Loading...
10-59 Resolution No. 10-59 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ENGINEERING ENTERPRISES, INC. (2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program) 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 Engineering Enterprises, Inc. for engineering services for the 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: March 10, 2010 Adopted: March 10, 2010 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/ Diane Robertson Diane Robertson, City Clerk i AGREEMENT THIS AGREEMENT is made and entered into this \ day of_ ,2010,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereina referred to as "CITY") and Engineering Enterprises, Inc., an Illinois corporation (hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program (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 shall furnish professional engineering services for the PROJECT as outlined herein and detailed in Attachment A. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. 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 B below. B. 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. - 1 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program l I 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the hourly rate for the classifications of personnel who perform work on this PROJECT,with the total fee not to exceed$ 86,000.00 as estimated in Attachment C regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are made and amendments to the maximum payment provided for herein. The attached Standard Schedule of Charges dated January 2008 will be utilized for this PROJECT. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 0%. Any such fees for outside services shall be included in the total fee not to exceed. C. All costs are included in the not to exceed fee,including direct costs and the work to be performed by Rubino in the lump sum amount of$7,950. 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. Est. Invoice Date % Complete Value March 1 20% $ 17,200 April 1 50% $ 25,800 May 1 75% $ 21,500 June 1 85% $ 8,600 July 1 95% $ 8,600 August 1 100% $ 4,300 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. - 2 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program 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. - 3 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program 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. - 4 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program 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. - 5 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program 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. - 6 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program 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: BRADLEY P. SANDERSON, P.E. Vice President Engineering Enterprises, Inc 52 Wheeler Road Sugar Grove, Illinois 60554 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 and the cost of any such audit shall be paid by the ENGINEER. - 7 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program 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 % 4' ,te By City Manager Attest: City Clerk F:\L.egal Dept\Agreement\ENGINEERING AGREEMENT-FORM-04-17-08.doc - 8 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program itorAttachment A Detailed Scope of Services Understanding It is our understanding that the City of Elgin would like EEI to design and prepare construction documents and assist in the bidding process for their 2010 Neighborhood Street Resurfacing Program and 2010 Sidewalk Replacement Program. The project limits for the 2010 Neighborhood Street Resurfacing Program generally consist of approximately nine and one half miles of roadway within multiple neighborhoods throughout the City. The project limits for the 2010 Sidewalk Replacement Program generally consist of sidewalk located throughout the City. It is understood that the roadways to be included in this resurfacing program are those identified in the maps provided by the City contained in Attachment D. The general scope of the improvements will consist of milling and resurfacing, pavement patching, curb and gutter removal and replacement, sidewalk removal and replacement, catch basin repair, signage, pavement markings and other ancillary construction items. Project Scope Phase I Preliminary Engineering —Tasks and Services Task 1.01 —Meetings and Coordination EEI will schedule a Kick-off Meeting with the City to introduce the design team and review the work items, schedule and Project Management Plan in detail with the City staff. At the meeting we will establish the communication plan for project. In addition, EEI will obtain any additional information that City staff may have that would be useful on the project. Prior to the meeting, we will send a request for information to the city. Task 1.02— Field Review After collecting any and all available information from the City, EEI will conduct a preliminary field inspection of the roadways selected for rehabilitation. During this field review the design team will collect information required to assemble project quantities and cost estimates. The field review will collect information such as areas of roadways to be resurfaced, recommended locations for pavement patching, and areas of sidewalk and curb to be removed and replaced. Any signs of significant drainage problems or other design deficiencies will be noted for further discussion with the City. Task 1.03—Field Review with City After our initial field review, EEI will schedule a meeting with City staff in the field to discuss the areas that have been identified for pavement patching, sidewalk replacement, curb replacement, catch basin repair, etc. After meeting with City staff, EEI will make any adjustments and finalize the preliminary design. Task 1.04— Utility Coordination EEI will submit exhibits to the necessary utility companies to begin the process of identifying any potential utility conflicts. Due to the nature of the project being a resurfacing project conflicts are not anticipated; however, this information will be useful should it be determined that storm sewer or other utility repairs may be needed. Task 1.05—Subsurface Investigations EEI will enter into a contract with a subcontractor to perform pavement cores throughout the project limits approximately every 1,000 feet. A report will be generated, reviewed by EEI and provided to the City. Engineering Enterprises,Inc. Consulting Engineers Attachment A Task 1.06— Preparation of Preliminary Documents (Estimates, Exhibits, etc.) After a thorough review of all data, EEI will prepare a preliminary cost estimate, preliminary exhibits, and preliminary project specifications. Hand sketches indicating the location of all pavement patching, sidewalk replacement, curb replacement, signage, and pavement markings will be kept on file for verification by the City as needed and for use in construction. These documents will be submitted to the City for review and comment. EEI will coordinate and attend a meeting with City staff to discuss the preliminary documents and to determine a consensus of what roadways to include in base and alternate bids in the final contract documents. EEI will implement and complete our QC/QA plan as established in our Project Management Plan. Phase II Final Design Engineering —Tasks and Services Task 2.01 — Development of Contract Documents EEI will develop final design documents including final quantities, exhibits, details and specifications for bidding. These documents will include City procurement requirements, general conditions, bid documents, insurance requirements, performance bonds, etc. The documents will be