Loading...
10-188 a Resolution No. 10-188 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH BURNS & McDONNELL ENGINEERING COMPANY, INC. FOR 2011 EAGLE HEIGHTS NORTH WATER MAIN AND STREET REHABILITATION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that Sean R. Stegall, 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 with Burns & McDonnell Engineering Company, Inc. for the 2011 Eagle Heights North Water Main and Street Rehabilitation Project, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: October 13, 2010 Adopted: October 13, 2010 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 13thday of October ,2010_,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Burns & McDonnell Engineering Company, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2011 Eagle Heights North Water Main and Street Rehabilitation 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, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the City Engineer of the CITY, herein after referred to as the "DIRECTOR". B. The Engineer will provide survey, detailed design, permit acquisition, and bidding phase services for approximately 13,000 linear feet of water main replacement and street resurfacing. Project includes the design of sidewalk replacement, storm and sanitary utility adjustments, sanitary sewer point repairs, storm sewer adjustments, water testing stations, survey monuments and other appurtenances consistent with City requirements. Project also includes television inspection of all storm and sanitary sewer in the Project Area,development of a standardized sign specification, assistance in selection of standardized pavement mix(es)for use in the City,and due diligence required to for certification of clean construction debris disposal in accordance with Illinois Environmental Protection Agency._ C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. a. Preliminary Plans and Specifications: November 5, 2010 b. Prefinal Plans and Specifications: December 10, 2010 c. Final Plans and Specifications: January 6, 2011 d. Bid Review: February 3, 2011 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. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 3.0 times the direct hourly rate of personnel employed on this PROJECT,with the total fee not to exceed $281,068.84, regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 5%. C. Other reimbursable components of the fee include: a. Survey Total Station or GPS $225 per day. b. See Attachment C for other reimbursable components. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Full payment for the project shall not be made until the project is completed and accepted by the DIRECTOR. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports 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 4 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. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen(15) days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. Notwithstanding the foregoing or anything else to the contrary in this agreement,with the sole exception of the monies the CITY has agreed to pay to the ENGINEER pursuant to Section 4 hereof, no action shall be commenced by the ENGINEER or any other related entity against the CITY for monetary damages. 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, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY,its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration,completion and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance; alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a $1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS,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. 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. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and 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 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; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 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. 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: JOSEPH EVERS, P.E. City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: RANDALL L. PATCHETT, P.E. Associate Burns & McDonnell Engineering Company, Inc. 1431 Opus Place Downers Grove, Illinois 61515 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. FOR THE CITY: FOR THC ENGINE ' • By /Ire/ By City anager ► per; t v'; ?les:Jew Attest: Attes City Clerk Loutg F:\Public_Works\Engineering\Capital Projects\2011 Street Rehabilitation\2010 AGREEMENT Street Rehab.doc Attachment A DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES 2011 Eagle Heights North Water Main and Street Rehabilitation Project 1. OVERALL 1. General: Burns & McDonnell Engineering Company, Inc. (Design Engineer) will serve as the City of Elgin's representative for the entire design and administration of the planning for the project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Desgin Engineer shall include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the bidding and planning documents in accordance with the City's objectives of cost, time and quality. The Design Engineer will work closely with and report to the City Engineer or his designee. It shall be understood that the Design Engineer will act as the City Engineer on this project and shall coordinate with other City entities such as the Legal Department, City Clerk, Purchasing Director, Water Director, Sewer Director and Street Director. The Design Engineer shall be responsible for acting as the City Engineer on this project in regards to Federal, State and County issues as well. 2. Law: The Design Engineer is expected to understand all State, County and City Laws governing the implementation of his bidding and planning documents. 