • All applicable pject details • State standards • Traffic control • City details (as required) • Other details pertinent to the construction of this project o Stormwater Pollution Prevention Plan (SWPPP) • Soil erosion and sediment control . plans and details required to meet requirements of the Kane County Stormwater Ordinance and IEPA NPDES requirements • SWPPP will identify best management practices to address water quality issues and wetland protection measures including, but not limited to: Engineering Enteri Inc. � , Cont'd. - .' ' | "=�°Scope • Wetland buffer areas • Bioswales with naturalized plantings to treat stormwater runoff before and after entering detention area$ • Storm sewer inlet protection • Stormwater outlet protection • Prepare construction opeo|fioadiono, consisting of, but not limited to, the following sheets: o All requiredbiddi dletting ihomna1i n and contractualhonna o City special provisions and contracting information o Project specific specifications and special provisons o State specifications and provisions o Prevailing Wages o Core/Boring reports • Review Wetland constraints and identify appropriate m 'thodatonaduceimpacts o Planting buffers o Utilize Best Management Practices when applicable for stormwater management o Utilize separate ntormnvva1ermanagement faci||pemfor roof drains and pavement areas to isolate water that is exposed to salt and manage in a separate faoi|dy, such as an evaporation basin o |donUh/ou�a/| e�onnaavver /oo�bona �onnin/nn/�avvnUand /nmpaotowhenpoaaib/o ' ! • Landscape plans o Provide planting alternatives to create a |andSoape plan that blends into the existing plant material | o Identify buffer locations and fencing alternatives o Provide adequate screening from adjacent residential areas and roadways o Provide naturalized plantings and berms adjaceit to weltand buffer areas • Coordinate reviews with the City of E|gin, the Kane Cwbnh/ Division of Transportation, the IEPA and the Army Corps of Engineers as required • Prepare and submit the required permit applications as required to secure all necessary permits and approvals for construction • Prepare final cost estimates • Prepare a final estimate of working days and tentanstruction schedule • Prepare and provide final contract drawings, documents and specifications for bidding including all necessary information for the b/dder, including construction nlathodo|oQy, special pnovioiono, and direction to the bidder regarding City specific recuirements, construction ordinances and project specific guidelines • Assist in bidding, analysis and contrai i required • Attend public meetings with City staff to review constru6tion with adjacent property owners • Provide all plans and drawings electronically and hard copy in 22" x 34" size format with visual aoa|oa, drawings will be in AutoCad 2008. or as otherwie required • Provide all specifications in 8 1/2" x 111/2"format and boOnd and in quantities as required Through the course of the design of this project, EE| will attend all required meetings with City staff, and all other government agencies as required. | Further, EB will meet with utility and other agencies, as recessary, to coordinate utility services required for the project and to establish the division ofbetve8n the utility and the agency and construction contractor. EE| will prepare detGi/ed minutes of all meetings and submit [ them for approval within three calendar days after meeting. Meeting minutes may denote scope of work changes, but will not be considered formal notification of changes. 1 Engineering Enterprises, Inc. ~ 1 Consulting Engineers Sugar . She of Services, Cont'd. • The following program guidelines for the Bowes Road Salt Storage Facility will be employed to ensure the best possible end result for the City: • Employ Quality Control/Quality Assurance procedures and implement and monitor the procedures for the duration of the design portion of the project • Apply value-engineering techniques to ensure efficient and cost-effective design procedures • Communicate with all parties relative to the status of the project through meetings, correspondence and telephone conversations • Provide the required coordination between the City and Other regulatory agencies • Early identification of issues or