generally consistent with the example contract documents provided by the City for the 2009 Neighborhood Resurfacing contract. The final design documents will also include traffic control plans. EEI will implement and complete our QC/QA plan as established in our Project Management Plan. Task 2.02—Preparation of Engineer's Estimate of Probable Construction Costs EEI will prepare and submit an Engineer's Estimate of Probable Construction Costs in a format acceptable to the City. Task 2.03 —Final Review by City EEI will provide six complete copies of the contract documents and final cost estimates to the City for final review prior to bidding. Following the City's review EEI will schedule one meeting with City staff to receive and discuss the proposed revisions. Following the meeting EEI will incorporate all revisions in to the project documents prior to bidding. Task 2.04—Bidding and Contracting Upon completion and final approval of the plans and specifications, EEI will assist in the advertising, bidding, review, award and contracting phase of the project. During the bidding phase, EEI will answer questions from prospective bidders and will prepare addenda with the City as appropriate to respond to any questions. EEI will coordinate with the City of Elgin's Purchasing Department to make sure all plan holders get the addenda. The Project Manager will attend the bid opening, and thereafter EEI will review the accuracy of the bids and prepare a tabulation of bids. Based on the final review of that information, EEI will prepare a formal recommendation of award and provide the necessary materials to City staff. Upon award of the project, EEI will prepare the necessary contracts to be executed by the City and the Contractor. EEI will coordinate signing of the contract with City staff and the Contractor. Task 2.05— Public Coordination EEI will prepare notices that will be sent out to all homeowners and business located within the project limits. EEI will acquire all addresses of homeowners and businesses that notices will be sent to. Task 2.06— Project Management and QC/QA Reviews EEI will provide the necessary project coordination, administration and management throughout the course of the project. Engineering Enterprises,Inc. Consulting Engineers Attachment B PROJECT SCHEDULE FOR 2010 NEIGHBORHOOD STREET RESURFACING AND 2010 SIDEWALK REPLACEMENT PROGRAM City of Elgin, Illinois 2010 Feb. Mar. Apr. May June July Aug. Sept. Oct. PRELIMINARY DESIGN PHASE 1.01 Meetings and Coordination 1.02 Field Review 1.03 Field Review with City 1.04 Utility Coordination 1.05 Subsurface Investigations 1.06 Preparation of Preliminary Documents FINAL DESIGN PHASE 2.01 Development of Contract Documents 2.02 Preparation of Engineer's Estimate of Probable Construction Cost _ 2.03 Final Review by City 2.04 Bidding and Contracting _ - 2.05 Public Coordination 2.06 Project Management and QC/QA Reviews CONSTRUCTION PHASE • 3.01 Construction 1 1 I [ I III III 111 i G:\Public\Elgin\2010\EG1001 2010 Neighborhood Street Resurfacing\Professional Services Agreement\[Attachment B-Schedule.xls]Schedule Preliminary&Final Design Project Management and QC/QA Review(s) Meeting(s) IMINIE City Review(s) Bidding and Contracting Public Coordination Construction ENGINEERING ENTERPRISES,INC. Attachment C-Summary of Professional Engineering Services DATE 2/3/2010 CONSULTING ENGINEERS ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST ENTERED BY SHP/BPS e PROFESSIONAL ENGINEERING SERVICES 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program City of Elgin,Illinois ENGINEERING ' " DRAFTING SURVEYING' ADMIN. WORK - WORK i SENIOR SENIOR SENIOR— SENIOR ITEM COST ITEM PRINCIPAL PROJECT PROJECT PROJECT PROJECT CAD PROJECT PROJECT PROJECT SENIOR HOUR PER NO. WORK ITEM ENGINEER MANAGER MANAGER ENGINEER ENGINEER MANAGER TECHN. TECHN. (SURVEYOR SURVEYOR TECHN. SECRET. SUMM. ITEM PRELIMINARY ENGINEERING 1.01 Meetings and Coordination 4 8 4 2 18 $2,340 1.02 Field Review 8 80 100 188 $23,136 1.03 Field Review with City 4 16 16 36 $4,584 1 04 Utility Coordination 2 6 2 10 $1,080 1 05 Subsurface Investigations 2 8 4 2 16 $1,728 1 06 Preparation of Preliminary Documents 4 40 80 12 2 138 $16,260 Preliminary Engineering Total 20 0 148 0 214 0 16 0 0 0 0 8 406 $49,128 FINAL ENGINEERING 2 01 Development of Contract Documents 4 24 50 8 2 88 $10,380 2 02 Preparation of Engineer's Estimate of Probable Construction Cost 2 8 16 26 $3,156 2 03 Final Review by City 4 8 16 2 30 $3,636 2.04 Bidding and Contracting 2 12 6 2 22 $2.784 2.05 Public Coordination 1 4 4 2 e 11 $1,302 2 06 Project Management and QC/QA Reviews 10 40 50 $7,140 Final Engineering Total 23 0 96 0 92 0 8 0 0 0 0 8 I 227 $19,956 Pro act Total 43 0 244 0 306 0 24 0 0 0 0 16 633 $69 084 . FEE SCHEDULE ASOFOtIGSIOS C CTC057S .•,', h�-`W. Principal Engineer E-3 43 hours _ al $162 per hour= $6,966 Printing $500 Senior Project Manager E-2 0 hours A $150 per hour= $0 Supplies&Misc $0 Project Manager E-1 244 hours A $138 per hour= $33,672 Rubino(Geotechnical) $7,950 Senior Project Engineer/Surveyor P-5 0 hours A $126 per hour= $0 Protect Engineer/Surveyor P-4 306 _ hours A $108 per hour= $33,048 Senior Engineer/Surveyor P-3 0 hours a $99 per hour= $0 Engineer/Surveyor P-2 0 hours $90 per hour= $0 DIRECT EXPENSES= $8,450 CAD Manager E-1 _ 0 hours a $138 per hour= $0 Senior Project Technician T-5 24 hours a $108 per hour= $2,592 TOTAL LABOR COSTS . Protect Technician _ T-4 0 hours _ 02 $99 per hour= $0 Drafting Expenses= $2,592 Senior Technician T-3 0 hours gip $90 per hour= $0 Surveying Expenses= EO Secretary A-3 16 hours i1/ $78 per hour= $1,248 Engineering Expenses= $73,686 HOURLY TOTAL= 633 TOTAL EEI LABOR= $77,526 Administrative Expenses= $1,248 TOTAL LABOR EXPENSES= $77,526 'TOTAL CONTRACT COSTS=I $86,976 G 1Pubh ciElgmi20101EG1001 2010 Neighborhood Street Resurfaceg1Professional Servwes AgreementitAttachrneni C-Fee Esbmete uelFee Estimate 44W110 U.S. Hwy. 20• Hampshire, IL 60140 TEL: 847 / 683-3100 FAX: 847 / 683-3101 STANDARD SCHEDULE OF CHARGES www.eeiweb.com January 1, 2008 Engineering Enterprises, (Effective until December 31st, 2010) Inc. EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $171.00 Expert Testimony $225.00 Principal E-3 $162.00 Senior Project Manager E-2 $150.00 Project Manager E-1 $138.00 Senior Project Engineer/Planner/Surveyor II P-6 $126.00 Senior Project Engineer/Planner/Surveyor I P-5 $117.00 Project Engineer/Planner/Surveyor P-4 $108.00 Senior Engineer/Planner/Surveyor P-3 $ 99.00 Engineer/Planner/Surveyor P-2 $ 90.00 Associate Engineer/Planner/Surveyor P-1 $ 81.00 Senior Project Technician II T-6 $117.00 Senior Project Technician I T-5 $108.00 Project Technician T-4 $ 99.00 Senior Technician T-3 $ 90.00 Technician T-2 $ 81.00 Associate Technician T-1 $ 72.00 Administrative Assistant A-3 $ 78.00 CREW RATES, VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $129.00 2 Man Field Crew with Standard Survey Equipment $201.00 1 Man Field Crew with RTS or GPS * $159.00 2 Man Field Crew with RTS or GPS * $231.00 Vehicle for Construction Observation $15.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black &White) $1.00/Sq. Ft. (Color) •RTS=Robotic Total Station/GPS=Global Positioning System C ,C)o.,um;;rrs arc SE:1[1ngs'sn!'sen'.Lc;uil Sett i s Ierr,p:..a!y Consulting Engineers Specializing in Civil Engineering and Land Surveying • .4OFfl L` cy City of Elgin Agenda Item No. 5 .907 -04TEDfV5S lr z i P; , February 18, 2010 ti v TO: Mayor and Members of the City Council FROM: Sean R. Stegall, City Manager ruuny sr;ht (:ic) CoArmem Joseph Evers, P.E., City Engineer SUBJECT: Engineering Services Agreement with Engineering Enterprises, Inc. for the 2010 Neighborhood Street Resurfacing Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with Engineering Enterprises, Inc. (EEI) for engineering services for the design and bid preparations for the 2010 Neighborhood Street Resurfacing Project. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with EEI for engineering services necessary to prepare design and bidding documents for the 2010 Neighborhood Street Resurfacing Project in the not-to-exceed amount of$86,000. BACKGROUND The City Council has approved a 2010 budget that includes funds for the street resurfacing along various streets in the City. The areas under consideration exceed the available funding, but in priority are as follows: Nesler Road, Summerhill Subdivision, the area east of North McLean and north of Highland Avenue, Highland Glen, Randall Ridge and Cobblers Crossing. The project will also include bid specification preparation for the City's neighborhood sidewalk replacement program. Attached as Exhibit A is a map of the proposed streets. The streets are based on need and balancing the approved funding amongst the street resurfacing and sidewalk funds will be accomplished in order of the aforementioned priority. This resurfacing project will include edge and full width grinding of the existing pavements and placement of three inches of new bituminous asphalt concrete unlike the street reconstruction projects which also include significant amounts of curb and gutter, sidewalk and pavement base removal and replacement. Proposals were received from eight engineering firms to provide design and bid document services for the subject project. Four firms were selected to provide these services for this year's four street projects. The four firms selected were EEI; Burns and McDonnell, Rezek; Henry, Engineering Services Agreement with EEI for 2010 Neighborhood Street Resurfacing February 18 ,2010 i Page 2 Meisenheimer and Gende; and Christopher Burke Engineering. Contracts for the three latter firms have previously been approved by City Council. With the attached engineering services agreement, it is being recommended that EEI act as the City's project manager on the Neighborhood Street Resurfacing Projects. The scope of engineering services will include design and bidding for the replacement of sidewalk and pavements as necessary and traffic control for the streets in the areas listed above. Additional effort will be added by amendment to provide construction management services. This amendment will be completed when the design work is completed and the full scope of the construction services is known. A copy of the proposed Engineering Services Agreement is attached as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT t The agreement with EEI will total $86,000. The total budget for this project is $1,050,000 with funds in the 2010 Neighborhood Resurfacing and the Neighborhood Sidewalk 2010 projects. Funds are budgeted ($1,000,000) and available ($1,000,000) in account number 275-0000- 791.93-80, Riverboat Fund, Major Repairs-Public Ways/Street Improvements, project number 340001, 2010 Neighborhood Street Resurfacing. Funds are budgeted ($50,000) and available ($50,000) in account number 275-0000-791.93-80, Riverboat Fund, Major Repairs-Public Ways/Street Improvements, project number 340000,Neighborhood Sidewalks 2010. The agreement with EEI will charge each of the projects a percentage of the individual budgets from the total budget. The Neighborhood Sidewalk project number 340000 will be charged $4,100 and the Neighborhood Resurfacing project number 340001 will be charged $81,900. EGAL IMPACT None. Engineering Services Agreement with EEI for 2010 Neighborhood Street Resurfacing February 18 , 2010 Page 3 ALTERNATIVES 1. The City Council may choose to approve the Engineering Services Agreement with EEI in the amount of$86,000. 2. The City Council may choose not to approve the Engineering Services Agreement with EEI. Respectfully submitted for Council consideration. JE:cf Attachment Exhibit A -- 2010 Neighborhood Resurfacing Elgin Streets (Cook) Elgin Streets (Kane) Kane Count's Street Creeks Water 0 . 1.168 miles troe L Exhibit B Engineering Services Agreement ... . . • • • . . • • • .. . • • '.'• • • • • • • . •••• • • ' • ' - • • • - • • -••• . •••• • • • • • - ; • :••• TIM-AGREEMENT 40i ot- . . . . • • • . the CITY OF ELGIN, an llbnois mcipal copoii(hereinafter referred to as"CITY")and •-• • . Engineering EnterpriSes,•104„-iii-:IllinaSs,eitalie*iiii::00:it.iii0te.iiireliodi6 . •• I • • . • • • • . . • : WHEREAS,the trrY,i*$40**100-totOiAtioth:foit4.i4eiag.piaresak#04ivio.04i connection •• • : . • Program (hereinafteisitifetied104lhetkO3ECT); .•: • * . . WHEREAS,•the ENGiNEER represents that ht..is ir nip1iance with Illinois Statutes relating to. . professional tegistratiOn•Ofindiftiiagaliiodibii.theiteCessai yexitettiae•and experience to furnish• :*:• . • such services upon the tet.reii,iO4,00iliti0.4iAt.fciiiiiilioxiii..1:t.olovi.: • •• --* I:••••• • • • • • • • • NOW,THEREFORE;Itis.herehk.4iiiietttiy.'anilii0fWeen.-0*:CITY and the ENGINEER that the • •• • . CITY does hereby retain the ENGIlilE ERJorañd 311: 0.0ti.OilerAtion.'of the mutual promises and• . covenants containedhereiti,lheaUfEeireikeYs;ifil.Whiehialiereby: .acknowledged iOvaditot and represent • : : . it in the engineering mattergin*O*4101*-PAOIS.Otaa4g.Oril:0e4hOrein,subject to . • terms and conditionsand:stitintat0ii•4441it. •••••:.•••!:.;:.:;•• ••','...• .,•!• • . • •••• '• •::•-•:•-• ••••• • • ••••••••—• :,•—•••••• ••• •-•••••••• • •• • .. • • . •• • • •.. • •. .• •• . 1. SCOPE OF ;-:::::••••..-•:.*•••:• ••-•*:-: • • • ..• :!••• .• : •-. '•; • • A. • All work hetenntleriShall'be*ifenneditiderithedi.reetion of the City Engineer of the • -CITY,.-herein.:40rOfeireale ••• : • • . . . .•••... .••.• ...• B. The.ENGINEERShalifillitigh*OfOSSionai.erigineering services for the PROJECT as • • • • outlined herein and detailed itiAttichinent A: • • • C. A detailed se,":".o.pc.•:.0.$grifjcpe14:448.01q4)).eitOtp as Attachment A. .• • • .•• . • _. . . . . . . ..• ..• . . . . . . • • . . 2. PROGRESS REPORTS **. • • • ••• • • • • A detailed project sehedUle for the PROJECT is included as Attachment B,attached • ... hereto. Progress will be the project schedule and submitted monthly as a component of the Status•RepOrt described in:B below. . • B. The ENGINEER will Siibinit.to the nitzt.c•roR nionthly a status report keyed'to the • project schedUle;Abriefnarrative will heproyidedidentifyingprogress,findings and • - outstanding issues .•• " " • .•. • • • . . 3. WORK PRODLICTS. . . • . . . 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 beat the sole risk:of the CITY without liability or legal exposure to the ENGINEER. • - I - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program • • . . • • • • • • • • • • - - � 0 . • . •.. .4. PAYN ST013E°ENGIEEit:: o. t�o Exe nd etiod ..: .: .- :A: :::=Pi _servx : vxded::th _ENGIN ER:shall be 'tiat:° a hoiucl..::rate:for . _: l e::_::_ • . .. --. - : :'.=:;, 'elassifieatigns.ofpersonnel;who.perfonnworkon�thisPRGJECF,:si4thtbe::totalfee :tiotto * $86 0Q0 00 as::estimated hiAttaclimeut•Orep Iles ofthe aetUal:t :•:. • :•..:. .-..°. jncwredbl th- NG iEERt nnllss°subataza nodifcationstatt e.seope_ifthe iyc c .- • •-.: are::invade:an t a p:en dments'to the maximum payment provided`:for::here The::::-:...•_ :. : .: • . ied earedart-S hedulie of l arges:iated.:launary:20ll bzEili*. 08wie. foie s • :•-:. jE :-.-.:: For=:outside services..:;ro ded by:other�.lirms;or:subeor sultai ts,:the CITY::shall pa+'_ --: ::• • • ::_-t6 E TGI ER the�inv iiced fee to.tl►e ENGINEEtt,plus 0%0..:••Appy s}eh fe for • : •' .. ••:outsidie services shall:be included:n she total.fee:not•to•exceed:: .:•' = •••••-:. •. C:.