2. DESIGN a. Project Location: Exhibit 1 establishes the streets and/or areas to be includes in the Design Engineer's bidding and planning documents. b. Project Kickoff: Establish lines of communication. Present a work plan for the project including schedule milestones, design criteria(utilize existing standard City contract as a base model), list of information needed to begin design. Acquire existing information including previous reports plans of recent development and relevant site information. Collect water, sanitary and storm atlases. Interview and document same, the Sewer, Water and Street departments for their knowledge of issues within the project location. Collect and analyze public utility records and notify utility of pending project. c. Inspection of project Location: The Design Engineer shall provide site inspection of the entire area as well as immediately adjacent area. The following shall be included; • Internal Televising of all sanitary and storm sewers • Physical inspection, including photographs, of all manholes, valve vaults, catch basins, inlets, electrical vaults. • Video recording of existing improvements within and adjacent to the project location. Also, private property as it abuts the project. • Complete geotechnical investigations where deem necessary by the Design Engineer. • Signage inventory. • Pavement marking inventory. • Trees inventory. • Lighting inventory. • Video Inspection of entire project. d. Signage Specification: Engineer shall develop a standard signage specification for use on City projects. Engineer will work closely with City personnel to develop a standardized specification that is consistent with City and IDOT requirements. It is anticipated that three meeting will be required with City personnel. The specification will include modifications to signage details as necessary. Work product will be provided in a format acceptable to the City. e. Pavement Mix Standardization: Engineer shall make evaluate and make recommendations for use of standard pavement mixes to be used in the City of Elgin. Multiple pavement mixes may be selected based on the anticipated traffic use. Modifications to standard mix designs will be recommended as appropriate. It is anticipated that a minimum of two meetings with City staff will be required for completion of this task. f. Clean Construction Demolition Debris: Engineer shall complete industry standard environmental survey consisting of a PESA and limited soil borings to determine if potentially impacted soils exist in the project area. A summary report will be provided to the City prior to completion of the final design. g. Bike Trail Master Plan: Engineer shall review the City of Elgin Bike Trail Master Plan and design project that is consistent with the plan. h. Scope of Work Refinement: Based upon the collection of the above information, the Design Engineer shall refine the scope of work, including an estimate of cost, and obtain approval from the City. The Design Engineer shall include alternatives sufficient to insure the base bid will be below the total budget(when considering testing, publications, inspections and other typical costs found in construction projects). i. Construction Documents: Design Engineer will complete plan sheets as necessary, construction estimates, construction specifications, bid and contract documents utilizing a City format. Any alterations or additions to the City format shall be highlighted and fully explained to the City Engineer or his representative. Plan sheets shall be provided for all underground work including water main, storm sewer and sanitary improvements. j. Scheduling: For this agreement, the Design Engineer shall develop a schedule for all steps from execution of this agreement to contract award. The schedule shall be updated at a miniumum of every two weeks and submitted to the City Engineer or his designee. k. Surveying: The Design Engineer shall provide a topographic survey of the portions of the project that require water, storm and/or sanitary sewer construction or replacement. The survey shall also pick up existing underground improvements that the City is not improving if the City does not have as constructed drawing for same. Base plan sheets will be developed from this survey at a maximum scale of 1"=50'. 1. Construction Estimate: The Design Engineer shall prepare several estimates related to the work the City desires to have completed under this project. Separate estimates are required for each of the utilities and separate locations should the project include multiple locations. In addition, the Design Engineer shall set the project estimates up to allow for alternates to insure a project may be bid and awarded as close to the budget as possible. m. Agency coordination: At a minimum, the Design Engineer shall schedule meetings with the City and any other interested agency, at about the midway point in their plan and specification development to insure they are meeting the expectations of the City. A second meeting shall be held with the City at approximately 95% completion to finalize the bid, specifications and planning documents. The Design Engineer shall prepare any and all necessary permits and documents required by the Illinois Environmental Protection Agency, Illinois Department of Transportation, or any other governmental agency that has a regulatory interest in the project. The Design Engineer shall coordinate with all public utility companies including verification of the soundness of their structures and any potential relocations/delays. n. Open House: The Design Engineer shall locate, schedule and hold an open house for the properties abuting the project location. The Design Engineer shall hand deliver or U.S. Mail to each abutting property a notice of this open house a minimum of seven calendar days in advance. 