Loading...
11-158 Resolution No. 11-158 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 1 WITH ENGINEERING ENTERPRISES, INC. FOR THE NORTH COMMONWEALTH AND DEMMOND SANITARY SEWER ENGINEERING ANALYSIS PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R. Stegall,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute Amendment Agreement No. 1 on behalf of the City of Elgin with Engineering Enterprises,Inc.for the North Commonwealth and Demmond Sanitary Sewer Engineering Analysis Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: September 14, 2011 Adopted: September 14, 2011 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk . 1 . . AMENDMENT AGREEMENT No. 1 THIS AMENDMENT AGREEMENT No. 1 is hereby made and entered into this 14th day of September , 2011, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Engineering Enterprises, Inc., an Illinois corporation (hereinafter referred to as "Engineer"). WHEREAS, the City and Engineer hereto have previously entered into an agreement dated January 12, 2011 (hereinafter referred to as "ORIGINAL AGREEMENT"), wherein the City engaged the Engineer to furnish certain professional services in connection with the N. Commonwealth and Demmond Sanitary Sewer Engineering Analysis (hereinafter referred to as the"Project"); and WHEREAS, the parties hereto have determined it to be in their best interest to amend Original Agreement; and WHEREAS, the City has determined that the proposed scope of the Project should be modified to include Supplemental Engineering Services (hereinafter referred to as "Supplemental Services"); and WHEREAS,the Original Agreement provides for a maximum payment of$178,996.00; and WHEREAS, the parties hereto have determined and agree that the total maximum payment for the Supplemental Services described in this Amendment Agreement No. 1 shall be in the amount of$30,247.00; and WHEREAS, the Original Agreement as amended by this Amendment Agreement No. 1 will provide for a total amount of $209,243 which constitutes an increase of 16.9 percent (16.9%) over the amount of the Original Agreement; and WHEREAS, the circumstances necessitating the change in performance contemplated by this amendment were not reasonably foreseeable at the time Original Agreement was signed; the change contemplated by this Amendment Agreement No. 1 is germane to the Original Agreement as signed; and this Amendment Agreement No. 1 is in the best interests of City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual promises and covenants provided for herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto agree as follows: 1. The above recitals are incorporated into and made a part of this agreement as if fully recited hereby. 2. That Section 1 of the Original Agreement is hereby amended by adding the following subparagraph B to read as follows: "The Engineer shall provide Supplemental Services for the Project which includes Supplemental Project Management and Facilitation, Supplemental Surveying, I/I Characterization & SSES Field Work, Installation and Monitoring of 2 Temporary Piezometers, Supplemental I/I Analysis, Supplemental Sanitary Sewer Modeling and Supplemental elements of the Report and Presentation Preparation consistent with City requirements." 3. That Section 1 of the Original Agreement is hereby amended by adding the following subparagraph C to read as follows: "C. Engineer shall furnish Supplemental Services for the Project as outlined herein and detailed in Attachment A-l." 4. That Section 2 of the Original Agreement is hereby amended by adding the following to the end of Subparagraph B: "B. Engineer shall provide Supplemental Services in accordance with the schedule outlined herein and detailed in Attachment B-1." 