Loading...
10-191 a Resolution No. 10-191 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CHRISTOPHER B. BURKE ENGINEERING, LTD. FOR 2011 NORTH STREET/PORTER STREET NEIGHBORHOOD STREET REHABILITATION PROJECT BE IT 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 Christopher B. Burke Engineering,Ltd.for the 2011 North Street/Porter Street Neighborhood 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 13th day of October , 2010, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Christopher B. Burke Engineering, Ltd. (hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2011 Street Rehabilitation—North Street/Porter Street (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. ENGINEER shall perform surveys,inspections.plans, specifications,and estimates for the PROJECT as outlined herein and detailed in Attachment A hereto. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street a 4. PAYMENTS TO THE ENGINEER (Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the billing rate of personnel employed on this PROJECT,with the total fee not to exceed$168.600 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 $26,400. C. For other direct costs provided by outside firms,the CITY shall pay the ENGINEER the invoiced fee in accordance with the attached Direct Cost Schedule dated July 2, 2007. Any such direct cost shall be included within the total fee not to exceed $2,000. 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. rE i ' atta 4 a-ae F � ter a t ler � mss y � ffi y 1 t, r a � , °.�tt�'j'�J�' t'�a��.ra�`&la's, a I. PRELIMINARY DESIGN PHASE Task 1.1-Project Kick-Off $300 $300 $300 $900 Task 1.2-Inspection/Televising/ Pavement Cores $500 $20,000 $18,600 $39,100 * Task 1.3-Scope of Work Refinement $400 $400 $2,000 $2,800 Task 1.4-Construction Documents $45,000 $2,400 $28,000 $75,400 Task 1.5-Scheduling $400 $400 $400 $1,200 Task 1.6-Surveying $20,500 $0 $17,500 $38,000 Task 1.7-Construction Estimate $1,200 $400 $1,200 $2,800 Task 1.8-Agency Coordination $1,000 $300 $600 $1,900 Task 1.9-Open House $600 $300 $600 $1,500 Task 1 Sub Total $69,900 $24,500 $69,200 $163,600 Il. BIDDING Task 2.1-Bid Set Preparation $300 $300 $600 Task 2.2-Addenda Preparation $300 $300 $600 Task 2.3-Bidding Assistance $600 $450 $1,050 Task 2.4-Contract Administration Assistance $450 $300 $750 Task 2 Sub Total $1,650 $0 $1,350 $3,000 Subtotal $71,550 $24,500 $70,550 $166,600 Direct Costs $1,000 $1,000 $2,000 Total $72,550 $24,500 $71,550 $168,600 Grand Total $168,600 *$24,000 National Power Rodding for sewer televising($16,000 sanitary;$8,000 storm) $ 2,400 Testing Service Corp for pavement cores City of Elgin 2011 Street Rehabilitation-North Street/Porter Street 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination,except that reimbursement shall not exceed the task amounts set forth under Paragraph 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 10. LNDENLNIFICATION 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means,methods.techniques,sequences or procedures,or for safety precautions and programs in connection with the construction,unless specifically identified in the Scope of Services. 14. NONDISCRINIINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex,age,race, color,creed,national origin,marital status,of the presence of any sensory.mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 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 defmition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; City of Erin 2011 Street Rehabilitation—North StreetPorter Street 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: Jason G. Souden, PE Christopher B. Burke Engineering. Ltd. 9575 W. Higgins Road. 6 ' Floor Rosemont. IL 60018 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 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 EN/ IiI ER: # ') A ?a,Aajr,,,,E, ByBy • City Man er Attest: City Clerk IST:\PROPOSALS\ADMIN\2010\E1gin 2011 AGREEMENT St.Rehab.North St.Porter.doc City of Elvin 2011 Street Rehabilitation—North Street/Porter Street 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 1. 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 City of Elvin 2011 Street Rehabilitation—North StreetTorter Street 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; Televising of all sanitary and storm sewers Physical inspection of all manholes, valve vaults, catchbasins, inlets, electrical vaults. Video recording of existing improvements within and adjacent to the project location. Also, private property as it abuts the project. Pavement Cores Signage inventory. Pavement marking inventory. Trees inventory. Lighting inventory. Video Inspection of entire project. d. 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). e. 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. 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. f. 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 City of Elgin 2011 Street Rehabilitation—North Street/Porter Street same. Base plan sheets will be developed from this survey at a scale of 1"=50'. g. 