3. BIDDING 1. Prepare bid forms, notices and addendum as necessary for bidders. 2. Coordinate with the local newspaper to insure the notice is published 10 days in advance of the bid opening. 3. Provide (25) sets of drawings and specifications to be issued by the City to prospective bidders. 4. Attend pre-bid meeting with prospective bidders to provide clarification for issues and concerns from bidders. The Engineer will also distribute minutes from pre- bid meeting to the City and all meeting attendees with written answers to concerns/questions from the meeting. 5. The selected Engineer will receive bidder questions and requests for clarification. Based on these questions and requests, the selected Engineer will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders. 6. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Following this review, a recommendation will be presented to the City for award of the construction contracts. 7. Prepare tabulation of bids for distribution to City agencies and interested bidders. 8. Assist the City in the preparation of six (6) copies of final contracts for execution by the successful bidder and the City. City of Elgin `� of Ego, , Attachment B -2011 Eagle Heights North Water Main and Street Rehabilitation Burns c,/�"�"t-, i' Project Schedule McDonnell 4,7 SINCE 1898 September 22, 2010 2010/2011 PROPOSED PROJECT TASKS September October November December January February March April Notice To Proceed Task 1.1 -Preliminary Design Task 1.2-Design and Preparation of Construction Bid Documents Task 1.3-Opinion of Probable Construction Costs Task 1.4-Submit Drawings and Specifications to the City for Review • Task 1.5-Assist the City with Permit Applications Task 1.6-Prepare Bid Forms, Notice, and Addenda Task 11.1 -Provide Twenty-Five(25)Sets of Final Bid Documents Task 11.2-Assist the City with Bidding Phase Task 11.3-Assist the City with Bid Review Task 11.4-Preparation of Final Contracts Plan Submittals to the City of Elgin ■ Attachment C Other Reimbursable Costs Burns & McDonnell Engineering Company, INC. Company Reprographics Billing Schedule Effective Date Central Reprographics Only January 1,2010 (Color Volume Discounts - per page) 81/2x11 to 81/2x14 11x17 1 - 2500 $0.70 $1.40 PHOTOCOPY 2501 - 7500 $0.65 $1.30 The photocopy process is used for either black and 7501 15000 $0.60 $1.20 white or color copies/prints up to 11x17. Stock used can 15001 - 25000 $0.55 $1.10 be from 20 lb. bond to 70 lb. cover weight, including 25001 - up $0.50 $1.00 index tabs. This process is best utilized by: • Book printing • Specification covers * Larger than 11x17 - See Large Photocopy • Letters and memos • Report covers • Line drawings • Specifications Handwork: Labor-charge$32.50 per hour. • Manuals • Addendums Overtime work will be billed at$48.50 per hour. • All preliminary • Single-color newsletters documents Minimum overtime charge is one hour. • Forms • Meeting notes Binding/Finishing PHOTOCOPY - Imaging/Printing on 20 lb. bond Up to 11x17 B/W Copies/Prints 3 Hole Drill Per Drill $0.10 81/2x11 to 81/2x14 $0.08 Folding(machine) Per Page $0.03 11x17 $0.16 Folding(by hand) Per Page $0.10 Color Copies/Prints Staple(machine) Per Staple $0.02 Staple(by hand) Per Staple $0.04 81/2x11 to 81/2x14 $0.70 11x17 $1.40 Edge Bind Per Book $2.00 Acco Bind Per Book $2.00 Central Reprographics Only Velo Bind Per Book $2.15 (B/W Volume Discounts - per page) Standard Bind Per Book $3.00 81/2x11 to 81/2x14 11x17 GBC Plastic Bind Per Book $3.33 1 - 2500 $0.08 $0.16 Screw Post Bind Per Post $1.50 2501 -7500 $0.07 $0.14 Hand Inserting Per Page $0.15 7501 - 15000 $0.06 $0.12 Laminating 15001 - 25000 $0.05 $0.10 Double Sided 25001 -up $0.04 $0.08 8'/2x11 EA $2.50 11x17 EA $4.00 The rates shown above are effective for services through December 31,2010,and are subject to revision thereafter. REPRO10.DOC 1 LARGE PHOTOCOPY Black line copies up to 36" wide are available on the OCE DISCOUNT TABLE/CENTRAL TDS 800 scanner printer. This copier offers a 25% REPROGRAPHICS reduction to 400%enlargement. This copier scans the Square footage rounds up original drawings into memory then prints the required number of sets. All plots will be on bond copy,vellum, or Over 3,000 Sq. Ft. Per Order Unit Price mylar at client's request. This process is best utilized by: •Approval sets 12x18 $0.42 • Draft sets • Preliminary sets 15x21 $0.63 •Bid sets full or half size 18x24 $0.63 This copier produces very high resolution, especially on dot patterns, solids,photos, etc. 22x34 $1.26 24x36 $1.26 BLACK/WHITE LARGE FORMAT 28x40 $1.68 Square footage rounds up 30x42 $1.89 Unit Price 34x44 $2.31 $0.28 per Sq Ft 36x48 $2.52 12x18 $0.56 15x21 $0.84 Finishing 18x24 $0.84 Folding(by hand) Per Sq.Ft. $0.20 22x34 $1.68 Staple(by hand) Per Staple $0.04 24x36 $1.68 Staple with edge binder Per Set $5.00 28x40 $2.24 Standard Bind Per Set $6.00 30x42 $2.52 Post bind Per Post $1.50 34x44 $3.08 36x48 $3.36 Handwork will be charged if total time needed to complete is more than 15 minutes. Labor charge is$32.50 per hour. Larger than 12 sq. ft.: Overtime will be billed at$48.50 per hour. Actual square footage x$0.28 per sq. ft. Minimum overtime charge is one hour. For vellum, add$0.12 per sq. ft. For mylar add$0.70 per sq. ft. The rates shown above are effective for services through December 31,2010,and are subject to revision thereafter. REPRO10.DOC 2 PLOTTING Monochrome plotting is performed at 400 DPI on plain paper. The technology is high-speed LED electro photography. Plots are billed to the project at$0.28 per square foot. Color Plotting Per Square Foot $6.00 Per Square Foot over 3000 Square Feet $5.40-Central Reprographics Only SCANNING Scanning to file 8'/2x11 to 11x17 black&white 1-500 Scans $0.08 per page Over 500 Scans $0.07 per page- Central Reprographics Only Scanning to file larger than 11x17 black&white. 