5. That Section 4 of the Original Agreement is hereby amended by adding the following paragraph E to read as follows: "E. For services described in Attachments A-1 and B-1, Engineer shall be paid at an hourly rate for the classifications of personnel who perform work on this Project; provided, however, that Engineer shall be paid a total maximum fee of $209,243.00 dollars, regardless of the actual time or actual cost incurred by the Engineer, and Engineer shall be paid a total maximum payment for the supplemental services described in the Amendment Agreement No. 1 in the amount of $30,247.00 dollars, which amount shall be included as part of the aforementioned $209,243.00 dollars total payment amount, unless substantial modifications to the scope of work are authorized in writing by the City. The detailed basis of the additional fee associated with Amendment Agreement No. 1 is included in Attachment C-1 and is based on hourly rates of personnel utilized. The attached Standard Schedule of Charges dated January 2011 will be utilized for this Project." 6. That except as amended in this Amendment Agreement No. 1 the Original Agreement shall remain in full force and effect. 7. That in the event of any conflict between the terms of the Original Agreement, and the provisions in this Amendment Agreement No. 1, the provisions of this Amendment Agreement No. 1 shall control. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY OF EL CONSULTANTLT ��/i��� By: ,/%�� l By: 6104_,C)4141._ ity Manager Its Vice-President Attest: Attes : whiaq -; cf City Clerk Its Secr- . o (et Attachment A-1 —Supplemental Scope of Services N. Commonwealth and Demmond Sanitary Sewer Analysis Project Management and Facilitation 1.1 Project Administration Services 1.2 Conduct Project Initiation & Progress Meetings with City Staff (1 Add'I) Surveying, I & I Characterization & SSES Field Work 2.1 Conduct Additional Basin Surveying to the East 2.5 Conduct Dye Water Flooding @ 5 Intersections 2.6 Conduct Smoke Testing Within Basin #1 2.7 Installation and Monitoring of two (2) Temporary Piezometers Inflow and Infiltration Analysis 3.4 Review Smoke Testing Results (Basin #1) 3.7 Summarize Basin Defects Identified in Supplemental Investigations 3.8 Identify Sanitary Sewer Rehabilitation Options (Basin #1) 3.10 Prepare Cost Estimates For Sanitary Sewer Improvements (Basin #1) 3.12 Evaluate Cost Benefit For Sanitary Sewer Improvements (Basin #1) 3.14 Develop Implementation Plan (Basin #1) Sanitary Sewer System Modeling (Basin #1) 4.4 Calibrate Model With Field Work Results 4.5 Conduct Flow Simulations With Rehabilitation Improvements 4.6 Quantify Protection Levels For Rehabilitation Efforts Reporting and Presentations (Basin #1) 6.1 Develop Draft Report & Submit To City Staff For Review 6.2 Prepare Draft Presentation 6.3 City Staff Draft Report & Presentation Review 6.4 Finalize Report & Submit To City 6.5 Conduct Presentation @ City Council Meeting re ala�lw ATTACHMENT 8-1-PROJECT SCHEDULE 1' En6•'6' 2:a N.COMMONWEALTH AND DEMMOND SANITARY SEWER ANALYSIS Inc_ ay 01 Elgin,9. ELGIN WORK Yea. 2D10 1011 ITEM t, Manly. Decant. February March APA /Ary 9we ,AY August SeW[6mAe[ October Novrnear December Na iWCD%REM W6M Stolle, 6 19 120 927 3 10 17 1A'91 ] 14:.21_16 T 16 t 11 26 4 11 16 25 1 a 16 11. 90 6 13. 20 ,11 6 19. 16.. 26 1 _ 0 16 22 20 S 12 12.16 3 M 11 24 tl. J .14..1.21'10 6 12 101 26 FRG.ECK 21499401,NENt 6 MI.ECl f'ACIlRAn1]N 11 [P16ad AdmenlMm .._�-_M MM___-__--MM-------------------- ®..MM 12 IP.e6I!Met.6Pavans Malt,..• -�---� --- --------------- �_-. 13 ;PT.,Macon 6 PW 91.011111Sake9Wd4el MM- -� ��.--�--�-���������� -------- 14t.tta-LOR1SA.I A n AANU — ---®�-M M M--IIA-����®�ME-----=-------MM�MM ---- 6-�1---MI-- ICantr¢tAmenCmedA.wawa ----- ----- --- ------------------- -------------IIM-- %.66/62.RC+ev CH21=1222r R?Are,+1$52;$FIE[n W+RK NEMC Basin 91,9`91 9 _-_--__MMM---------------------------- -------------- 222 Cccouct 3 Claacl F Been.i .Derive,Wet 1111111111111111111111111111111111111111 ..............I..........III...II 1' ` tOV66D`se<deysro� II=.