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. 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. 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. I 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. ATTACHMENT B 2011 Street Rehabilitation ID Task Name Duration Stall Finish 8/2218%29(9/5 19/1219/1918/26110/310/1 10/1 10/2 10/3 111/'10 10ct'10 Nov'10711/1 11/2 11/22ec 112/512/1 12/1 12/2111/2 11/9 I1/1611/2311/3012/61 I2/13I2/20I2/17I 1 tW7 Project Kick-Off 0 days Fri 9/24/10 Fri 9/24/10 9/24 2 Inspection/Televising/Pavement Cores 4 wks Fri 9/24/10 Thu 10/21/10 3 Surveying 4 wks Fri 9/24/10 Thu 10/21/10 TILT_ 4 Scope of Work Refinement 1 wk Fri 10/22/10 Thu 10/28/10 ;: 5 Construction Documents 12 wks Fri 10/29/10 Thu 1/20/11 6 Scheduling 12 wks Fri 10/29/10 Thu 1/20/11 7 Construction Estimate 1 wk Fri 1/21/11 Thu 1/27/11 a 8 Agency Coordination 2 wks Fri 1/21/11 Thu 2/3/11 9 Open House 0 days Thu 1/20/11 Thu 1/20/11 ® 112, 10 Bidding 4 wks Fri 1/28/11 Thu 2/24/11 ; Task f • —...;:W1 Milestone ♦ External Tasks f _1 Project: 9/2/ Date:ate:Thuu 9/2/1100 Split , . . . . , , : : : , , Summary ^ External Milestone O Progress , mvv,vv.,-- - ° v Project Summary Deadline IS Page 1 Exhibit 1_ 01-1-Street ehabilitation North St / Porter Center St St ! i 111? 4'ee \ve II 1111 Tennyson Ct \ \\ 1 IN Academy Pt tin „...,, L i ::z: — Gifford St t rli d Hindell Pl o. '-r1 D==-. r x o' Cl) o Cl) Channing °- j Channin_ St C/) Ct 1 \ \ ' P1 Walker • Place i .'ton Place i PI Hill Ave 1 i j Poplar 1 i Porter St '--\\ Ct \ 1 t Porter Ill.: Ct N Liberty St C1 G 1 7 r \ \[ E x The Burke Group 9575 W. Higgins Rd. Rosemont, IL 60018 July 2, 2007 Code Description Price 111 8.5"x11" RIP'd Color laser copies, Fiery's 1.30/ea 117 11"x17" RIP'd Color laser copies, Fiery's 1.50/ea 121 Scanned color images-printed on bond paper 6.00/sq. ft. 122 Additional prints of your original 6.00/sq. ft. 151 Premium color poster 3.00/sq. ft. 155 Operator required-Processing charge 25.00/quarter hr. 157 Small format color scan to PDF 2.00/sq. ft. 400 8.5"x11" B/W impressions .08/page 403 8.5"x11" Color paper stock .10/sheet 404 8.5"x11" Card Stock .12/sheet 405 8.5"x11" Sticky back 1.00/sheet 409 Clear 4 mil mylar cover .50/sheet 411 Variable Magnification .50/setting 413 8.5"x11" Monochrome scan .20/per side 413-1 11"x17" Monochrome scan .25/per side 414 8.5"x14" B/W impression .10/sheet 417 11"x17" B/W impression .12/page 418 11"x17" Card stock .19/sheet 419 11"x17" Colored Paper .16/sheet 420 1/4" Plastic comb binding 1.40/each 421 3/8" Plastic comb binding 1.60/each 422 1/2" Plastic comb binding 2.40/each 423 5/8" Plastic comb binding 2.50/each 424 3/4" Plastic comb binding 2.75/each 425 7/8" Plastic comb binding 2.90/each 426 1" Plastic comb binding 3.05/each 427 t-1/8"-Plastic comb binding 3.55/each 428 1-1/4" Plastic comb binding 3.85/each 429 1-1/2" Plastic comb binding 4.00/each 430 1-3/4" Plastic comb binding 4.50/each 431 2" Plastic comb binding 4.70/each 438 Stapling .05/set 444-1 Plastic jackets 1.25/each 444 Misc. charges 1.25/each 455 Imaging on tabs .15/impression 456 Tab card stock .75/sheet 470 Handwork 45.00/hr 472 Fan folding-11"x17" to 8.5"x11" .025/sheet 473 Inserting .04/sheet 474 Drilling-Standard 2 or 3 holes 2.50/500 sheets 500 8.5"x11" Color laser copy .90/per 502 8.5"x11" Small format color scan .50/per side 502-1 11"x17" Small format colr scan 1.00/per side 514 8.5"x14" Color laser copies, double-sided 1.50/each 517 11"x17" Color laser copy 1.50/per 580 Mounting on 3/16" foamcore 3.45/sq. ft. 73 Overtime 40.00/hr 777777 Paper per case or package 8.5"x11", 8.5"x14" & 11"x17" Subject to change 800 Digital bond prints/plots .135/sq. ft. 800H Half size bond prints/plots .135/sq. ft. 802 Scan setup .50/sheet 822 Scan to file 2.00/sheet 850 Large document vellum prints .40/sq. ft. 872 Folding .05/sq. ft. 870 Handwork $35.00 885 Mylar reproduction 1.95/sq. ft. 900 Digital bond prints/plots .135/sq. ft. 900H Half size bond prints/plots .135/sq. ft. 905 Color inkjet plots 2.40/sq. ft. 910 Mylar prints/plots 1.95/sq. ft. 924 Burn CD $20.00 925 File conversion processing .75/sheet 950 Vellum plots_ 1.25/sq. ft. • Proposal:--1-0-657 --- ----- ill" NATIONAL POWER RODDING CORP.Specializing in today's needs for environmental protection. 