1-1000 scans $2.65 per scan 1001 and above scans $1.00 per scan- Central Reprographics Only Scanning to file up to 11x17 color $0.70 per scan Scanning to file larger than 11x17 color.. $10.00 per scan CD Burn(1-10) $8.00 CD Burn(11+) $5.00 The rates shown above are effective for services through December 31,2010,and are subject to revision thereafter. REPRO10.DOC 3 Company Vehicle Billing Schedule Effective Date January 1,2010 Burns&McDonnell fleet vehicle use is charged using For needs involving vehicle types that do not appear in an assigned time component and a miles traveled the following table, charges will be established from component. The assigned time component provides prevailing market prices for the vehicle,miles it for daily,weekly and monthly durations. The miles travels, and insurance. For situations requiring higher traveled component relates to variable costs such as insurance limits than required by statue,a vehicle high fuel, lubrication,tires, maintenance, routine cleaning, insurance limits charge can be prepared. etc. Base Rate The daily charge applies when a vehicle is assigned for Type of Mileage 7 days or less. The daily charge is for each 24-hour Vehicle Daily Weekly Monthly Charge period or fraction thereof. Sedan,4 dr $58 $290 $1,160 $0.29 The weekly charge applies when a vehicle is assigned Van 65 325 1,300 0.34 for more than 7 consecutive days and less than 6 continuous weeks. For fractions of a week over 7 Van, 12-15 consecutive days,the weekly rate will be prorated by Passenger 107 536 2,140 0.35 the number of days and fractional days the vehicle is Truck- 2WD 50 250 1,000 0.32 assigned(one-seventh per calendar day). Pickup, 1/2T The monthly charge applies when a vehicle is assigned Truck-4WD 60 300 1,200 0.35 for more than 6 continuous weeks. For fractions of a Pickup, 1/2T month over 6 continuous weeks,the monthly rate will be prorated by the number of months and fractional Truck- 2WD 60 300 1,200 0.32 months the vehicle is assigned(one thirtieth per Pickup, 1/2T C.C. calendar day). Truck-2WD 55 275 1,100 0.32 Employee-owned vehicles are charged at the per mile Pickup, 1/2T Ext. C. amount allowed by the Internal Revenue Service for Truck- 4WD 68 338 1,350 0.35 business miles. Vehicles rented at destinations as part Pickup, 1/2T C.C. of short duration travel, such as airports,are charged per the receipt amount from the rental company,plus Truck-4WD 64 319 1,275 0.35 fuel, insurance, and other directly applicable amounts Pickup, 1/2T Ext. C. such as extra cleaning. Truck- 4WD 62 310 1,240 0.36 The base rate table displays Burns&McDonnell fleet Pickup, 3/4T vehicle charges that, in addition to providing the Truck-4WD 70 490 1,960 0.36 vehicle,provides all fuel,maintenance, repairs, fleet Pickup-3/4T C.C. care and scheduling, liability insurance required by statute and physical damage insurance for a 15% Truck- 2WD 65 325 1,300 0.35 surcharge will be added to the time component and Pickup, ITN mileage component charges displayed in the following Truck-4WD 75 375 1,500 0.36 table. Pickup, 1T SUV-4WD 65 325 1,300 0.35 Utility Trailer 15 75 300 These rates are effective through December 31,2010,and are subject to revision thereafter. VEHICLE10.DOC CAD/Computer, Electronic Storage Media, and Telephone Billing Rates Effective Date January 1,2010 COMPUTER-AIDED DESIGN (CAD) Electronic Media: WORKSTATION RATE 1-10 CDs $8.00/CD, same content,electronic The following rate includes the use of a workstation at the file burning company premises. They also include the use of basic 11+CDs $5.00/CD, same content, electronic CAD software. file burning Rates* 1-10 DVDs $20.00/DVD, same content, CAD $21.50/hr electronic file burning 11+DVDs $10.00/DVD, same content, Non-CAD Computer Rate electronic file burning Non-CAD computer usage is billed at$11.00/hr*. This rate includes the use of general purpose software. Telephone Rates Long distance telephone calls and facsimile transmissions Presentation Graphics are made through a call accounting system. The cost per Our sophisticated graphics system is billed at a fixed minute for project-billable calls is as follows: hourly rate which does not include paper or film output. Rates: Rates* Calls within the United States: $.11/minute Large format plots $6.00/sq. ft (including Alaska and Hawaii) Conferencing-Audio Only $.11/minute *Rates do not include operator labor or some specialized Web-Live Meeting $.15/minute design software. Video Conferencing Calling Card Rates Domestic $175/hour Long distance calls made outside the office are based on International $375/hour MCI's calling card rates: Facsimile Rates Rates: Outgoing Facsimile transmissions are billed at$.50 a page. Calls within the state of Missouri: $.65/minute Calls to other states: $.44/minute Service Rates All other services(i.e. hotel phone bills,video conference calls, and assisted conference calls)will be billed at our Regional and Site Offices invoiced cost plus 20%. Separate billing schedules are available for regional and site offices. International billing schedule is also available. The rates shown above are effective for services through December 31,2010,and are subject to revision thereafter. CAD10.DOC 1 Company Courier Billing Schedule Effective Date January 1, 2010 Burns& McDonnell courier rates include all labor, vehicle,parking and toll charges as shown in the following table. 