■iinuuiiiiuuiii'uuuu'.iiiiiiiiuIll.i iliuiiii.i.iuil 15 CaaWSt PO WP1a FMga6II 6 Ft1]2D16n66Mq 26 Conduct Sncka Tat .WNW 2161111160 1 In A•:AE v.5 7.1 Main Bash De.YleebnLPaw Yaela DYYEIelaI Il . - MOM .............I ............................./ 33 Resident Str.m1242104dor16 CWErn 33 AM Flaw Monter..R1.164 __MM••-M-MM----M--• --__W.:.,s.-..------- -M------5--•-__-----_- ®ROOrei Smoke Te3mT Rmv04100 T6 Prom,Routgl - 35 RMae Talewisa'�Resllb ��.--- TJ..i .........�............ .H....�.......�..�. 11uI1I"IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIUiIIIIIIIHII 313 P6 Coat EstImalas For Sancer5 _. i+_o.m1aY/_ 111111111111111111111111 /111111111/11111 LL IIUIUHIIIIIIIIIHHHIIHIIIIHHUHIIIIi_ IIIHIIIIIH 3W61aCoat E F Slom Sewer Mstvarn 32 Evaluate Coil Benefit F So1:r ewer nrcn24.71 111 13Evaluate Cost Renate Stone Saxer 313 Croft I a.Attti2F1 SEWER MODEt11. 41 Cawtm[1E k�C11Sewatnaylalicn el .a-.:-...iuu..ii_.■u■...1=.........i..1L■.u...1.11.■u1.• 12_ CdnOucl RaauvneSarlal Seaw Sinelaaa�_ Al ESMn eRn6 + San,:Ir.Sew.;:.R: -�---- ---------------�-- -------_----- -M-M- - -__ - NMCaloratamodal WITField Wont kav Rearms ----------------------------------------- MMMMMMMMMMMM L _ _ _ _ _ _ _ _ _ _ i _ - _ -- __ 45 Undue,FSllnuleeav MOIR...aeon 1 trdsa raa -----------------M------___-----__-----___ __-_--- •! _ __ __ ____ ___ __ __ __ _ ___ ___ _ __ __ - - 5T0R9.11119TER MOCELD.6 4.1 3 . ...r rii__-lM�u___MMMMO �}ii■Niri IMMMU MIEiMiiiii�Mi�MMi iINMMiiiiiiICiMIMM 41 ConductBeaeire Slone Sewer Skmhlbo 6MMana6or conduct Floe 9noWh Rl tadat Inurnamenta IiidialIIIIIIIIIIIIIIIIIII111111111111:'IIH111111111 4.5 Cl.are PlgBco9 Lavaca For RaluglWbn Enuns REPORTING 6 F1E3E9711T1. INRf Crean F TOClM Staff Fa MN., hili..I.IIII.IIII•.Isii:Iiliuuu iuuui':i.'ii. 1111 i'i 63 G slap Drattw 266 PreasaaYon RSMw - 64 F9666 RePo16 Su5m170COy_ I .... ..UM P 5 C6nducl PreseneCaw.M n O 091 Caw. d ... ¢+aw.ey4sewantrw nce..r n+[•a...ar...rs.i..rrW.presaarN^sa�aa wMebrr.wwenulra.R��s1M�+s++r lAwd 'clad AdmInlseal.Work 11411:6) Analysis W0114R!6 rilRold VV Modeling Watt Item FMM Wod Cly Review Rpod/PmellaSon Work Item v I sF I r _ K I ,�" n '�oFm..7,t--a.a y! J>. lei y iii! 4 ill 1 �.� a a W oz F! n ! x j i ola 4 i !LL 1 i0 11,4111 N i . 8.1 P ZZ i , I O=t t ,v .. Ri lei N n num , .v R N W ^ -Z O - .r W W e. �d _ ',-:,18' na ill w . 4 I I , =aU 91 4 rye ':---4 n N d w III , i , 1; 1 S a G 4 ii a 1 . I 34 r I I r III � a G g O Pa g Ca fes ! !!H j1; IY ! F WW� tp t I o 1uo s l .1 g5 N S a n Fe h Standard Schedule of Charges January 1. 2011 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $171.00 Principal E-3 $167.00 Senior Project Manager E-2 $155.00 Project Manager E-1 $142.00 Senior Project Engineer/Planner/Surveyor II P-6 $130.00 Senior Project Engineer/Planner/Surveyor I P-5 $121.00 Project Engineer/Planner/Surveyor P-4 $111.00 Senior Engineer/Planner/Surveyor P-3 $102.00 Engineer/Planner/Surveyor P-2 $ 93.00 Associate Engineer/Planner/Surveyor P-I $ 83.00 Senibr Project Technician II T-6 $121.00 Senior Project Technician I T-5 $111.00 Project Technician T-4 $102.00 Senior Technician T-3 $ 93.00 Technician T-2 $ 83.00 Associate Technician T-1 $ 74.00 Administrative Assistant A-3 $ 78.00 CREW RATES, VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $133.00 2 Man Field Crew with Standard Survey Equipment $207.00 1 Man Field Crew with RTS or GPS * $164.00 2 Man Field Crew with RTS or GPS * $238.00 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 52 Wheeler Road,Sugar Grove,IL 60554— (630)466-6700 tel — (630)466-6701 fax --www.eeiweb.com J r► ELGIN THE CITY IN THE SUBURBS' DATE: September 20, 2011 TO: Colby Basham, Public Works Superintendent FROM: Kimberly Dews, City Clerk SUBJECT: Resolution No. 11-158, Adopted at the September 14, 2011, Council Meeting Enclosed you will find the agreement listed below. Please distribute this agreement to the other party and keep a copy for your records if you wish. 