2500 W.Arthington Street • Chicago,IL 60612-4108 • (312)666-7700 • Fax(312)666-5810 September 1, 2010 ( °= i, : 9 ,i, .1 .t e I u PROPOSAL Christopher B. Burke Engineering, Ltd. ` Submitted to: 9575 W. Higgins Rd., Suite 600 Rosemont, IL 60018 : Yet: A fi rri F Ph: 847-823-0500 Email: lfell(a),cbbel.com i, E x e t: t. I t 1'1C t: Ii, F' NiiiioMnal Dower ATTENTION: L,ee M. Fell, PE jI)o itlitt r, Co .ly. SUBJECT: CLOSED CIRCUIT TV INSPECTION OF SEWERS We propose to furnish the necessary labor,supervision and equipment to perform a closed circuit color TV inspection of sewer as described in the Scope of Work below. This proposal includes preparatory cleaning with high velocity jetting equipment to facilitate the TV inspection. Computerized log sheets describing observations noted during the inspection will be furnished along with the recorded video tape/DVD(s). SCOPE OF WORK Televise approximately 9,070 LF of sanitary and 4,580' of storm sewer lines located in Main, Illinois. PURCHASER WILL FURNISH Wafer for our high velocity jetting equipment; any special permits or fees, access to all manholes and sewer lines; additional traffic control should it be necessary to provide more than standard traffic cones and truck-mounted arrow boards, at no additional charge to us. PRICE Charges for the above services will be computed at the rate of S 1.70/ft. Terms: Subject to terms and conditions on reverse side. If you find the above proposal satisfactory,please provide a purchase order number. sign both copies,return the original to us and retain the copy for your records. To schedule the above services,please contact our office as soon as possible. Respectfully submitted, Purchase order number NATIONAL POWER RODDING CORPORATION 162,4,(„ • '11 Harold Kosova President ACCEPTED this day of 20......... Name of Purchaser Y Sh:vedFtle Destnq'2010 Proposals 10.037 Chnstopher Burke Engtneernne due By Name and Title GENERAL TERMS AND CONDITIONS General Conditions: These general conditions are incorporated by reference into the proposal and are part of the Agreement under which services are to be performed by the Contractor for the Customer.Contractor will follow Customer's instructions both verbal and written at all times. Customer Provided Labor: Where the Customer provides labor for the Contractor, the Customer will indemnify the Contractor for liability, loss or expense for work related injuries to those laborers not provided by the Contractor. The Customer agrees to waive all rights of subrogation against the Contractor arising out of the work in this Agreement. The Customer agrees to comply with all local, state and federal regulations, including regulations governing issues pertaining to the environment, employee safety and health, public safety, and vehicular safety, such as those regulations enforced by the United States Occupational Safety and Health Administration. Environmental Protection Agency, Mine Safety and Health Administration and Department of Transportation. This includes all training of customer's employees and provision of suitable and safe equipment, as required by the applicable governmental regulations. Customers Responsibilities: Customer will provide mechanical services. Operation and control of Customer's equipment is the Customer's responsibility. If Contractor cannot continue its work due to circumstance caused or allowed by Customer and of which Contractor was not apprised prior to starting the work,an hourly fee will be charged. Damage Limitations: Under no circumstances will the Contractor be responsible for indirect, incidental or consequential damages. The Contractor also is not responsible for the rendering of or failure to render architectural,engineering or surveying professional services. Pre-existing Conditions: The Contractor will not be responsible for liability, loss or expense (including damage caused by the backup of basement sewers) where the primary cause of the claim or damage is pre- existing conditions including faulty. inadequate or defective design, construction, maintenance or repair of property or contamination of the subsurface where the condition existed prior to the start of the Contractor's work.Customer is responsible for loss of service equipment caused by the pre-existing conditions at the job site. Environmental Conditions: The debris is represented to Contractor to be non-hazardous, requiring no manifesting or special permitting. The Customer will be responsible for any additional costs or claims associated with the treatment, storage, disposal of the removed debris, or breach of the above representation,at any time during or after the completion of this project. Indemnification: The Customer and the Contractor will each indemnify the other in proportion to relative fault for liability, loss and expense incurred by the other party resulting from a negligent act or omission in performance of work under this Agreement.The Customer also will indemnify Contractor for liability,loss and expense resulting from Contractor's services if the Contractor is acting at the direction or instruction of the Customer,or where the primary cause of any damages is due to information provided by the Customer. Credit Policy: Regular Terms are Net 30 Days.If any invoice is not paid in accordance with its terms,the customer agrees that there shall be added thereto, and the customer agrees to pay to contractor, a late charge at the rate of 1.5%v per month on the unpaid balance,plus all costs, including reasonable attorney fees,incurred by the contractor in collection of any invoice not paid in accordance with its terms. Entire Agreement:This proposal together with any written documents which may be incorporated by specific reference herein constitutes the entire agreement between the parties and supersedes all previous communications between them,either oral or written. The waiver by Contractor of any term, condition or provision herein stated shall not be construed to be a waiver of any other term, condition or provision hereof. 