problem areas related to technical scheduling or budgetary goals Construction Engineering Services After the successful design and award of the contract, EEI will provide the necessary construction engineering services to the City to ensure that the project is completed on time and in accordance with the plans and specifications. Our proposed scope of services will include the following: 3-1. Construction Administration • Coordinate and Attend Pre-Construction Conferee • Prepare payment estimates based on field measured quantities (no more frequently than one per month) and review payroll certifications • Attend coordination meetings with Contractor and City staff per the direction of the City • Attend Council Meetings as necessary to provide key updates and to discuss other issues as directed by City staff • Schedule and attend meetings with City staff to review key elements prior to installation • Review shop drawings as required by specifications and provide timely review to expedite material orders or shop drawing re-submittals • Document key milestones and provide weekly summaries to City staff • Provide forecasts for upcoming work items • Conduct meetings with adjacent property owners to review scope of work, construction timelines and address issues • Prepare Project Close-Out Documentation 3-2. Construction Surveying • Provide line and grade layout for all proposed site work • Field verify grades prior to installation to verify accuracy and ensure correct installation • Document field changes and prepare record dravVings 3-3. Construction Observation • Conduct daily site visits and observation services during construction to ensure adherence to plans • Provide prompt response to Contractor to avoid construction delays and ensure adherence to the proposed site construction schedule • Complete daily field reports and weekly summaries • Provide material documentation to ensure instIled materials meet specifications and installation procedures • Coordinate material testing as required by specifications Engineering Enterprises,Inc. Consulting Engineers Sugar Grove,IL I Scope of Services, Cont'd. In addition to the detail scope of services listed above for the preliminary, design and construction engineering services for this project, EEI is prepared to go above and beyond the City's expectations to ensure the successful completion of this project. As other scope elements arise throughout the duration of this project, EEI will furnish the necessary services to ensure the completion of the project in accordance with all City, County,, State and Federal requirements. Our history of successful completion of similar projects displays our ability to provide the necessary services required to meet the unique aspects of this project. Engineering Enterprises,Inc. Consulting Engineers Sugar Grove,IL PROJECT SCHEDULE—BOWES ROAD SALT STORAGE FACILITY SITE DESIGN DESIGN & CONSTRUCTION ENGINEERING SERVICES 11It CITY OF ELGIN PUBLIC WORKS DEPARTMENT Attachmqnt B *1 'mo' 2008 Project Engineering Services'Tasks (Week) April May . June JulyAugust Ssptember October ' 1, 2 3 4 5 6, 7 o_9 10 11 12 13 14 15 16 1718 19 20 21 22 23 24 25 26 City of Elgin Preliminary Approval Pedom�and PmoeyoRo|dTopogmph�Sumov ����� . „ Engineering Notice to Proceed % _ Project Kick-off MeetingVV wi�h Elgin Public Works . . . Obtain and Review Reports,Studies and Existing Information . . , Perform Field Review/Confirm Conditions . . . Review Surface Drainage Issues and Adequacy � � , _ Review ExieVngYVadondDelineation Rapo�sand|nhormahon ` _ _ � � _ Review Existing �ng� �w�rPormdA�|�ohon ,,.-1 . . _ Prepare Preliminary Site Plan and Estimate of Cost for City Review �� , _ Coordinate Site Electrical Service Requirements with CornEd , . , _ Obtain Soil Boring Information Prepare PresentationExh�kshx �� � � UMaterials - — ' � � ' Conduct MoedngRe:Pm|iminarySite Plan Options with BginPublic VVo,kaS�M � ---- � . _, Submit the Preliminary Plan for Applicable Development Review Approvals _ . � _ _ Prepare 90%Plans,Specifications and Cost Estimate and Submit to City . Prepare and Submit Final Site Plan to USACOE for Final Approval , „ , Prepare and Submit Final Site Plan and Permit Application to KDOT . . „ ~ Prepare and Submit EPA Sewer and Water Permit Applications _ Conduct Meeting Re:8O%Plans Review wbhBginPublic VVo,kaS�ff _ . Final Plan Rev�ionoand Submina}nfDuoumomafor Final Cby/ppmve _ . �mis.und{�y�aoxAdnmnkmnx�mufEHxehnpm �vn� u,— - II' _�_ _. _ _ BginChyCouncil Cono�umionCom�oAward . �— -- -- Oua|UyComm|and Quality AsoumnueReview il �N Mr ��N I�� 11 - 111 Obtain USACOE Final Site Plan Approval , Ob�inKDOTPermit � ' � Ob�in|EPASewer and VV�orPermha ' ' ` � ' - - Estimated Construction Timeline . _ _ , Preliminary Engineering ITTP:11M Survey Design Engineering 1 Bidding,Contracting,Administration AgencyReview...I Construction Meetings and Coordination QC/QA Attachrn nt C ENGINEERING ENTERPRISES,INC. DATE: 4/4/2008 CONSULTING ENGINEERS ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST ENTERED BY: TW PROFESSIONAL ENGINEERING SERVICES Bowes Road Salt Storage Facility Site Design City of Elgin,Kane and Cook Counties,Illinois ENGINEERING DRAFTING SURVEYING ADMIN. WORK WORK SENIOR SENIOR SENIOR SENIOR ITEM COST ITEM PRINCIPAL PROJECT PROJECT PROJECT PROJECT CAD PROJECT PROJECT PROJECT SENIOR HOUR PER NO. WORK ITEM ENGINEER MANAGER MANAGER ENGINEER ENGINEER MANAGER TECHN. TECHN. SURVEYOR SURVEYOR TECHN. SECRET. SUMM._ ITEM PRELIMINARY DESIGN PHASE _ 1.01 Perform and Process Field Topographic Survey 8 12 12 32 $3,168 1.02 Prepare EEI Project Management Plan(QA/QC) 6 6 $828 1.03 Conduct Project Kickoff Meeting with Elgin Public Works Staff 2 2 4 8 $1,008 1.04 Perform Field Review/Confirm Conditions2 2 4 $492 1.05 Review Surface Drainage Issues and Adequacy 8 8 $1,008 1.06 Review Existing Wetland Delineation Reports and Information 4 4 $504 1.07 Review Existing Stormwater Permit Application _ 4 4 $504 1.08 Prepare Preliminary Site Plan and Estimate of Cost for City Review 6 20 30 30 8 94 $10,452 1.09 Coordinate Site Electrical Service Requirements with ComEd 6 6 $648 1.10 Coordinate and Evaluate Soil Testing Data 66 $648 1.11 Prepare Exhibits for Presentation of Preliminary Materials to City Officials 2 . 8 16 26 $2,868 1.12 Conduct Meeting Re:Preliminary Site Plan Options with Elgin Public Works Staff 2 2 6 _ 10 $1,224 1.13 Development Review Process(Submittals,Meetings,etc.) 10 _ 8 18 $2,244 Preliminary Design Phase Sub-Total 4 30 36 70 46 A 8 12 12 8 226 $25,596 FINAL DESIGN PHASE 2.01 Prepare Plans,Specifications and Cost Estimate and Submit to City 12 24 40 40 12 128 $14,256 2.02 Prepare and Submit Final Site Plan and Permit Application to KDOT 6 6 5756 2.03_Prepare and Submit IEPA Sewer and Water Permit Applications 8 , 8 $864 2.04 Conduct Meeting Re:90%Plans Review with Elgin Public Works Staff 2 2 4 8 $1,008 2.05 Final Plan Revisions and Submittal of Documents for Final City Approval 2 4 4 12 22 _ $2,508 2.06 Assist in Bidding,Analysis,and Award Recommendation of Site Improvements 2 2 10 , 14 $1,656 2.07 Quality Control and Quality Assurance Re:Final Site Design 2 8 10 $1,404 Final Design Phase Sub-7ofal 6 26 34 66 52 12 196 $22,452 I DESIGN TOTAL= $48,048 I CONSTRUCTION PHASE ' 3.01 Conduct Pre-Construction Meeting 2 2 4 , 8 $1,008 3.02 Construction Stake-Out 16 16 32 $2,880 - 3.02-Provide-On-Sita Qbservation_odWork(Hweeksti3220hours/weeKaverage)-__ _ 160 160 $17,280 3.03 Facilitate Contractor Suggestions and Requests 6 - - -- - ---- -- - - - - - - - - - - 6- $828 - - - - 3.04 Conduct Weekly Construction Progress Meetings(8 Weeks 0 2 Hours ea.) 16 _ 16 $1,728 3.05 Provide Contract Administration&Records Maintenance 2 10 30 42 $4,920 3.06 Prepare Record Drawings 2 B 12 8 8 38 $3,876 3.07 Prepare Project Close-Out Documentation 4 8 12 $1,416 Construction Phase Sub-Total - 4 24 226 _ 12 24 24 314 S33,936 Project Total , 1 14 I 60 I 70 I 362 1 0 I 110 I 0 I 8 I 36 I 36 T 20 I 736 7581,984 FEE SCHEDULE AS OF 01/01/08 DIRECT COSTS Principal Engineer E-3 0 hours 0 $162 per hour= $0 Printing $1,000 Senior Project Manager E-2 14 hours 0 , $150 per hour= $2,100 Supplies&Misr: 5250 Project Manager E-1 80 hours 0 $138 per hour_ $11,040 Vehicle $1,200 Senior Project Engineer/Surveyor P-5 78 hours 0 $126 per hour= $9.828 Terracon(Geotechnical) $3,000 Project Engineer/Surveyor P-4 362 hours 0 $108 per hour= $39,096 Electrical Engineer $2,500 Senior Engineer/Surveyor P-3 0 hours 0 $99 , per hour= $0 Landscape Architect $5,250 Engineer/Surveyor P-2 36 hours 0 $90 per hour= $3,240 CBBEL $3,000 