••••••• :,: `costs a cluledi tl e�nQt:to;exeeed:fee,u cluditig:directcostsaand'the: o kto -.. . .. _.be ......:. . . • . :. . . .pef:f_ by edRitbino;�u_fie lump°sam.amount of 7r95A,_•..: . :: • ' - . •'- •. . :I) _.The CI ..shall..;make:peri:odi�c-payments:;to.the-ENQINEER based•upon:.a _ ° : - ' -•'' •• : `•-.-ro gress:witbtin 30••da after receipt:and a proval:of invoice:: -said errndie: .--• payn eents':t1o_'the ENGINEER sh'all,not.exceed the amounts..sho -in.'the ftrllowing': : : . •• _ ...;;schedule, and full payments•for,each task shall not be made_until the.:task is : :::,:::•. :.- . com:leted and acc -ted b the.DIRECTOR: :• . .. Est:Invoice ;. . .:.:.•' ; • , : Date� :e. -...-%Complete • • Value-. . ::•-:•••• ..' • - . r 0 - . . $ 1.7,200 •• .. - .: .: . . 25,800.. .. .: . .pre . 50% 1: $ C :1VYa .1 75% $ 21,500: .: y - - -. :-:-. .Iuiie.1 - • - 85% • . $ 8,600• • - 'July.1 • •• ' 95% . $ . 8,600 . • - -• • - August 1 100% $ 4,300 - • • 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 • . •i inCurred. The ENGINEER shall:permit the authorized representative of the CITYto • 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 AGitEEMENT • Notwithstanding any other provision hereof,the CITY may terminate this Agreementat 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-perforrned and reimbursable expenses actually incurred prior to termination,except that reimbursement shall not exceed the.task amounts set.forth under Paragraph 4 above. • e - 2 _ 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program . . • . . t • • . . • r • • • ( 4110 • 'I`his.:A 'eem7-‘4.....:14:1,7,.„4„,'.•.-.c.,,,:` e. ve E�.."::.•.., „.:.. s i:= :a n. :::'-.:'• _:, 8r. ..•. lbn... a of.thedate.the A.NIIR.s,g}ven a o. tprocee l and.7es� ted bt cause:or�gursuant:to Adele.i shall be d ned concluded .. on:tiY�e:�iate�he�Cl'I'�:. : ' 'ids that all:of tlie,ENGINEERa�uotl�:-`,.der. •,Agreement is .:..::mple . _ ,. .... .:::':.:,.;:�_,. det'erzhmatton.�f completion.shall:het`+cAiisttute�vv.. �er. 'any-0ght�•or '. . :.�cl which the-CITY;may.have or thereafter acqu�re:wlth-xespect to-any termor prevision :::ofthe Agreement 8:.-. :...:NDT:IC1 �(3rF�CI� I1VI: • If::t e i N 1 ; wishes.to:maks a..claim for additional compensafioi as result:of action • :. •.` ": taken b' the: ITY,the:ENGINEER shall ve written notice of Ins clattzi thin:1 after ;::_.:.- oc cuuence oX su�h action.:No claim.for additional:compensation shall be valid unless:so made:::.Any.c,anges in;the NG •INEER'S fee'shall lie valid onlly;'t•o •extent at such changes<i re dude:;A„wring signed:liy the CITY at•Itic:1 T 0?•6 R .l egsrdless:o the' .: : -d ion,of_the:D•IRECTOR:•relative:to•'a claim:subm tted.by tilt i QlNEER; all work _ .•• . ..,• retlu iiizti t dejr`t its:Agreement:aa determined by.the I IREC`TOR shall..: proceed°withoilt . :iiiterruiition; : 9.. • :•:J3XtEACB•":- F;CONTRACT ' • • ..• :;:. • --•_Ife therpaity•violates`or breaches any term of this Agreemexit,'sucl halation orbreach shall be•:deemed..to.constitute 'a :default, .and the other' .party has tine rig%ht to .seek such administrative;contractual ox legal remedies as maybe suitabie:to;the violation or breach, and,in addition, either party,by reason of any default,fails:witl iri.fifte i X15)days after to •coin 1 with the conditions of'the A ` ement,the other . :`notice thereofby ife other::party p Y n ' party may ter irate this Agreement. Notwithstandingthe foregoingbr' g else to the contrary;in flus.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. •INIIEMNIFICATIQN • To*the fullest extent permitted by law,ENGINFFR agrees to and shall indemnify;defend and hold harmless the CITY,its officers,employees,agents,boards and commissions:£rem and against any:and all claims,suits,judgme>its,costs, attorneys'fees,'damages or.other relief, ncludingbut: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; agehts, 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. AN 2010 Neighborhood Street Resurfacing and 3 2010 Sidewalk Replacement Program • 4 4 d • II . . . . . . . •• .. ... .. . .........„.. • • • • .•. . . .,... .. • . .•... . . . • • . . • . . • • .. . . .•• • . .. ... . .. . . ..•• •.. ••.. • .. . . . • • . • , . . .. . • . . - • . . . . :• . • • _ : 'A Com rehensi Llab main°in ,.:� a :�or au. :rnal. . P ; . ':'The;�NGII�iI�,` �s ,.:'�p�� e�l?:.Y • -:.effect,during•theterm ofthis..Agr ent,a pol`icyaf comprehensive:general.liability • . •. . : insurance.:with...limits-of at.'leaSt:$1,000;000:aggregatefor<bo lily injury:and • '$1:,000,000-:aggregate:foar dans _. : :.;::..:,.-: • . .. • : . :: " GI The—tNNEER.shall deliver tothe_DIRECTOR-a�CertifeationofInsurancenaming . = ::•!.:.1:',..-;::.1.; - :'... : the:..CITY as-:additional insu ed :•The.policy l fail not be'modified.or terminated :without.'thirty(30),days:prior written*notice t t a DIRECTO . : The Certificate:of Insurance which shall nclti:':'e Contractual.o Obligation assumed by the.ENGINEER underAArticle 10 entitled".Indemnification".-shall be provided. • This- insurance•shall.appy!as:p nary insu ra ice'witl respect to any other insurance or .. •: - :self insurance..ro ?s afforded:to'the.CITY .;_There shah.bn e o a idorseinent or P : modh alc It • _. . . ation of this.•insurance:tti m .p , excess over otlxer availa`le insurance, alternatively ::if the insurance states that itis a ccess.or:prorate; ;tt shall be.en orsed • .. ' .. .._-.... .. .•._.• .•. .: - - ••.to:beprim ..-withrespect`to-the::CITY:•:::.T ::-::. i:.'!:::.°'.::.. :::. :... B. -Comprehensive • Automobile-'i lab ity::: C:oY i prehei:sive:Automobile Liability . I --• Insurancecovering allowned,non owned.and hiredmotor vehicles wi•th limits of not • •, ..._•. -. •-. .: - • : less than$500,000 per-occurrence:for damage to pro•perty.. . - • .: . - • _C. .Combined Single Limit'Policy....The requirements:::for.insurance coverage for the general liability and auto exposures-mayabe'iaiet witha combined single limit of 411,: • -$1,000000 per-occurrence subjectto:a$1,000,009 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.1VIEANS.;IVIET1IODS,-TECHNIOi.ES,S•EOUENCES,. -PROCEDURES AND SAFETY . - The ENGINEER shall not have control.:over c - orarge of and shall not be responsible for -. -. .• • construction means,methods,techniques,-sequences or procedures,or for safetyprecautions . - and programs in connection with.the cOnstruction,'unless specifically identified inthe 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 a limited to, the following: employment advertising, layoff or :.termination,rates ofpay or other forms of compensation and selection for training,including apprenticeship. C) . 2010 Neighborhood Street Resurfacing and 4- - 2010 Sidewalk Replacement Program No person shall be.denied Of subjected to discmm�nation m 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`orngm,,age except nuirumum age and retirement provisions, marital status or the:presence of any sensory,mental or physical handicap. Any.violation of this provision shall;beeeonsidered a violation ofa maternal-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 everypoitionthereof shall be binding upon the successors and • the assigns of the parties:hereto; provided, however, that no assignment shall be made without theprior written consent'of the CITY: 16. DELEGATIONS-AND SUBCONTRACTORS Any assignment delegation or subcontracting shall besubject to all the terms,conditions and other provisions of this Agreementand the ENGINEER shall remain liable to the CITY with respect to eachand every item,:condition and Other provision hereof to the same extent that the ENGINEER wouldhave been obligatedif 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 approvial: 17. NO CO-PARTNERSHIP OR-AGENCY This Agreement shall riot be construed so as to create a partnership, joint venture, employment or other agencybetween 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;forreference: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. -5 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program • • • • • • E • 21. APPLICABLE JAW =: ' ...:.. ..... This_Agree rent shall`i deexne l to.,have been made in,and shall be construed in a uce 'wi#h he''laws of=thfii State q1':I inois: Venue for the resolution of';any..'drsp ites:;or the enforcementof'an+n. g`hts purst ant.to: is;1A greemnent shall be in the.:Circuit Court of lane :.::dun::. niois'°::; __.:_:,:, :_;.