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. Local Office TSC] August 30, 2010 TESTING SERVICE CORPORATION Corporate Office: Mr. Lee Fell 360 S.Main Place,Carol Stream,IL 60186-2404 Christopher B. Burke Engineering, Ltd. 630.462.2600 • Fax 630.653.2986 9575 West Higgins Road, Suite 600 Local Office: Rosemont, Illinois 60016 457 E.Gunderson Drive,Carol Stream,IL 60186-2432 630.653.3920 • Fax 630.653.2726 RE: P.N. 45,652 Pavement Cores 2011 Roadway Resurfacing Project North St./Porter St. Elgin, IL Dear Mr. Feil: Testing Service Corporation (TSC) is pleased to submit this proposal to take pavement cores for the above referenced project. The broad objectives of our work will be to determine pavement and base course type and thickness. Project Description: Our understanding of existing site conditions and the proposed project are as follow: • Roadway rehabilitation for the referenced project will consist of resurfacing portions of North Street and Porter Street and intersecting side streets. • The existing roadways consist of a 2-lane asphalt pavement. Each of the streets are assumed to be in residential areas with low traffic volumes. Scope of Work: Ten (10) pavement cores have been requested. They will be spaced throughout the project limits. The core locations will be marked in the field by TSC personnel which are trained in layout procedures. Utility clearance for the borings will be obtained by contacting J.U.L.I.E. (Joint Utility Locating information for Excavators). The cores will be taken using a 4-inch diameter core barrel. Auger samples will also be obtained of • underlying base course/subbase materials. The core holes will be patched upon completion using a cold mix asphalt or non-shrink concrete grout. The use of a flagman is not anticipated in order to perform our work (relatively light traffic). Laboratory Testing: The pavement cores will be examined by a materials technician in the laboratory, who will accurately measure and describe the various pavement courses. The subgrade samples will be examined by an experienced laboratory soils technician. Other tests deemed necessary by our Project Engineer may also be performed. Providing a Full Range of Geolechukal Engineering,Enrironnnental Services,and Construction Materials Engineering& Testing Carol Stream,IL•Bloomington,IL•DeKalb,IL•Gurnee,IL•Shorewood,IL•Tinley Park,IL•Rockford,IL Christopher B. Burke Engineering, Ltd. P. I. 45,652 -August 30, 2010 Engineering Report: Upon completion of field and laboratory work, you will receive a Pavement Core Summary report. It will give complete pavement and base course thicknesses as well as subgrade descriptions and laboratory test data. Fees and Scope: In accordance with the Cost Estimate attached, TSC is proposing a not-to-exceed budget amount of Two Thousand Four Hundred Dollars ($2,400.00) to provide the coring program outlined above. Our proposal is based on the understanding that: the core locations are accessible to a conventional truck- mounted drill, and that the work can be performed during standard business hours. Our fee is further subject to this proposal being accepted by you on or before October 31, 2010. The fees, hourly rates and other charges for field services furnished under this proposal are based on TSC's current contract with the international Union of Operating Engineers, Local 150. Since your project is funded in part or in total by state or local government funding sources, it will also be subject to IPWA requirements. Should unusual soil conditions be encountered in the field that indicate the desirability of significantly broadening the scope of the investigation, we will contact you before proceeding with any additional work. It should be noted that our estimated cost does not include plan review or earthwork and foundation excavation observations during the construction phase of the project. However, plan review and construction observation and testing costs should be included in the project budget. After the final report is delivered, any consultation, pre-construction meetings or other professional services will be covered by a separate invoice. TSC's work will not include services required to evaluate the likelihood of the site being contaminated by hazardous materials or other pollutants. Should an environmental investigation be desired by you, please contact the undersigned for a separate proposal. Closure: The geotechnical services being performed are subject to TSC's attached General Conditions (as modified for CBBEL). Unless stated otherwise, TSC's fees include all state and federal taxes that may be required. However, they do not include any license, permit