CAD Manager Et 0 hours 0 $138 per hour= $0 DIRECT EXPENSES= $16,200 Senior Protect Technician T-5 110 hours 0 $108 per hour= $11,880 Project Technician T-4 0 hours 0 $99 per hour= $0 TOTAL LABOR COSTS Senior Technician T-3 36 hours 0 $90 , per hour= $3,240 Drafting Expenses= $11,880 Secretary A-3 20 hours 0 $78 per hour= $1,560 Surveying Expenses= $7,488 HOURLY TOTAL= 736 TOTAL FEI LABOR= $81,984 Engineering Expenses= $61,056 Administrative Expenses= $1,560 TOTAL LABOR EXPENSES= $81,984 TOTAL CONTRACT COSTS=I $98,1841 G\Public\Elg,n\2000\EG0e02 Cly of Elgin Bowes Road Sell Storage Facility\EvuiEG0e02 Fee Estrmele 9slEG0902 % ‘, L...ek, v,.) April 18, 2008 TO: Mayor and Members of the City Council , (71:7010111, '`1,11,1( FROM: Olufemi Folarin, City Manager CH,n''CM/11mwt John Loete, Public Works Director SUBJECT: Engineering Services Agreement with Engineering Enterprises, Inc. for the Bowes Road Salt Storage Facility Site PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider an agreement with Engineering Enterprises, Inc. for design and construction inspection engineering services for the Bowes Road Salt Storage Facility Site. RECOMMENDATION It is recommended that the City Council authorize the Cityanager to execute the agreement with Engineering Enterprises, Inc. in the not-to-exceed amounof$98,184. BACKGROUND Included in the 2008 Riverboat Fund Budget is $900,000 for the construction of a new salt storage facility on the south side of Bowes Road approximatgly one quarter of a mile east of the intersection with Longcommon Parkway. The building will be a barn style structure and the site will be designed to make the finished facility blend in with, the surrounding areas as much as possible. Access will be directly off of Bowes Road, opposite the main entrance to the Edgewater Subdivision, and the site will be screened from the adjacent development, The Reserve. Work on the project started in 2007 but had to be put on hold when it was discovered that a much larger than acknowledged wetland buffer had been established on the property by the previous owner, Pulte. This site is part of the 25 acre public use site donated to the City. The wetland buffer was delineated on an exhibit that was part of an agreement with the Corps of Engineers prior to the parcel being given to the City. The situation had been corrected since last year and the Corps of Engineers will be reviewing our proposal to insure that appropriate best management practices are used on the site. I Engineering Service Agreement for Bowes Road Salt Storage Facility Site April 18, 2008 l Page 2 Requests for proposal for the subject project were solicited from six firms and four proposals were submitted on April 4, 2008. The four firms were Manhard Consulting, Engineering Enterprises, Cemcon and Cowhey Gudmundson Leder. A sltaff selection committee evaluated the four proposals with Engineering Enterprises being selected the most qualified firm. Upon selection, Engineering Enterprises met with staff to finalize the project scope and negotiate a project fee. The final negotiated fee is $98,184. A copy of the results of the selection process is attached as Exhibit A. I A copy of the Engineering Services Agreement is attached las Exhibit B. The agreement will provide for preliminary and final design engineering for the site, review agency coordination, bidding assistance, inspection of the site construction and co6rdination with the separate bidding and construction of the prefabricated building. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The agreement with Engineering Enterprises for the Bowes Road Salt Storage Facility Project will total $98,184. Funding is budgeted ($791,060) and av ilable ($790,297) in the Riverboat Fund, account number 275-0000-791.92-36, "Buildings/ tructures," under project number 339896, "Bowes Road Salt Storage Facility." The balance of the funding will be used for the development of the site and the construction of the building. LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to approve the Engineering Services Agreement with Engineering Enterprises. 2. The City Council may choose not to approve the Engineering Services Agreement with Engineering Enterprises. Respectfully submitted for Council consideration. JL Attachments