__;_::._... • The; e:;a iF °;.may.:..not:.,issue:any news releases without 'prior approval;::from; the I III<ECTOR,nor:ws ill.:•the_ENGINEER. make public proposals developed under this • t without .'or written::al r val:from:the DIRECTOR prior to said:documentation :. • . . . .. Agreement ,; :..�•'.. .. , -. ..PPro P beconungmatters of public record:.-; • -. : '.'3,3 .COOPETION' ITl OTHE>>R=CONSULTANTS.. • • 1 any p .Y any FheTGIIER:sil coo . to with' other consultants in the CI'l'y's.cin to or • :work a�ssocia;ted wi`t : PROl : :.. .. . •• 24. : PU$LIC-CONTRACTING •The ENGINEER ce tifies hereby that.it isnot barred from bidding on this contract as a result 'of a:violation-of 720:1 CS.5/.33E:et:seq.or any similar state or federal statute regarding bid • • : '25. SEXUAL • As acondition of this:eontract;'the ENGINEER shall have written sexual harassment policies -that include;;at a:mii um,the following information: • A. the•illegality of:sexual harassment; B. the definition sof sexual.harassment under state law; C. a description of sexual harassment,utilizing examples; D.: the vendor'sinternal complaint process including penalties; E. .. thalegal recourse,investigative and complaint process available through the Illinois Department of Hurrian 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. • • 2010 Neighborhood Street Resurfacing and -6- 2010 Sidewalk Replacement Program • ,. , . • 0 6a',:::.' ' T1J1V'' O ICA')E'IONS V ' • :._. . -.. INEER .. ..; �:�• •:'-. •:�� �:'.:,;:, Lreeou3mendationsand other communications by_.the�EI�TG '. tQ=#he�j ('TCi�a�-: . : '. ::: ':: -:_.; :. . _ .- 10 t et'. i ilki ants which imay affect cost or.tune of completion •shall l ei adcnr- ifiir ed f : ' °.. • ..._.... inwntin The DIRECTOR ma also r-quire other recommendation and eo onications :- : - . .: by theENGINEER be=made or confirmed.:in writing:, ' - -:•:.•:'2'ft--:::NO`fltES -- ' - ' • . . . A`ll:nati ces,r, its and documents requited under this.Agreement.shall.:be•in writing:and, ::. ::: . .........:. .. • •: •• .shall.:lie:maii by First Class Mail,postage prepaid,addressed as follows;• •_ - :::.•A ::,4:t-to:CITY: .. ' :- •••-.='_;:r ::aOSEPR EVERS,P.E: iCi ::Engineer • OXter Court . .... .-...:••••.:•• ._ •.. . •..._.:.. . . .. • . .. Illinois' 60120-5555 •• • _ ••.•-•:..:.:.;•••..': : 5.:';: sao ENGINEER: • • •-: •.:: • '. .. .. . ....:• ::'::BRADLEY.P.SANDERSON,P.E. - - : .•• Vice:President :. .. • ::Engiineering Enterprises,Inc ::..`52: ieeler Road • •• • -•::•::..:S'irt CiroVe,Illinois 60554 f 41) . 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 ofthe United States. ENGINEERshall 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 e•work, d/or the. .-' :products and/or services to be provided for in this AGREEMENT. The shall havethe - . 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 and the cost of any such audit shall be paid by the ENGINEER. i I -7- 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Progam i a 1 • • • - • .IN.WITNESS WHEREOF,the parties:hereto have:entered uito and'execntedthisagreement . ..__ effective as of the date and year first written above. . . :_:' :FOR TAR-CITY: ' -FOR:THEENGINE City Manager • • Attest: -. . City Clerk F:\Leza!DeptMAgreement\ENGINEERING AGREEMENT FORM-04-17-08.d9e : : ';: ',-: • frk . _ • . . • • • • • • • • - 8 - 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program 1 1 *. • • . . .. ....:.... . t i •- - :..-:: Detailed�c:4peo�5ervi�s_.�:�: °�.. ..... :..: . T� -:'::..:.:'.!: : • tinderetanitinq. :......: = i " llt•is;our.understantiin that the C.. of.El'in would•like: €J to tlesi ri;ara _prep r e.onstruction:documents - 'and assist 'rn file .biddin roc s'for their. 20 0 Nei hbor#ood Street Resiirfacin Pro ram and 2010 • _ • p 9 `' •.. • -•' :.-Sidewalk Replacement:`Program..•.The -,r ect:.:lints.:_ford::the 20f0• teig hborhood.Street Resurfacin :...:.. .:: .:.:Program generally ..consist of.:approximately bine and: orie half tniies of: roadway. :within multiple. • neighborhoods:throughout•the..City ;'The-':proleet.,limits for the 201.0-:Sidewalk Replacement.Program generallyconsist of sidewalk.located:throughout the::i . , It is understoodThat the roadways to be included _ in;•this �resurfecing program-are:those°ideritifiedin the°maps::provided by;the City Contained in Attachment • ' : :D:The general scope.of the improvements will•consist of milling and'resurfacing;.pavement patching, curb - '.• ;" ••:and utter removal and.relacement,`sidewelk..removal•and:re lacementi•:catch.basin repair, signage, :_'.: ...- :: :_r .:_ •.•.. ypavement markings..and.:other;ancillaryy:constr iction:itema,:::, :•__,. _ :' . .::--:.:.'.•• _.:. ::-Project Scope . - _ . - '..'' ::"':- ': : Phase l.:Preiiminary• .:Engineering-Tasks:and Services.:-:. _•:-: - _.. • 'Task 1A1 ='Meetings and Gootdingn''ati ' :. '. - :.. .•..• • ' EEf will.schedule a Kick-off Meeting with the City to introduce th'e:design:team and review the work - -items, schedule and Project:Management Plan in.detail:with the.City.:;staff.: At the meeting we will • .- - .. establish the communication lanfor project. In addition; EEl:.will•_obtain...an- additional information • . - that City.staff may have.that would:'b..e.useful on;the;project..'Prior`to.=tiie meeting, we will send a -= • -' : • ` ,request`:for information to the:city;.• '' . . . .. , 0 •: •!'" ' . ' • - Task 1:02-Field:Review . ' • ' After collecting any and all available.information:from:the City, EEI will,conduct.a preliminary field - .. • inspection of the roadways selected for rehabilitation During.this field'review the.design team will • collect information required to assemble project quantities and cost estimates. The field review will .collect information such as areas of roadways to 'be- resurfaced, recommended locations for . • pavement patching, and areas•of sidewalk and curb to be removed and replaced.. Any signs of •• • significant drainage problems or other design deficiencies'will be noted'for further discussion with the • City: - . • • Task 1.03—Field Review with City - • After our initial field review, EEI will schedule a meeting City staff.in the field to discuss the areas • that have been identified for pavement.patching, sidewalk replacement, 'curb replacement, catch • basin repair, etc. After meeting with'City:staff, EEI will make;any :adjustments and finalize the • • • preliminary. design. . • • Task 1.04-Utility Coordination • EEI will submit exhibits to the necessary utility companies to begin the.process of identifying any • potential utility conflicts. Due to the nature of the project being a resurfacing project conflicts are not anticipated; however, this information will be useful should it be determined that storm sewer or other • utility repairs may be needed. • Task 1.05-Subsurface Investigations EEI will enter into a contract with a subcontractor to perform pavement cores throughout the project . limits approximately every 1,000 feet A report will be generated, reviewed by EEI and provided to the City. • Engineering Enterprises,Inc. ...