1 to lO Miles $13.00 11 to 20 Miles $19.00 21 to 30 Miles $24.00 31 to 40 Miles $28.00 41 to 50 Miles $45.00 51 to 60 Miles $65.00 61 + mi, per mi $ 1.75 These rates are effective through December 31,2010, and are subject to revision thereafter. COURIER10.DOC h?.7) ?,^i'-o/OR & !MEMBERS BERS OI= CITY COUNCIL E L(3 I NJ THE CITY IN THE SUBURBS MEETING DATE: September 22, 2010 INITIATIVE C: Consideration of an Engineering Services Agreement with Burns and McDonnell for 2011 Eagle Heights North Neighborhood Street Rehabilitation Project COMMUNITY GOAL ■ Financially Stable City Government: To preserve and enhance the city's sound and resilient financial condition thru long-term planning for service delivery and infrastructure needs OBJECTIVE • Provide for the on-going maintenance of city's streets in order to strengthen the city's neighborhoods and the overall appearance of the community PURPOSE • Provide engineering services to evaluate and design the street and utility systems within the Eagle Heights North neighborhood and to finalize bid documents to complete construction in 2011 RECOMMENDATION • Authorize staff to execute an engineering services agreement with Burns and McDonnell for the engineering services necessary to prepare design and bidding documents for the 2011 Eagle Heights North Neighborhood Street Rehabilitation project BACKGROUND The city began an aggressive program to rehabilitate its streets beginning in the early 1990s corresponding with increasing investment in the city's neighborhoods. Prior to that, there was no consistent effort to address the increasing degradation of the city's streets. The initial effort focused primarily on surface pavement restoration along with minor sidewalk, curb and gutter repairs. As the program expanded, coinciding with the introduction of the City's Five-Year Financial Plan, utilities were evaluated for replacement and sidewalks, curb and gutters underwent restoration versus minor repair. r FINANCIAL ANALYSIS 41) The city has indicated a desire to take advantage of an anticipated competitive bidding environment for construction projects in 2011. Staff is proposing to move programmed funding from 2012 up to 2011 for Riverboat, Water and Sewer Funds to complete as much as possible during the favorable bidding atmosphere. The current five year program includes $3,000,000 in 2011 and $3,500,000 in 2012. The cost of engineering services for design and bidding services for the 2011 Eagle Heights North Neighborhood Street Rehabilitation project is a not-to-exceed amount of$281,068.84. Of this amount, $171,070 will be funded by the 2005 G.O. Bond Fund, and the remaining$110,000 will be funded by the 2004 G.O.Bond Fund. BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE 2004 Bond 384-0000-795.93-80 59911F $110,000 $110,000 2005 Bond 365-4000-795.93-80 59911F $171,069 $171,069 LEGAL IMPACT Approval,of the subject agreement is considered an exception to the procurement ordinance and requires a two thirds vote for approval. ALTERNATIVE COURSES OF ACTION The city council could choose to postpone engineering design and bidding until 2011 and plan for construction in 2012. NEXT STEPS 1. Execute engineering services agreement. 2. Complete design and bid documents 3. Submit lowest qualified bid for council consideration 4. Complete construction during the 2011 construction season. Prepared by: Joe Evers, City Engineer Reviewed by: David Lawry, Public Services Director Reviewed by: Colleen Lavery, Chief Financial Officer Reviewed by: William A. Cogley, Corporation Counsel/Chief Development Officer Final Review by: Rick Kozal,Assistant City Manager/Chief Operating Officer Approved by: 1S n R. Stegall, City M ager ATTACHMENTS A: Project location map B: Engineering services agreement r t. EXHIBIT A LOCATION MAP • • 2011 Street Rehabilitation habil Ea le He• hts North g 9 . . <„ �y� v I r f Z Todd Farm Dr V n cro to 7 A. T �.02 erd� C L7_________________________________ Mai<ve _ b� ....°. i earhC. 47 4 ke Ilk y'e Abbott Dr 14/aMiidred >0*to Ave Getzel man Dr 6 n sk r; o ` r w n s a V rt Ln a RoyalE 7 Ro a1 Blv. myon Ln.,....1 t--� 14 I( / 9 PI 0 Harlan Ave Kul V ��'!• Diane AveI _ e----........4slr— Kaskaskia Ave`a$ Kimberly DrI 111 Ma o• C.> Illinois Park Waw_ C 43 [1 Ct (Ilk x o] CtO Eagle Rd 1C EXHIBIT B ENGINEERING SERVICES AGREEMENT rik AGREEMENT THIS AGREEMENT is made and entered into this day of ,2010,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Bums&McDonnell Engineering Company, Inc._(hereinafter referred to as"ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2011 Eagle Heights North Water Main and Street Rehabilitation 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,it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein,subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the City Engineer of the CITY,herein after referred to as the"DIRECTOR". B. The Engineer will provide survey, detailed design,permit acquisition, and bidding phase services for approximately 13,000 linear feet of water main replacement and rstreet resurfacing. Project includes the design of sidewalk replacement, storm and [ sanitary utility adjustments, sanitary sewer point repairs, storm sewer adjustments, water testing stations, survey monuments and other appurtenances consistent with City requirements. Project also includes television inspection of all storm and sanitary sewer in the Project Area,development of a standardized sign specification, assistance in selection of standardized pavement mix(es)for use in the City,and due diligence required to for certification of clean construction debris disposal in accordance with Illinois Environmental Protection Agency. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. a. Preliminary Plans and Specifications: November 5, 2010 b. Prefinal Plans and Specifications: December 10,2010 c. Final Plans and Specifications: January 10, 2011 d. Bid Review: February 10, 2011 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. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided,however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Lump Sum Method) A. The CITY shall reimburse the ENGINEER for services under this Agreement a lump sum of$281,068.84 Dollars,regardless of actual Costs incurred by the ENGINEER unless substantial modifications to the project are authorized in writing by the DIRECTOR. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports 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 4 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. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition,if either party,by reason of any default, fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. Notwithstanding the foregoing or anything else to the contrary in this agreement,with the sole exception of the monies the CITY has agreed to pay to the ENGINEER pursuant to Section 4 hereof, no action shall be commenced by the ENGINEER or any other related entity against the CITY for monetary damages. 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 (11.14 against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY,its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration,completion and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official,director,officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification"shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively,if the insurance states that it is excess or prorated,it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error,omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence: A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS,METHODS,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. 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. • 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and 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 (11.16‘ The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments 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 5133E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include,at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; 41111) G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 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. 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: JOSEPH EVERS,P.E. City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: RANDALL L.PATCHETT,P.E. Associate Burns&McDonnell Engineering Company,Inc. 1431 Opus Place Downers Grove,Illinois 61515 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with all applicable Federal, State,City and other requirements of law,including,but not limited to,any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By By City Manager Attest: City Clerk F:\Public_Works\Engineering\Capital Projects\2011 Street Rehabilitation\2010 AGREEMENT Street Rehab.doc Attachment A DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES 1. OVERALL 1. General:The Desgin Engineer will serve as the City of Elgin's representative for the entire design and administration of the planning for the project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Desgin Engineer shall include implementation of City policies,program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the bidding and planning documents in accordance with the City's objectives of cost,time and quality. The Design Engineer will work closely with and report to the City Engineer or his designee. It shall be understood that the Design Engineer will act as the City Engineer on this project and shall coordinate with other City entities such as the Legal Department,City Clerk, Purchasing Director,Water Director,Sewer Director and Street Director. The Design Engineer shall be responsible for acting as the City Engineer on this project in regards to Federal, State and County issues as well. 2. Law: The Design Engineer is expected to understand all State,County and City Laws governing the implementation of his bidding and planning documents. 