or bond fees that local governments may impose. The local fees, if any, would be added to our invoice. Unless we receive written instructions to the contrary, invoices will be sent to: Mr. Lee Fell Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600 Rosemont, Illinois 60018 Tel: (847) 823-0500 Email: Ifeli@cbbel.com -2- Christopher B. Burke Engineering, Ltd. P.N. 45,652 - August 30, 2010 If this proposal meets with your approval, please indicate your acceptance by signing one copy and returning it to our Carol Stream, Illinois office. When completing the attached project data form, kindly indicate who is to receive copies of TSC`s report and other project data. Your consideration of our proposal is appreciated. We look forward to being of service to you on this project. Respectfully submitted, TESTING SERVICE CORPORATION By; Charles DuBose, P.E. Darin Delaney IOC" Vice President Project Geologist DPD:tiv Eric: Cost Estimate General Conditions (Modified) Project Data Sheet Approved and accepted for by: (NAME) (TITLE) (DATE) -3- Christopher B. Burke Engineering, Ltd. P.N. 45,652 -August 30, 2010 COST ESTIMATE P.N.45,652 Pavement Cores Elgin, IL ITEM UNITS QTY RATE COST STAKING AND UTILITY CLEARANCE 1.1 Layout Crew Chief to Mark Core Locations and Hour 4.0 90.00 $ 360.00 Arrange for Clearance of Underground Utilities 1.2 Permits, Bonds and Other Direct Charges Coot+ 0.0 0.00 $ 0.00 10% OBTAIN PAVEMENT CORES Includes coring with 4 inch diameter barrel,retrieving all pavement materials to maximum depth of 18 inches and taking auger samples of base course/subbase materials. 2 1 Core Van and One-Man Crew(Regular Time Hour 8.0 150.00 $ 1,200.00 Portal to Portal) 22 Core Van and One-Man Crew (Overtime) Hour 0.0 175.00 $ 0.00 2.3 Bit Wear- Per inch of Asphalt Pavement Inch 0.0 2.50 $ 0.00 2.4 Bit Wear- Per Inch of PCC Pavement inch 0.0 4.00 $ 0.00 2'o Patch Holes with Cold Patch Asphalt of Non-Shrink Each 10 10.00 $ 100A0 Grout2.6 Materials Technician to Megsaurhe and Describe 10 15.00 $ 150.00 Core Sample in Laboratory TRAFFIC CONTROL 3.1 Single Flagman, Regular Time (Portal to Portal) Hour 0.0 95.00 $ 0.00 3.2 Single Flagman, Overtime Hour 0.0 115.00 $ 0.00 3.3 2-Man Flagging Crew, Regular Time(Portal to Hour 0.0 190.00 $ 0.00 Portal) 3.4 2-Man Flagging Crew, Overtime Hour 0.0 230.00 $ 0.00 3.5 TSC Pickup and Arrowboard Day 1 140.00 $ 140.00 -4- Christopher B. Burke Engineering, Ltd. P.N. 45,652 -August 30, 2010 ITEM UNITS QTY RATE COST LABORATORY TESTING 4 1 Visual Classification and Water Content/Dry Unit Each 0 12.00 $ 0.00 Weight Determination of Core Subgrade Sample 4.2 Sieve Analysis with Hydrometer Each 0 85.00 $ 0.00 4.3 Size Analysis with#200 Wash Each 0 115.00 $ 0.00 4.4 Atterberg Limit Determinations Each 0 75.00 $ 0.00 4.5 Organic Content(Loss-on-Ignition) Each 0 40.00 $ 0.00 4.6 Moisture/Density Relationship of Soils Each 0 175.00 $ 0.00 (Standard Proctor) 4.7 Illinois Bearing Ratio(IBR)with Supporting Tests Each 0 475.00 $ 0.00 ENGINEERING SERVICES 5.1 Prepare Pavement Core Summary Report Lump Sum 1 400.00 $ 400.00 5 2 Geotechnical Engineer to Perform Special Hour 0.0 120.00 $ 0.00 Calculations 5.3 Senior Engineer to Consult or Attend Project Hour 0.0 150.00 $ 0.00 Meetings ESTIMATED TOTAL: $ 2,350.00 RECOMMENDED BUDGET: $ 2,400.00 -5- + �if •EPORT TO MAYOR & MEMBERS OF CITY COUNCIL E LG I N THE CITY IN THE SUBURBS MEETING DATE: September 22, 2010 INITIATIVE F: Consideration of an Engineering Services Agreement with Christopher B. Burke Engineering for the 2011 North Street/Porter 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 areas around North between Dundee and Liberty and to finalize bid documents to complete construction in 2011 RECOMMENDATION • Authorize staff to execute an engineering services agreement with Christopher B Burke, Engineering Ltd. (CBBEL) for the engineering services necessary to prepare design and bidding documents for the 2011 North Street/Porter 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. The city currently maintains a portfolio of three unique street programs, those being: reconstruction, rehabilitation and resurfacing. The table below illustrates the varying characteristics of each program: Program Pavement Pavement Pavement Sidewalk Curb& Signage& Tree Type Repl. Patching Overlay Repair Gutter Drive Planting &Overlay Repl. Approaches Reconstruction X X X X X Rehabilitation X X X X Going Forward Resurfacing X Going Forward Areas targeted for improvement are evaluated based upon three criteria in order to prioritize the work, those being: • Overall pavement condition; • Street classification (i.e. how important is the street to the larger street network); and • When the street was last repaired. Since the five year budget program was developed in the early 1990s, street repairs have been identified each year. As much as possible, targeted areas are identified at least one year in advance of any work so that utility systems can be evaluated and any necessary repairs or adjustments