-•......z•_._...:,:....' n u0.1 w r arrfln, •*Mi_.:a..,-. .,:,:m,t_:::.; .. Consulting Engineers s r • • I • . . ...-.. •..: , ....' : -.. .: Do men Estimates -Exhi b its etc.: _ .: _: ....;:-;"--•:7-::_. . . : �. :-• -: : :.::_.•-. .•f.;ask 4:Q6:....•Preparatlon of Prelrmin,�ry cu.. .�( _:_� .�.,. jpl:.....,...._}_;;•:::_..•._:,,_:__,_..�:: .... : - • • After a Thorough r•e•view of all •da•ta; El"Will` re p are:apreliminarycost estyt _ate;`preliminary ibits m ' :% and prelirriinaryr'pro�ect`specifications. Hand sketches indicating the:loca'tiori ofiall �avenientapatching,: P .. P...: • on file:for'. _ . :. : .... .. _: A . P g _ 9 P. , rig•_._ ' : - � sidewalk re 1�acernetit, curb re lacemenf,•:si na e,.•and .averneat';1'iagrlei s�11__CiQ�'`kt _ , ..- i. '• _:::--: . ,verificatiion;b ,The:Ci .. ._ . . . . ...... ..: . , : _.. yCity as Headed.and-for use•in.construction,: These:�oci�iidefit�_Y�iilria siitariiitte -to. file City For.;revieHr and comment. EEI will'coordinate:and attend a meetmgwl. ity, %discuss - - •:•:.-•-.•..,....". the prelirr•linarlY:PC men• and.to determine a• consensus sif whatrQad±i'' #o include / -base and • ;:aiternate bids.inthe final contract documents,.:EEl will'implement an•d.complete our 00']A plan as -.. _:.-. establishedjn our Project Management Plan.: -.. • '•- -•;. baseIIFinal:Desicin.Enfiirieerinti-Tasksand Services . . - • ' `...- :-.' Task.2 01-'.Development of Contract Documents : : : :. : . ; _ ''.' : -: -..;EEl;:wil€develop:final.design'documents including final.:quantities;;;extitbits;'::details:and:specifications rbd -••••••-'".".' '-fo iding� These documents will'include City procurement requiremQnts enetal•condr��rrls, biit' • • V .:::.::documents,:<insurance requirements, •performance :bonds,'eta..: Tiedcuments will e;generally • ._, . ... .-:.:!H-:*--:.:: ; : consist . .. • . _. ..ent With the example contract.documents..:provided•:by;t ''::g.:-....-1.ity oi• the:•�009 NagfmE�irhood :. ::.;:..•::, ...,:: Resurfacing contract. •The••final design documents will.'also:.include'.traffc control_-plans..:` EI will' . • ._ im-lement and complete our QC./QA plan as established in our'Project.Managefi'entPlan - . • • - ••--':.. : i-_--_,•:-.T.ask2:02=:PreparationofEngineer's Estimate.of Probable�Constr ction.Costs - % mit anEngineer's ate a , . .. .. - •-. . .. , I:::yyill 'prepare and sub Estim of.Rrob bte�C.orrstrictioh_Cijsts�in_a:format . . _acceptable to.the City. - •.. . •• ::.•?Task;2. —Final:Review by City '-.•.:EEl will.provide six complete.copies of the contract documents and final.cost:estimatestothe City for . :-�� - -' •• -�:+•- :•'fin - _.- ae-rinse Preview:: rior to bidding. Following the. City's review EEI will.scheduleon ,;-- __. ting';M2h�City:staff •.•-:to receive and discuss the.proposed revisions. Following.the meeting:5E1:440 ncoiporate all revisions :.:inaa4he;project documents prior to bidding. - . •' - • ." . 7ask.2.04.-Bidding and Contracting • • Upon completion'and final approval of the plans and specifications;•EEI will.assist.in the advertising, bidding, review,award and contracting,phase.of the project. During the bidding phase, EEI will answer questions from prospective bidders and will prepare addenda with the City asappropriate to•respond . to any questions:•-EEI will coordinate with the City.of Elgin's Purchasing:Department to.make sure all plan holders get the addenda. • The Project Manager will attend the bid opening, and thereafter EEI will-review.the•:accuracy of the . :bids and prepare a tabulation of bids. Based.on the•final review pf that information,'EEl will prepare a. - ':.. :formal recommendation of award and provide the necessary materials to'Citystaff::'. • Upon award of the project, EEI will prepare the necessary contracts to be executed by the City.end the • Contractor. EEI will coordinate signing of the contract with City staff and the Contractor:. . Task 2:05-Public Coord• ination • EEI will prepare notices that will be sent out to all 'homeowners and 'business located within the • ..project'limits. EEI will acquire all addresses of homeowners and businesses.that notices will be.sent to.. • _ Task 2.06-Project Management and QC/CIA Reviews EEI will provide the necessary project coordination, administration and management throughout the course of the project_ - Engineering Enterprises,Inc. consulting Engineers . • • • • . . . • . : • . ' : •• •. • .'. . .: . . ., . • .• .. • ... ..,•.••.,... ...., . . . .... . . . :. . .. . . . . • • . . . . : . : . . . . .., . . . ..... .. ... . • • • . .. . . . . . : . •• . . . . . . . . .. . . . .. . • . • •• " " • • •. . . . . . . ' • • • , . . • . . . . ... ..... : . .. ..... . ; . •" .Attach me nt:Tit. .•.•:.•,"•::•:!.•::•.• !.•.- '•:.:•:. ! ••:•••::::f'...: '':,':;••'••'''.••••• :•• .'''-, '•','.'.'.i• :'•!.-*.'•r;-'..;•..••!.::•:.• . - •:...:. . . ... ... ... • ..• • ••,. ..., . . . • ' . • PROJECT.SC HEDULE:.FOR : :,-....... :::• ....!:•••:•:••: •••.....••.,...••••':•,•;:s;*.i.:::,'......:: ':'..••''.• • ••••••••'.'::-:.;:::.' ..:.•• •.:•.' •..... . . . . • • • •: • • 2010 NEIdl-ISORI-loCo STREET RESURFACING:AND2010 SIDEWALK REPLACERNENT PROGRAM :•• • '. .....-: . . :- . .: .. .. .::. • - Citsis:Of Elgin, Illinois: - .. • .. . :.. .,.. . . . . . • • • . • .. . • ..• .. • •..... • . . . . .. ... . .:.:„.... . . : :,; ..;..,.: • : 20,10:::.....'•:..::,.:.,.,!::...:_:.„..;;;.....:....::::....•.?.-:.;1,;;.;-i-gi;;.;:::..:::,:;:,:;.;,.:;..•::::;i•kri •:: • . ..::: . : :,,..i.7,-:::,.:..;.,::,:. .:, ., ,...:L.,-: ,. ,::::!..:4.4..ii.:71,:f .: :,iii2,-...!1•0-.:•:-.•::,:.; ,,,,;,,..;::.; .;;.! ..?•,.•,,_,:..pi..,..„-..:y. i!,:, •• . : .:.....: .. ...: Feb !,', WitWl•iii!Li:i.AI:ii,i!i, :itiV.10Sf,--.i.:1:. -',',.'40110.',1',. ,A:kailk,ii-; girskitt.liii i!li.*::vro:1,•liE OWN !i'i 1 R111'1111144-44`'Illuiriq''.i'' '• r wire,t-IlinTr0; 41-4Flt ''-'•."-•IPirel-rili'llrfc ,141!41.,11',. '1'1-,.....'.,.... '.•'-'<•-417.4,:it•Te4;il'it'i:i0.43,-4i;tc:ii:PL:i#4, •Ohl. i .. ti nisAigil4ii,i1I.tiat:%k;IT,!::: •.• • likailli*giAltit t'• - : L :-,.:.:.• 744 dilfSi.{,igfl:all&ifIlit:4:111t::1:..hirA iiiiil!!,kigiiiiiQiiftMI 11111.1g1 il'1 ,1.•,ht'If MA al'...Walla::1 irlitiiiii I fgggr.2.4eakiiitahilhairEgagiaiit&A-4:401416RVI*RaeR1•51i;If5Z:1•4!5:4211.gIFSE4ialetia':' • • • • .., • . . - ... . •....• •:: • .s•••.: •• ":.•••••.;:..::::'.! 1,'',Mr 1.;•-.';'' !:ii i i.i.i, 1 . ....... ,,,. :.:i '‘,.., .1E.•,i..,•: 44;:;;;;,i.v1; I.!'5.••,,.• •, 101: MeetingS:and•:.CoordlnatIon --• - . ' • ., -.,.1 1 ii: fr 11.F.4...4 III 1:•6••J r1:4 k...1 111 ' •... r...• : _,:i, !,,- : .. il,•',:i :.':l••:. • • •Ii .1!.,,•,,•: : 1- ' IIII I 0 1 102 :Field Review • . ":•••••anal f '' ,,,,•ilia“F,.,:„la, „,..mum in •, : • ''' • • • . .., .. •:•i:,.• NMI i.,j•-.,.L'-.2 1,4iii 114 a:..:‘,RI;PiiiiiiiiEl ...... . . . . - ,-.1 ii,i :,..,,.gy ii:!r.i!i :., . ..:.:HI11-:., 2Fi!,,R.!lig • •f2' ,1!ik. m;1..E,?,.,...::••••:• • ,.!i::,,,: 41:••:::':i•:-.' I 1 i • .. . .• • •• •. ".' •••••:•',”::•:,•• 41! P•I' ••••:1 itii V' Fil;T. . ' ' '•'.i'; c:'j • . ' :'•'. iiii:!1.'L . i• • . .•••.•. •:.•.'f r•':lif :•i 1 i',...1 i .3 •,!i,•:. • ...1.03::Field Review with Ci •• .:. •. .. ... ... .. . • •. • •-:••-.••.••:,;••:. -,.i':'i;-•, i*:14 ill! --I ' j :1'•''. l'qlv ill ,....L•r• _• ,.-••• .1,,:zif ;: __ • .•'". . :. .. ; • • ': - '''-*:...'''.:.77:'•''..;;i1 L!%.:M•r: i!°^x2.:!i l' il,:.;; i,'.':''biTi ''!;, , 1,'i.'40'II.'if jrA191!j•:.P. :Ilid'%!'•.!r: i . • •• . .:• ,v. ti'':1:: EfiG.,;.: •,: I!L::-.-..,. .--. 1 :iii! :.:ti:li:::.di:f Ilif;ill 1.04.i,Utilliy:C.oe„,idin'atiOn..... . .. ..... . . .