2. DESIGN Preliminary Design: a. Project Location: Exhibit 1 establishes the streets and/or areas to be includes in the Design Engineer's bidding and planning documents. b. Project Kickoff: " Establish lines of communication. Present a work plan for the project including schedule milestones, design criteria(utilize existing standard City contract as a base model), list of information needed to begin design. Acquire existing information including previous reports plans of recent development and relevant site information Collect water, sanitary and storm atlases Interview and document same,the Sewer,Water and Street departments for their knowledge of issues within the project location. Collect and analyze public utility records and notify utility of pending project. c. Inspection of project Location: The Design Engineer shall provide site inspection of the entire area as well as immediately adjacent area. The following shall be included; • Internal Televising of all sanitary and storm sewers • Physical inspection,including photographs,of all manholes,valve vaults, catch basins,inlets,electrical vaults. • Video recording of existing improvements within and adjacent to the project location. Also,private property as it abuts the project. • Complete geotechnical investigations where deem necessary by the Design Engineer. • Signage inventory. • Pavement marking inventory. • Trees inventory. • Lighting inventory. • Video Inspection of entire project. d. Signage Specification Engineer shall develop a standard signage specification for use on City projects. Engineer will work closely with City personnel to develop a standardized specification that is consistent with City and IDOT requirements. It is anticipated that three meeting will be required with City personnel. The specification will include modifications to signage details as necessary. Work product will be provided in a format acceptable to the City. e. Pavement Mix Standardization Engineer shall make evaluate and make recommendations for use of standard pavement mixes to be used in the City of Elgin. Multiple pavement mixes may be selected based on the anticipated traffic use. Modifications to standard mix designs will be recommended as appropriate. It is anticipated that a minimum of two meetings with City staff will be required for completion of this task. f. Clean Construction Demolition Debris Engineer shall complete industry standard environmental survey consisting of a PESA and limited soil borings to determine if potentially impacted soils exist in the project area. A summary report will be provided to the City prior to completion of the final design. g. Scope of Work Refinement: Based upon the collection of the above information,the Design Engineer shall refine the scope of work, including an estimate of cost, and obtain approval from the City. The Design Engineer shall include alternatives sufficient to insure the base bid will be below the total budget(when considering testing,publications, inspections and other typical costs found in construction projects). h. Construction Documents: 4111) Design Engineer will complete plan sheets as necessary,construction estimates, construction specifications,bid and contract documents utilizing a City format. Any alterations or additions to the City format shall be highlighted and fully explained to the City Engineer or his representative. Plan sheets shall be provided for all underground work including water main, storm sewer and sanitary improvements. e. Scheduling: For this agreement,the Design Engineer shall develop a schedule for all steps from execution of this agreement to contract award. The schedule shall be updated at a miniumum of every two weeks and submitted to the City Engineer or his designee. i. Surveying: The Design Engineer shall provide a topographic survey of the portions of the project that require water, storm and/or sanitary sewer construction or replacement. The survey shall also pick up existing underground improvements that the City is not improving if the City does not have as constructed drawing for same. Base plan sheets will be developed from this survey at a scale of 1"=50'. j. Construction Estimate: The Design Engineer shall prepare several estimates related to the work the City desires to have completed under this project. Separate estimates are required 141) for each of the utilities and separate locations should the project include multiple locations. In addition,the Design Engineer shall set the project estimates up to allow for alternates to insure a project may be bid and awarded as close to the budget as possible. h. Agency coordination: At a minimum,the Design Engineer shall schedule meetings with the City and any other interested agency, at about the midway point in their plan and specification development to insure they are meeting the expectations of the City. A.second meeting shall be held with the City at approximately 95%completion to finalize the bid,specifications and planning documents. The Design Engineer shall prepare any and all necessary permits and documents required by the Illinois Environmental Protection Agency, Illinois Department of Transportation, or any other governmental agency that has a regulatory interest in the project. The Design Engineer shall coordinate with all public utility companies including verification of the soundness of their structures and any potential relocations/delays. i. Open House: The Design Engineer shall locate, schedule and hold an open house for the properties abuting the project location. The Design Engineer shall hand deliver or U.S.Mail to each abutting property a notice of this open house a minimum of seven calendar days in advance. 3. BIDDING 1. Prepare bid forms,notices and addendum as necessary for bidders. 2. Coordinate with the local newspaper to insure the notice is published 10 days in advance of the bid opening. 3. Provide(25) sets of drawings and specifications to be issued by the City to prospective bidders. 4. Attend pre-bid meeting with prospective bidders to provide clarification for issues and concerns from bidders. The Engineer will also distribute minutes from pre- bid meeting to the City and all meeting attendees with written answers to concerns/questions from the meeting. 