can be made prior to completion of pavement restoration. Prior to the 2010 construction season, engineering services associated with the street restoration program had been accomplished with city staff. As a component of the city's larger effort to reduce costs, outside professional services were utilized to evaluate, design and bid the city's street projects. In 2011, the street program is being enhanced financially to take advantage of very favorable bidding conditions. Four rehabilitation projects have been identified for rehabilitation in 2011, those being: • Eagle Heights North; • Raymond Street; • North/Porter Street, and • Center/Seneca Street Area OPERATIONAL ANALYSIS Although the city council had not approved a 2010 budget that included funds for engineering design and bidding of street rehabilitation projects for 2011, staff has been directed to move ahead with the design and bid preparation of a street rehabilitation project for the North/Porter Street area. The North/Porter Street area is the residential area west of Hill Avenue, north of Division Street, east of Dundee Avenue and south of Park Street. There is another small area associated with this project as well. This area is east of Hill Avenue, south of Franklin Blvd, west of Liberty Street and north of and including Park Street. As is typical with street projects, city owned utilities are evaluated to determine if repairs or replacement is necessary. It is expected the city will need to do much of the existing water main within the project limits. There are elements of both the sanitary and storm sewers that require repairs or replacement as well. It is not possible to estimate the extent of the utility work until the evaluation is complete. In order to get all the utilities upgraded and construct new curbs, sidewalks and pavements, the city must start the construction early in 2011. At this time, staff is anticipating a construction start date of March 1, 2011 and an end date just before Thanksgiving. In order to move this project along quickly, staff is utilizing an engineering firm hired earlier this year to complete plans, specifications and bid documents on 2010 street projects on the city's behalf. CBELL was one of four firms selected from a request for proposals evaluated less than a year ago for the 2010 street repair projects. CBBEL have proven their value to staff with its exceptional effort on the 2010 Spring Street Neighborhood Street Rehabilitation project. Attached as Exhibit A is a map of the proposed street rehabilitation area. The contemplated repairs are based on both need and balancing the 2011 approved funding among four street rehabilitation projects. Engineering services for the remaining three street projects being considered for the 2011 construction season are addressed in separate memoranda to the city council. With the attached engineering services agreement, it is being recommended that CBBEL act as the city's project manager on the 2011 North/Porter Street Neighborhood Street Rehabilitation project. The engineering effort will include design and bidding services for the replacement of curb and gutter, sidewalk, pavements, signs, water main upgrades, storm and sanitary sewers, as necessary, and traffic control for the streets as shown in Exhibit A. Additional effort will be added by amendment to include the development of construction documents sufficient for the city to bid the project, provide material testing and construction inspection. A copy of the proposed engineering services agreement is attached as Exhibit B. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS The City has indicated a desire to take advantage of the excellent bidding atmosphere for construction projects and 2011 promises to be better from the City perspective as little work is being proposed for this year by the State due to their funding shortfalls. Staff has proposed moving programmed funding from 2012 up to 2011 for Riverboat, Water and Sewer Funds to complete as much as possible during the favorable bidding atmosphere as possible. The cost of engineering services for design and bidding services for the 2011 North Street/Porter Neighborhood Street Reconstruction project is a not-to-exceed amount of $168,600. Of this amount, $97,050 will be funded by the 2005 G.O.Bond Fund and $71,550 will be funded by the Center City TIF Fund. BUDGET IMPACT Funding for this work will need to be identified. FUND(S) ACCOUNT(S) PROJECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE Center City TIF 262-0000-791.93-80 59911D $71,550 $71,550 2005 Bond 365-4000-795.93-41 59911D $72,550 $72,550 2005 Bond 365-4200-795.93-41 59911D $24,500 $24,500 LEGAL IMPACT None. ALTERNATIVE COURSES OF ACTION The city council could choose to postpone engineering 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. 