••. ::..: ... • ........ •• - .....,.........H.:............,, .E.„14Q. :: i ;!...i.. .1. .r..r!..!! , . , , :,,:.,,,:-;. :,..,:::4:,...::7.7,44i;,..21.!;....,:.::.,,,, . • . " .. "• •".." • •••• •• -•• •.• -'. - ••••• ••% '. ' .:: • : .-''.'•"'--- ••••••••''''f; ill .1Y i ;'.0•;lil'•• '4•6 rigv., 105 Subsurface Itvettialiens . . . . * ' 1 , 5-, -' '•-•:"'1',•-'''-•n•-•-• ,-.'•-:-- f I NI iii':Pf'i '''.!!'::'• . ' .... . ....'"::-:.:' rts. ..'"'I 11111111MIA!ifi,iii ii1111111..':!Millill'i'ii lii iii f....IIR 4:#[1:ill.0.I . 1.06, Preparation of Preliminary:DecuMents ,:'.. . ••• :.:.,-:::, .• ,• ,•:,::,,: ,,., •;:•:....,:ii:::i.,g. p,,];;,,RIRI.IgIMIIA, :li..,offlaFp.,,T,2,:.,,..,,,,,,,,I,i.4.:,:.F:i ijiy.i.!-•':.lif;,-.v!i,15.-1.,:4-,:2.i2.,:.i.ki!.i!,:,,i,l. ..,.7,:,:..„..)1,..:::,:: , ..:,„:„........:,..1:ei r...-147.1•PITP73.17'711M IV M.'IrgiFFT:-.1ii,:: '; Nu'rffili;,5i-e0f.fiti-tiR1 Mlifillq ilago4 twoi::ioikAgi.imiNii .;.0.-04;461.1.4.,-.4::1;ii3,-,...,..,•,,.,,...,:...i,,,„ kJihnsl ;•it4.,- .1/4:.l.,5liti:..:.Agg 61.811,.n...1......ii vi...i..,t...‘:. .=.:.'•,:•tgi.9...r7.4:-.Rey:•:....r:i.,-.,,,,,F=.0licr.4p,i:_l-;IF::: :u:-::1:1•:,iot,,Ilek,-,-1.26T,46..;;;;4,i.:167aisi2i. Iii. ii-.1i,,,:::=,.i;;•..lq.1,4416:, 1. 0...0 Ir. •'.j;11.•,i,-dif !*;!1i',1'"•:::- '•.•••'I . 201 D.:.e.V:e•l.t:e:M:.•e.n:.t.O.h:.C...a.t:.t.r.:a:•d•.:...D..O:)..t•.t..M. e• i•ta::. .],..:i:,,. • •:::.: •-:-. :. •" :' ' ••• :.•'•; i".::'• ,•1,:,•;1'ilig. g1' 111110.. N,. II.:i,.. i• !•:--.-i 113-,--.). fi0b1.i4l111i •L-i-P• 1l1l1':t.iIiIi;L0A1•2siq igi4 lII • , Ug . , • i':i ".• :. .....".•......':':-.*•.::.:''....:: ..1•:' :: :' :..,.::.:.:.- • •-.:: '. : .... :"-11162-114:11!..:,,i7,E.smiNER will,F..•ip „ilionlimi.,,.,..,1 !,-4:Ili 2.02 Preparation Of Ertguleees Estimateof Probable•Construction:Cost ::•: ,:. „:.:-.,,,..•,] -.. A • . . ::'::::::.:• E.N.01111Inf.iEti 51:-.'0.1 i?, ft:-:.q.'irli :iill: . . I .:. .'!: !:'•T'•?:1•'}?• Ir'„;.!':!! II i . ': :... . .. . ••.••.•i•trIME la ag I',.!ifiii w-1 11.'-iT N 1-4-I-.,.:- .: . 2.03 Final Review b..:01$..: . . ... . .: .... . -:.:-• -",1 ;;:, ,dr, .•• • *- -*" . . . .. . . .• . . :.... ......• ..... . — . - .-.:- : :•-..•...•...::: :,•:I.:::...i:;.••.:,.*::.:.:.,1-:.:::":w,,-;:i 1.44,:4.-...,.•.4„.:':,'..',:,-!..:'.,:;...: „':1:1,„',:':;1i:,:::,:7:::”,.i.11 i:,,'-1,,i,,i: fl204 Biddinganddontraotngil ' )!i,,•;,,'-•.i.•.D:.-.,.v,.:i„.i::T'I....J-•.-V 2,05 PubliC Coordination ...f.....d-,i.•:`.,!ii,N.r;.-,:„.,‘N,-S..:._i;qi...,-r'_.',,.i.91..,:,'.1..,-:..i'-.,,ii.l-..'-i.3,,-,:i:;:,I F-:.7-..!i-'_'.',_1..'I_n-::1r::.r'.:i::':::•:. •.•.•..•. ' t!:1'"-ii;i!P.t.l.ti, IP T.',:r 41 - • i.:”-,:.::: . ,:..',: :,,, .. 'i.,.. ., L .,•:.: ; •;.„••,LL,L,. ,,,,,,, •, :•,,.. L :.:1:,! ,,:, •,-•,:ifi',101 1.ii:.',f• :1.:; :.it hli • 2.06 •M.o.-act Maria iernant•and QC/QA Reviews,,: . •:.: • . • . .: .:_.• • ;;.;••:•:.;••;••••• 111:.....::!..i.i..;;. •:,,.,:::.,,,,:,,-•1,:zj.::,:::.::,„ ,.•.:.•,-,::,!, ,,,::‘,.:,:v„,..•..:„,::.:,,,,--.:„.::::.:,:,:,:':..::.:, ::.::2,•.:,.:::.;:,,,,..L..•:.;;,,,,,,,,,L,.„.,,,.,,,,,,,jAmp P :. •• IMF:fq.,•:IY:ig•,..:;'..'.iiiit 1[1.i! ",ifi,iiibi -tovii!lpiliiilipliliglittegiligir liiii sitr,•mitimilipmr;Fti,„mihirT.1,,,,' pilirgs<p'',II,ri'' [4.„,,,,„'.;'-'-±ra,,.,..„.•0,:orri,.,..,,...„,_or.,,T.,A,,....7Alioq:: :.-ift.--,,,HIRAP,,,,,V....2„,,,Hikg:iii,*:',11,,',Ji.iiii-„iiii,i4;..,4,,,,,,I,;;;.k.,,,,;.k.-...41.:,,,,r-lifif,..,iii,4,,li.4 i.,,. • • . •:, . .•., . -, . ......,,,,. ,,. ,..,:.,,,,.! .-,..„.,, i,„ .,,, :,• ,,!,,..ri..,i,,:,,, .„,, ,„:,,„..•,:,,:,.,.,,,,,,,,,,,:;.,„,, ,,. ly,;i1p,. if.,f,:1,,; :,,,i,,,„,1,,,,...!,. 1..,,...,.,.. • 301.•Construction .. . . .. . :,• • ":.,,,:- " • ••• . : - ,, • • :.. ;-.:.;; i•E .-iP dT! -' -•:::'!•!.:' 4..,•;,:l iiie.'i lb; :;;I: : • • GAPublic\Eigink201.ciNoliool•ioloNeigiAlorliciod,titefitiuloqqat4410001.0001*)0,0i.#.:Agr.0.0 ,f.1009ii!il:i.;!ntp.!7:W#Ipr:(916.i.!Flritgliii'::... • . . . . . :.:.•: : .. . t : P.reliminary&Final Design . . .. . •• • , . , • Project Management and QC/QA Review(s). . • • . • . " • • : .IMPA.Meeting(s): . . . . . . . . . • . ,• .• . • . : . •i-; ' ' •::City'Review(S) . • • • • • . . • • .. . . . • .: . . . • .. . •. . •. • • • , i Bidding and Contracting .. . . . , • • • . .. .. -• • • . .... .. ... . . .. , . .......... ,.. :. . . • • • . . • . • • kibliC Coordination •• - • • • • . ' . . Construction . • . . . . • .. . . • • • . • • • . 1 . • • . . : - " • .. . : , . . : • . , . . • • •!. . . . . . .. . .. . . • • • . . . .. . . _ . . . . . • •• .. . 7 . . . . . . • . _ , fr.r.,..4thAer.N.s....V.VeHi.••hti....1.01...{14l1,0.1.1.1.1,W.W.V016.41I.t...P.VIIeftWttiMA.VI.WW111V0.1.11 WM•1610,00,11.,1 WW.IVIIVal.r.,....,...... a . • _ . . .. . . • ) . . ' • • . . . . ' . . . • • • . . . .... :.,. ,.. ... .. .......... . . - • ': " • " - ..• . . . 'ill... . ...... . . , - . . . .. . . .. • . . . . . .. . .. . • • . t : . . . . • • . • : • . . . . , ' • • - '" • , . • • • • • • ' - . •. . • . , . .. ..,•.:•." .. •,• ., • . . • . . . . ' . .. .,. •..I• . • •• •: • •.. •. ..... . • •• :•••.::.•:: .,:•4. .:;•: • .. . .- . .. . . : • ' .1 ENGINEERING ENTERPRISES,INC. • • Attachment•P..,•pckiii9y0y,oft Pr.0015.491.41..Eng.1110,?iiii.g.6040'.• .. , ' I .etAttintioli> ., CONSULTING ENGINEERS • • • ESTIMATE•OF.LeVECOPEOP•Op ANDASSOCiATED':COST • , :. . • • •• • ^ •• i .• .. ..•. PRIOPetslOkiALkikiiitikiiib'SERVICES : . •': .. .. . :.. . • :..• •:::: .- ... ..• ..1 .•...:..::..:•.•.•.:. ... .•...• . r . .. . ... . . • . . .. .. . . . .. . . .. .. 2010 ift ep.ati0i1i0d:Sliiii*Reeti if aang and . : '• • • .. . . . . . . • 2910 SIC44.ii,i1K-0004000)01.1i0rOgialt1 •. • : '..••• •' ' - • •• •. .: •• •::L.. , '. '•• ::.• • : . .. ..• : . •,• " " • • ' ' 1 . . • : • . • . • •• - : ....044E1b10141i1610',..: • ••''.. - • ':• • -'..• . •. • . -. • '. ''''".' .. '. '.. . .:..' . - • . . . :iiiiiiit iiiiiiiKpiglIiifth4L4.144:Pigkillitlipa,tits.voi r T40,t!-1-'.'''"','.-ifira.%710i.1E.;..f-,0,--.1%4'"Eri-Mic•Sniai..fkaWg.,'-..11727.510,!,.114-~ ,V.R4-Txittga.Z,..:MeliMiliM-ilt:4:::,,p,wa.itri-ANW4. I .• qi..;;MHthiiF. •.,,...119...•f..ii re,:j..i.r.q3,1i.:•ii.t.i...!,,M1; •..--la.• If a. ' ,..1-. ..-...,,„ ,,,,, i ••arng,' - ',„.;40--77,'•' er-. r.-. ,...-0*-. g gAtkri-is.-.;•• • .ri.(.77.:FP..Lietl 11,, t,,,`"'-, .t-,,, ..'•y- -.-• -.. i•••=gmitt4icntiFiiF5tti:M.T.;,.rily=1"11,',.: , >11.N.,-P113:-.-' * ."'gr,•...., ',Ii, "Ott' '''''": ----- :,:'• •'• r,V4I•-.1.1.?3,1*.t. l'•-••4,1 ii• 4.-••• 4,--. ' I ',...,..!!,.ittOtt,i,tf,ttAttFP:ikiiiirtivii:Vg-iig.11iffigililliiiif:T tivia10/149'R';I.'. *944'%`),',',''4 111444. ''..*-1""i: 1!...,!...f weEiii'.:''mtiiiir. tri:iq40,..Wttittlitrititiiltlibxiw:lit.itivpd . Ltii Nigo.,1,4 lhailo.-.7„......„,4,..a.,:u...,... ,..s..,4dig . iiste..„ . •,K...13•LA_....•' .5ftow.5•,:,,,,z,-;Ai.i...v..'4f....11t,...iiiiii' :11( 'IFNI...,f.: 61,.tt: '.• - •"- •-••"'I""' '':::"•• :.:.;,..-:--'• ,*.,.;,•.;:•.!.': •'-'•,•••';'"'",',.•;;:;t!";i•''•*:iii;:',,,nn.onL,':i;i1".,Ni!tii,.'''i"'.."‘••••••,;•••,:;,,,14".•e•.• ••;,,,iii!..11,:.•/";•••••;;iii: .."17712, ',',;•iii•i,iA;I:fr''•;i:!!!ii'Al;3,.1;!":.'";t;'•,;;;;;;.;"."!;:••••.i,;•..:.'•..-:',;,•:•il5S.,,ir0...1.1.:;i,.•:.....'':: ..,.' *.• . . . .• . PREL/MINARY. NG NEERING.. •• .•'. •--. •-•';'.• :".•••''''''-'1".':.''..•2 •.."2.,;::...::::'F:'•:. •-•i3:4•••";'..,•i'..*".'.1•;"'..i;i! *.i'•-‘1;;'-!..‘...*3,:!IL•tt:t..',.2.!t.....:.t:.:.i'.,.•MffliPIN t'.!715iq:ft.,!:-r.:i•ti!t:....:;!i',.i:i.,:vT•:1:..t.it'.....•.:•:.•..':•.,:.,..!.:'.. : .:..: ...•...••• • -...... ... • •• ,i 101 Metin•.:a n•Coorehation. ,... •'1'.02'Field R.view'.... •. ' . . • :,• •0 r•'t• •'•:.:'......'.'.'