5. The selected Engineer will receive bidder questions and requests for clarification. Based on these questions and requests,the selected Engineer will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders. 6. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are (116' qualified to perform the work. Following this review,a recommendation will be presented to the City for award of the construction contracts. 7. Prepare tabulation of bids for distribution to City agencies and interested bidders. 8. Assist the City in the preparation of six(6)copies of final contracts for execution by the successful bidder and the City. . . . EXHIBIT 1 OF ATTACHMENT A 2011 Street Rehabilitation Eagle Heights North I v j 1 t t _= [ �J z Todd Farm Dr \\ / O r ca 7 C 8f, 1 A. T�be () C f4 d i _____„mik....-.. ...... L_________,_____ Mark qve cl 4'7%rte, /IF Abbott Dr iii q pe l, �idred > a ,. Ave Oetie Lnan Dr n .d n . „ p U ►r r; po U a 1-G----------7 „_-_,:---,0 Ro al \.J Blv• myon Ln 1 .s. _,..„ f T.--,-,------d y j P1 Harlan Ave i �� Diane ve ��� !, S� Kaskaskia Ave c L �� Kimberly Dr ' t�'', Ma 0' Illinois Park Way \Li a I fa Cc°'� Eagle Rd IX 411111) Ct Al City of Elgin % Engineering Services for 2011 Eagle Heights North Water Main and Street Rehabilitation Project Burn, ' v� Estimated Engineering Fees for Design and Bidding Support �>• September 3,2010 1\1cDnn nel1 '"'• SINCE 169E: Tro1l''yc3f°(:�'r },.yJ.:r sut,Q",.;'•^•' ; ,.Mr Cr . l r:' f ! '. d3::�`c. • ,4 . ,.. . ' r .Iktti9ti: ; 7arNr: <ie4c.aD: :0.;.:V. :r,. ... ... ._,., r. ......;.*...-..'4'. ; Y ,•� . ? r . 141k12.....;1241... ..•.._... .. ..'4:22%. .,...12k' ''6$X'. . .e(l10.; - or_Z. ,-. .a.:ir:w ...._.....1`-f"!:iika.:�:' !1u61>, Task 1-Design Phase • I.I.Preliminary Design Praia%Kdc-otfMeeting 4 4 4 $160.60 s¢% 61790.96 Site Visit&Routing Evalsutioa 1 32 16 $700.60 $300.4$ $7,944.40 Survey and Eminent Preparation 12 24 240 56,50000 $1,016.72 836.710.71 Omlabniwl information/Pavement Coca 2 1 .0 ., 113,500.90 035.10 $14,953.10 Televising of Storm and Salutary Sevwi 3 16 8 142,00000 19381 43351.01 UtiliNInsPettion 24 24 $171.4 $6,291.4 Signer Inventory-lsolnded odor tasks $0.00 Lighting Inventory-Included is other tasks 10.00 Tree Inventory-Included in other tab 12 54196 $1,146.96 Video bisection•included in odor tasks • 10.00 EnvieonmsR1l Soil Testing 3 I2 12 511000.00 *9380 $214678$ . UJlty Coadhmdon 4 a SS0.00 $42.00 $1,510.00 Pavement Ma Design 4 31480 5566.00, 1ae�.. Preliminary Pajoet Plans 1 64 4 60 050080 073196 326,70696 Technical Design Memorandum 1 16 33000 $15.63 *3.599.93 12,Delta and Preparation of Constriction Bid Documents Cera. Additional Survey end Data Acquisition a 16 350200 315.92 53,339.92' ti: Pre-Pinal Design Documents 4 96 144 64 8 330080 $1.102.4 *399,254.64 Technical Qua"Assume 16 24 3100.00 $143.10 $606720 l I Preliminary Design Document Review with City 6 6 6 $50.00 06650 3231684 ' Final Naga(30064)and Submittal 0 12 114 4S 1 3300.00 $902.16 031,640.16 Specifications&Quandda 4 40 40 125.00 110272 511,15172 1.6()pinion of Probable CoMrucdoa Cost 2 $ 16 > 093.05 331383.00 CD 1.4 Submit Drawings and Spe6rieatiem to the City for Review 380 480 -Tuk 2.4 has been Incorporated into Task 1.2 ten f. 1...5 Assist the City with Permit Applealioos 3 1 :13200 535.10 0139780 tgi 2.6 Prepare laid Forum,Notices,and Addenda 2 4 - 1 $50.13 31,152.12 Task!!-Bidding Phan ILu Provide 25 Sets of Find Design Doormats s 12 $ 9,000.00 $71.60 $3,107.60 1L2 Assist City with Bidding Please 2 4 s $30.10 050.12 51,902.12 IL3 Assist City with Bid Review 2 4 0 15212 11,83213 IL4 Preparation of real Contracts 1 4 $ 050.00 35212 $1,902.12 Total boon 0 32 44 360 436 24 Hourly Bgllal gum 3162.00 II12.4Q 15106 $157.40 1100.01 19690 Micas 5000 012,17404 567,060.06 163.90.60 543,600.46 $1,554.40 003,9100 13,71636 528I,06a84 Total Fee 5281,068.84 City of Elgin <ci off E��, 2011 Eagle Heights North Water Main and Street Rehabilitation Bu 1-p �` z Project Schedule McDonnell�' c. y ♦ �I:'v-� SINCE 18 9 8 ��~ September 8, 2010 • 201012011 PROPOSED PROJECT TASKS . September October November December January February March April Notice To Proceed Task I.1-Preliminary Design 1 Task 1.2-Design and Preparation of Construction Bid Documents NOMENIEMMIKUNE tta Task 1.3-Opinion of Probable Construction Costs Task 1.4-Submit Drawings and Specifications to the City for Review eD eD Task 1.5-Assist the City with Permit Applications Task 1.6-Prepare Bid Forms,Notice,and Addenda Task 11.1-Provide Twenty-Five(25)Sets of Final Bid Documents Task 11.2-Assist the City with Bidding Phase _ - Task 11.3-Assist the City with Bid Review Task 11.4-Preparation of Final Contracts _ III Plan Submittals to the City of Elgin yf:Jj \1 ELGIN THE CITY IN THE SUBURBS- Date: October 18, 2010 To: Joe Evers, City Engineer From: Jennifer Quinton, Deputy City Clerk Subject: Resolution Nos. 10-188 through 10-191, Adopted at the October 13, 2010, Council Meeting Enclosed you will find the agreement listed below. Please retain a copy for your records. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Agreement with Burns & McDonnell Engineering Company, Inc. for 2011 Eagle Heights North Water Main and Street Rehabilitation Project • Agreement with Hampton Lenzini and Renwick, Inc. for 2011 Center/Seneca Neighborhood Street Rehabilitation Project • Agreement with Engineering Enterprises, Inc. for 2011 Street Rehabilitation Program- Raymond Street • Agreement with Christopher B. Burke Engineering, Ltd. for 2011 North Street/Porter Street Neighborhood Street Rehabilitation Project