4' rh 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: Sean R. Stegall, City M ger ATTACHMENTS A: Project location map B: Engineering services agreement J 1, EXHIBIT A LOCATION MAP 2011 Street Rehabilitation North St / Porter a _ ,^ Center St St \ \----i \-----\ ------ . jl Lj nQ-:54 ,e Tenn son Ct L_, I .. Colle t e St Academy PI t lin College St Gifford St Gifford St N m Hinsdell PI 5 > x' 0 • >~ p o . o ii, .. �' y _ w Channing N 0 Channin: St 8 t"/] i Iiiii iC4 k \ ... pi Walker Place Hilton Place P1 • Hill Ave .ilia A Poplar Porter St Ct . rt Porter Ct \ '''.. I !". N Liberty St ;'' \ F-1 'E7\ '9:7P-1 ----1 nVd EXHIBIT B ENGINEERING SERVICES AGREEMENT 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 Christopher B.Burke Engineering,Ltd. (hereinafter referred to as"ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2011 Street Rehabilitation—North Street/Porter Street (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. ENGINEER shall perform surveys,inspections,plans,specifications,and estimates for the PROJECT as outlined herein and detailed in Attachment A hereto. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the billing rate of personnel employed on this PROJECT,with the total fee not to exceed$168,600 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 $26,400. C. For other direct costs provided by outside firms,the CITY shall pay the ENGINEER the invoiced fee in accordance with the attached Direct Cost Schedule dated July 2, 2007. Any such direct cost shall be included within the total fee not to exceed $2,000. 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. _ - -- - __ -:_ ___- - __--- _--- ----�_=�"�:�3 _cftz=;=l�it _�_e�l�� :�rr�ate_irl-=,_=r--- -_--_-_- 4:: xn`.SSES7'Fi r_:=._-„_._.-._......�...:__s v..... - ::.i7ii2 Yzzc;__ - h,.`c ` --_:mss., _ ti ..- --_-4r.'r-.x .•.._r-..... q; -s•.;......_. '-" ' - �d-.x'.i....._ - c:S ix Z:-r'.r.�;,.•, p,..•}: Y,•_�-..+ ��:'.::e::r :c.>,.c4': ? 5its ."_lar �o•ic v7c=. _... ::F t Fein. T -•- 'i4. .. ».:.:>::�::�;:,...:_'-`�•'-w?:.ra..`r.�.'•.xnti�=o...-..•c.._.�r--',;�;:::i:'; 'sr:fe;;•-: -=•tom - _ _ .�i3.F.:5.ex _ `.; f� H;',It it io;.;c:r,:a:te _ I. PRELIMINARY DESIGN PHASE Task 1.1-Project Kick-Off $300 $300 $300 $900 Task 1.2-Inspection/Televising/ Pavement Cores $500 $20,000 $18,600 $39,100* Task 1.3-Scope of Work Refinement $400 $400 $2,000 $2,800 Task 1.4-Construction Documents $45,000 $2,400 $28,000 $75,400 Task 1.5-Scheduling $400 $400 $400 $1,200 Task 1.6-Surveying $20,500 $0 $17,500 $38,000 Task 1.7-Construction Estimate $1,200 $400 $1,200 $2,800 Task 1.8-Agency Coordination $1,000 $300 $600 $1,900 Task 1.9-Open House $600 $300 $600 $1,500 Task 1 Sub Total $69,900 $24,500 $69,200 $163,600 II. BIDDING Task 2.1-Bid Set Preparation $300 $300 $600 Task 2.2-Addenda Preparation $300 $300 $600 Task 2.3-Bidding Assistance $600 $450 $1,050 Task 2.4-Contract Administration Assistance $450 $300 $750 Task 2 Sub Total $1,650 $0 $1,350 $3,000 Subtotal $71,550 $24,500 $70,550 $166,600 Direct Costs $1,000 $1,000 $2,000 Total $72,550 $24,500 $71,550 $168,600 Grand Total $168,600 *$24,000 National Power Rodding for sewer televising($16,000 sanitary;$8,000 storm) $ 2,400 Testing Service Corp for pavement cores - City of Elgin 2011 Street Rehabilitation-North Street/Porter Street e. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports(2C above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated,the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination,except that reimbursement shall not exceed the task amounts set forth under Paragraph 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 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. City of Elgin 44) 2011 Street Rehabilitation—North Street/Porter Street • 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 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; City of Elgin 2011 Street Rehabilitation—North Street/Porter Street • 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: Jason G.Souden,PE Christopher B. Burke Engineering, Ltd. 9575 W. Higgins Road, 6 Floor Rosemont, IL 60018 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. City of Elgin 2011 Street Rehabilitation—North Street/Porter Street • IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. 4118) FOR THE CITY: FOR THE ENGINEER: By By City Manager Attest: City Clerk N:IPROPOSALSADMIN\2010\Elgin 2011 AGREEMENT St.Rehab.North St.Porter.doc • 4.) 4118) City of Elgin 2011 Street Rehabilitation—North Street/Porter Street 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 1. 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 City of Elgin 2011 Street Rehabilitation-North Street/Porter Street 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; Televising of all sanitary and storm sewers Physical inspection of all manholes,valve vaults, catchbasins,inlets, electrical vaults. Video recording of existing improvements within and adjacent to the project location. Also,private property as it abuts the project. Pavement Cores Signage inventory. Pavement marking inventory. Trees inventory. Lighting inventory. Video Inspection of entire project. d. 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). e. 