.. :,•::.7,',;:, .2.15152191MENISKII ME=.:-.*:;:•.;',imi et,: 1...4••;•,-, aft•;•••:',;...;.,••::::•:.!•1:;ii•:••;:...,:i•• ,,,, . 'Loa Rem Revii,,iisort,ct.. ' . • . :..... . •• .• ...::: ..4.-1. _ ....". it::....• •..-........,.......st..,...L.,.......-:•::••••.;;.-.;:t...:i:::1-.::.::-.-,;:%'.i..,:•i! 4i....;,,,. Iffliiii=:tr:itm i'w.I.136!N T.,,,ost'n4_.i.'1:,.::.....:..'I,':.,;i'':::-. • .... : -1.04- UtIht tbordliiatloti- . ' • '. '.2-... I. '' •'. '. :'6.•::'-':•• •••.••,..-:,•-•••;•:1 ''1.••-•:"..•-:i';•'r.;i;•. 'I.••••-MEM...;•: -.Z•:,!t:',i4•412.:;.ii...Ffr';:4;str,101,... t.:•;;:•,•••.:.!i!:',,;•;;:,•:;;•••••.-•..•.',• , .... . . '"'I ta!Stitiatr •......•Invest.atiOns' ••••••••• .• •,. , L ,. . , '• . ••' .:3,4,! ....•-,!. •:A, .4•-i!,1:•,,:.:. .•i:m.1...::::;::,.r.:1".:,;7•'.4?‘•.:;i*,-',.rigleffel::::.;•rc.' ',41,1U.,;t:•''''i'''''''''31!- •' '.:!i.':.'''.7'.','H:' .. ' I .':.:..'..!:.•:."r.......''. =Ens tiarTaiiitil : .ffrigieleritffil*"i:i...••.'•,:-:si...•1:;!:*;..:• '.3 . . •relfrtilria ' ..,nearing o ., ',' • .• • •-'•. *- kFINAL ENGINEERING- . . " "-•''. -• •I:'.:".'".:' .1'.."':••", ..• •.71 .. '-'.:'..:7.-':','•:FZ..1.''..ir;:•:*i:''I'.•-v.:-.".!•I.,..1"••!.:•ry-r:•,, T.''''''''111:.•.,.-f.'...•:••,:r."!•••.!' ..• • ..'•• • . . ,2.01 Devel0pirielita Contract Oocuments., . . ...,•:,,,:,:,! • .1: •• .,:::,.._....„4 • :........•-.'" ,24....:.' ':•.:..1",.,50.'•,: :., •• :!;e•. ";,•••'-':.',',:,,••...*•.:::::,•.'.•:' :•,, i.,,, ...:::.17,2:.7.7'.•:• ietc44....;•.:;•:5010-484 L. • ••• :•:-•..:`.• 1 • 0_?...,,Pt6Dsration of Enilineiira Eetfin5to of Probable Con'struG3on COS ... .• •• ..:•, :V:: 2..03' FtnII ,i1,1,Aewlif. .CIti. . . '•• '13. • '.......•• .i..*:iif:H:'...•...;..•,.1,-_: ......,: .-• ....ii.,:l.,fit i.........!::•.*•':. ..::7',,,:::.....r....;.:.....i,,I......t,IN 1.:•:',X111:4,-;I'l::.::••:::',.3.13rEff,;K.:. ••••'•......,'..: • ! :I VA akteliiv'and ContractIn5 2 12.. ' : ••I . : .I.•.6 II.::i:- . ••.:.I'' ...-:.... ::,•. ..."„:,:;•,.,.:„,,..,-,..,..::.'.". i.I.I.:...........:i ii::NZIIi.i.:•?;22-;;;...:•".::,;;:::•,,1,2,784: ,-. .. •:....•... .. .• J 205 Public.Coorffeiattori"•'• i . 2,06,Project Manateinent00d:OCICIA:RevIirin .•. • .. 1 : ;. .: 40'•:•' ..• ..a':: ,'••,-•:::,.... .. ..i •:.'...-.. :i:_'.,::.i:•::.'..i‘..i'!:i..:.•,....1;''.i i..: i.....••••:;.:.,-_..,,-:.7.•:•;1.:..,.':'•ii."."'-'':,•.';Y .;:i,::i.$2.,;,?.40 1•.•..•. .'• ; • fr Final ErigIneerbAlote : •• . : .•. . .•.••• 23:.::.': ' 0 .. .: SC-,.•. : Si ..! i',:92-•"•• •••'1: • -.;Sy-. •.•Art•••••T•0••••• - • ::0: '!"" .:,-0"'••-0..-0i1:;.:1:, -i•-; .-':.:1,956'; • . .. •• ; -" 1 ••••..,; . I . NIIIIIIIMIZIEr..k. 1111111111111111111MINSIMINIMANCRIZEIESillitaBEIMEMINTRIMISCEUESINEENNOMMINEMEMMUMIZOLIKE.iftraffiNICILII:231 i••• .. .. . ., .5f614iAtfOL,-tg.iriggf:!PliP.IVIinglraP51-"TfaDr.0.16‘ifire"iPtiiifIli :.4.1;.'..tit 4... a5f-t• •••21:. atigl'.ci..k: .',.'!:,:.1.4:411 111.401„Itiedeitiqr tt iff• •-r P- '• 1,.'ele....: . ' , .•!'pEeewit_:40111,1.4filkotirp*Ireartiti . . I Pr.„.12.1sikelEAlneer • . - . • .:'''' ''' • . ' •, :'11-'', ....:"43:i 4' •ihaii4'-::'• '':#PI'.",!'"3432Y,'':,ierqiiiikLi4,.:,30;066i-i'.. .• • .!,g04,4,:,..,2.;;!.,:i;i.i...,Z.i.;.•i:i'..i.z:i 5'.,••;::•7:7•T.:4500,i ''.::.: . ... .. . • S'enor Pre'edWanekei .. .. . . . ,E2ot654 -r13 t0 „, til6 - $0 :. - • • 0•0'1' .- • 7•, ..77". ...'. 904 PioEA 74ofi8 614S13 0 44 '•s .§cnicii•Praiect Enaineerainvetar • •• 'P,40 • 'a. •:...neAro.,:: •::.131:••:.:••*4;14•••:.1.L.• T,..z..i: • .• • . p_Es.„.IstqameeosuN•ci..• :. . P4 000. ,.. hoOri ;. •'Itg.:..-.-.:1110'. :;e4r.noara•.$32,040..; • • • ..: ...:.:-...•'.:::'..:::..• . • .Senror EnekieeisSurve,;Of • . . . . P-3 ' 0 ' ,' f0. ;',C•3201,.' .•Pen'oet'.:•',Er i•-' . . . . \EriginieedSurvku .. . . " ' . P-2 '‘. 0 .. ••hpre':•. •r02. •''.•'SOS..., 10.01i01014 •',i le,: .• ::i:•,...:•,•••11wr.ExPetre.ex.v.....,...,....0".40.1.:.:;:. . .• . , • CAD Manager, ::.;... •.,...,!..;',;:•••.:.:::.,:'••:'..):::•! :;"tri";?•7•7:::•::::,•O-:':' • -"• . ..... . , . . ir nix PrOlfiet Technician 1-5 24 hags . '•fa,. • 41011.. :per boor 4 •s2,002',.. • -2.:r4=r1r2Y.tas.i.itialli 474-••••1.-,r7...,.;'.--421it-14.:':''.: ' . • . • Prolect Techniciari, ! 1-4 • .6 . Mori'.' : 07: .; ...:f00....i-.few:hoer: ' 'SO' ' 1. .MINIINNIkrintnriaMINEFAINTV.74 ..:•• • . anfor.Technician • •• ... 0. limn •: g4,' : ':eq.... ..vietiow,.•••436.. ..., - Secretary ' . '. • . " ' , A4 • IS hours' ' :,. .' :06',.... •:,ihour.4-: 1-240: - i filEllirr.,41•Milffint...=115MBEM3 :•:: - : .. . . .. . •.• ...:.HOVRI,YT.OTAtO SOS .WartaMGZO.-1.1.0=CUINIENEILM : ..• .. • I . .. • • • • ' •• ' •" . - •• •• - ' ••• • • - 11(0-'1773FInTri:M=KAIBEr=!'! ..: . • ' ' . )1'6T14'..0014114A,T1140073.?0,1:•::•;,:':;:iaSSIO,112,14: . " elketasonvoloisoicot 2Olo NeVtorrood Street ResufaciplAvireiteal samial4iiiiiiiiiiiiiiiiii4iii •AietiaiWAFACii .' • . . . . . . . • • • . . . • . . . . • .,. . . . • . : .. • • ' • • . ' • • • • . ' i ' . ,. . • • . . . . • . . • . . . • . . . - . • .. . . . . . • . . . .. . . .. ." • . . . . ' • •• • ' • . ' • • .• • • • • i • • . • • •• .• . . . . .. . .• ... . ..,•. . .• . • • . . • • I . . .. .. •.. . • .' ••• • • -. . . • • . . . .. • • •• • •• •• •• . ••• ..,•. . . . .. • • • • .• • • . . .' . . ' • , . • • • • . , • • • . ' . .. ' • . .. . . . • . . ' • . . . . •• ..• . . . - ' ... . . . . . . ' • • • • • • •• ' • ' ' • ' " .. ' . .. . • ' ' ' • ' ' . . . . . . ' ' ' • . . .• . ... .. . •. . . . . • • •• • .• .• ... . .. •• • • . • ..-. • .: • •,-. :,,, .•• . ,-,, : • ,. ..... :',,:.. .. • . • • . ..• •. • • . . • . .. . . .. " . ' • •• •• iwnovtimvottnumserreititIsTilt mr.ttioev4erytn1505510m51is44y1Vi.gblii.04. 551441.144..114144u11014410.11.1twiltli091511WEiBMIIMINI•111.10.M. 1.11.11.1.4tiiiiNtiOlIftPitttiAthitniiitli . " • ."• . , .. ..... .. .. . ... .. . • . .." s 44W110 U.S. Hwy. 20* Hampshire, IL 60140 • TEL: 847 1 683=3100 t • FAX $47 1 683-3101 STANDARD SCHEDULE OF CHARGES www.oeiweb.com January 1,.2008 Engineering enterpri a (Effective until December 31st, 2010) 3 arum EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE • 1 Senior Principal E-4 $171.00 Expert Testimony $225.00 • t Principal E-3 $162:00 Senior Project Manager E-2 $150:00 • • Project.Manager E-1 $13$:00. Senior Project Engineer/Planner/Surveyor II P-6 $126.00 • Senior Project Engineer/Planner/Surveyor I P-5 $11.7:00 Project Engineer/Planner/Surveyor P-4 $108.00 Senior Engineer/Planner/Surveyor P-3 $ .9.9.00 Engineer/Planner/Surveyor P-2 $ .90.00 Associate.Engineer/Planner/Surveyor P-1 $ 81:00 Senior Project Technician II T-6 $117.00 Senior Project Technician I 1-5 $108.00 • Project Technician T-4 $ 99.00 Senior Technician T-3 $ 90.00 Technician T-2 $ 81.00 Associate Technician T-1 .$ 72.00 Administrative Assistant A-3 $ 78.00 CREW RATES,VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $129.00 2 Man Field Crew with Standard Survey Equipment $201.00 1 Man Field Crew with RTS or GPS* $159.00 2 Man Field Crew with RTS or GPS * $231.00 Vehicle for Construction Observation $15.00 in-House Scanning and Reproduction $0.25/Sq. Ft. (slack&White) $1.00/Sq. Ft. (Color) *RTS=Robotic Total Station/GPS=Global Positioning System C:1Dom Doman:nits am,Selting,\;nilseriLa:a1 Setintgs\Temporary Internet Fifes OLK4AA:STALISO";10.do: AI Consulting Engineers Specializing in Civil Engineering and Land Surveying 4 < y C City of Elgin Memorandum •`ORATGll fE� Date: March 17, 2010 To: Joe Evers, City Engineer From: Jennifer Quinton, Deputy City Clerk Subject: Resolution No. 10-59, Adopted at the March 10, 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 Engineering Enterprises, Inc. (2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program)