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. 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. f. 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 City of Elgin 2011 Street Rehabilitation—North Street/Porter Street • same. Base plan sheets will be developed from this survey at a scale of 1"=50'. g. 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. 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 eim► 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 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 2011 Street Rehabilitation OF ATTACHMENT A North St / Porter 1 r< \ 1 1 _ l' \''' \ \\ \ \Center St St 1 \----1 H _ i 1 \ Q i:2) ,-Ci+) \ \ \ \\ lijlkir _ 1 / r '''''''''' s -el t/e Tenn son Ct . ..1 \\ _ \ C e lle l e St Academy PI - t Cnik.' .I — Gifford St ii Gifford St \ y. Hinsdell PI . o — ? - - Y�F/(( w M UG Channing a 0 Channin• S iiii (/) ..... Ct `t Cl) 4 VJ PI Walker iiiii ;A; Place L Hilton Place liii PI < Hill Ave • • {'• .liiiiiiiiiiiiki§liiiiiiitiiiiiitiii:iii!i:i:M:Kii:i:i:: 0 Poplar Porter St }:' iiligil \ -=-: . 1 iiiil t Porter \\ N Liberty St w ■ . 0. w a co ' -- > p. ATTACHMENT B 2011 Street Reha011itation ID Task Name Duration Start Finish ISep'10 1 9Ct'10 Nov'10 �Dgycc 1t} 1 en'J 1 IFgq IMa @ e/ le/ '19/ 19/219/1919/2eh9/3L0 t0/110/2 0/3111/711/1 11/211/2112/51_2/11121�ji2111911/16h/731(3Ot2/1131212012/271 t sr�i Project Kick•Otr D days Fri 9/24/10 Fri 9124/10 {i ,_ 9124 II 2 'Inspection/Televising/Pavement Cores 4wks Fri 9/24/10 Thu 10/21/10 9Amtrt'eC Te'J/riereu 3 Surveying 4wks Fri 9124/10 Thu 10/21/10 it nyKyfl xar riw, He ma 11 } 4 Scope of Work Refinement 1 wk Fri 10722/10 Thu 10!28110 1 nteetri i 5 Construction Documents 12wks Fri 10/29/10 Thu 1/20/11 1, rFlrtm!uen ralr,:a.x1?qutzrijice7*!ftinrsrtn xlsutelta rry s 6 Scheduling 12wks Fri 10/29/10 Thu 1/20/11 III riKtitotitnkh?1&aalirntesaA^ftirirr ^rrc !rH,.nwa,.unl 7 Construction Estimate 1 wK Fri 1/21111 Thu 1/27/11 11 siif! , III ' 8 Agency Coordination 2 wks Fri 1/21/11 Thu 2/3/11 ( 1lerg!m_q 11 9 Open House 0 days Thu 1/20/11 Thu 1/20/11 Il p 112 r 10 Bidding 4 wits y:,; r}iyjf'l281 1TJ 11. 11 ip,KaS.,ni n:�du .<xviaa TaskagigV rra Milestone 4 External Tasks ricin.44,4: „1�i.A�.:.=:a•ryayg Project:Project Split Summary External Milestone O Date:Thu 9/2/10 Progress =2 Project Summary 0i...'— —v Deadline 8 Page 1 The Burke Group 9575 W. Higgins Rd. Rosemont, IL 60018 July 2, 2007 Code Description Price • 111 8.5"x11" RIP'd Color laser copies,Fiery's 1.30/ea 117 11"x17" RIP'd Color laser copies, Fery's 1.50/ea 121 Scanned color images-printed on bond paper 6.00/sq. ft. 122 Additional prints of your original 6.00/sq. ft. 151 Premium color poster 3.00/sq. ft_. 155 Operator required-Processing charge 25.00/quarter hr. 157 Small format color scan to PDF 2.00/sq. ft. • 400 • 8.5"x11" B/W impressions • .08/page 403 8.5"x11" Color paper stock .10/sheet 404 8.55:11" Card.Stock .12/sheet 405 8.5"x11" Sticky back , 1.00/sheet 409 Clear 4 mil mylar cover .50/sheet 411 Variable Magnification .50/sefting 413 8.5"x11" Monochrome scan .20/per side 413-1 11"x17" Monochrome scan .25/per.side 414 8.5"x14" B/W impression .10/sheet 417 11"x17" B/W impression .12/page 418 11"x17"Card stock .19/sheet 419 11"x17"Colored Paper .16/sheet 420 1/4" Plastic comb binding 1.40/each 421 3/8" Plastic comb binding 1.60/each 422 1/2" Plastic comb binding 2.40/each 423 5/8" Plastic comb binding 2.50/each 424 3/4" Plastic comb binding. 2.75/each 425 7/8" Plastic comb binding 2.90/each 426 1° Plastic comb binding 3.05/each 427 1-4/8"Plastic comb binding 3.55/each 428 1-1/4" Plastic comb binding - 3.85/each 429 1-1/2" Plastic comb binding 4.00/each 430 1-3/4" Plastic comb binding 4.50/each 431 2" Plastic comb binding 4.70/each 438 Stapling .05/set 444-1 Plastic jackets 1.25/each 444 Misc. charges 1.25/each 455 Imaging on tabs .15/impression 456 Tab card stock .75/sheet 470 Handwork 45.00/hr 472 Fart folding-11"x17" to 8.5"xi 1" .025/sheet 473 Inserting .04/sheet 474 Drilling-Standard 2 or 3 holes 2.50/500 sheets • 500 8.5"x11" Color laser copy .90/per 502 8.5"x11" Small format color scan .50/per side 502-1 11"x17" Small format coir scan 1.00/per side 514 8.5"x14" Color laser copies, double-sided 1.50/each 517 11"x17" Color laser copy _ 1:50/per 580 Mounting on 3/16" foamcore 3.45/sq.ft. 73 Overtime 40.00/hr 777777 Paper per case or package 8.5"x11", 8.5"x14" &11"x17!' Subject to change • 800 Digital bond prints/plots .135/sq.ft. 800H Half size bond prints/plots .135/sq.ft. 802 Scan setup .50/sheet 822 Scan to file 2.00/sheet 850 Large document vellum prints .40/sq. ft. 872 Folding .05/sq.ft. 870 Handwork $35.00 885 Mylar reproduction 1.95/sq.ft. . 900 Digital bond prints/plots .135/sq. ft. 900H Half•size bond prints/plots .135/sq. ft. 905 Color inkjet plots 2.40/sq. ft. 910 Mylar prints/plots 1.95/sq. ft. 924 Burn CD $20.00, 925 File conversion processing .75/sheet 950 Vellum plots. 1.25/sq.ft. • - 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