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. • Engineering Enterprises, Inc. for the North Commonwealth and Demmond Sanitary Sewer Engineering Analysis Project likEPORT TO MAYOR &MEMBERS OF CITY COUNCIL E LG I N THE CITY IN THE SUBURBS" AGENDA ITEM: F MEETING DATE: August 24, 2011 ITEM: Engineering Services Agreement Amendment No. 1 for the North Commonwealth Engineering Study ($30,247) OBJECTIVE: To expand the scope of work to include the portion of the sanitary and storm basin that is di- rectly north of Wing Street and east of Wing Park. RECOMMENDATION: Approve Amendment No. 1 to an agreement with Engineering Enterprises, Inc. in the not-to- exceed amount of$30,247. BACKGROUND On November 17, 2010, the city council approved an agreement with Engineering Enterprises, Inc. (EEI) in the amount of$178,996 to study the sanitary and storm basins in the neighborhood surrounding North Commonwealth and Demmond Avenues. (Attachment A is the original agreement.) The area had experienced overland and basement flooding during significant rain events with increasing regularity, over several years. Neighborhood representatives met with the and staff and it was agreed that an in-depth study of this area to ascertain the cause of the flooding would be completed. The study primarily was focused on the portions of the basin south of Wing Street, east of Wing Park Boulevard, north of Lawrence and west of Crystal, where the flooding had occurred. The scope of the original project included televising, smoke testing, dye water testing, flow metering and modeling of the systems. During the flow monitor testing, which tested strategically selected pipes throughout the sani- tary basins, it was determined that there was a great deal of inflow and infiltration that was oc- curring in the basin north of Wing Street. EEI presented their findings to staff and a neighbor- hood representative on June 20th, 2011 and requested that the scope of the project be ex- panded to include further testing. Amendment No. 1 (Attachment B) to the engineering agree- ment will increase the testing area to include the affected area directly north of Wing Street and east of Wing Park. Attached for your review as Attachment C is a scope of services for work to be performed and Attachment D which shows the affected area, known as Basin 1. OPERATIONAL ANALYSIS EEI will continue the expanded engineering study to determine the extent to which the inflow and infiltration is affecting the overland and basement flooding in the neighborhood. EEI will then make their findings known to the city council, staff and the neighborhood groups. Addi- tionally, at the end of the engineering study, EEI will include detailed recommendations and so- lutions for correcting the problems that are discovered. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS The original agreement with EEI for the North Commonwealth Engineering study totaled $178,996. Amendment No. 1 in the amount of $30,247 will expand the engineering study and increase the contract amount to $209,243. There are funds available in the Riverboat Lease Fund as a result of project savings to finance the expanded scope of work. Any resulting rec- ommendations deemed appropriate by staff will be brought forward to council for considera- tion and funding at a later date. BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT fl(S) AMOUNT AMOUNT BUDGETED AVAILABLE Riverboat 276-0000-791.93-80 339995 $145,352 $30,250 Lease LEGAL IMPACT None. ALTERNATIVES The city council may choose to reject Amendment No. 1 to the agreement and elect not to study the effects that the basin north of Wing Street has on the sewer system. NEXT STEPS 1. Agreement to be executed. 2. Engineering Enterprises, Inc. to proceed with work. 44) 1111, 2 Originators: Colby J. Basham, Public Works Superintendent David L. Lawry, Public Services Director Final Review: Colleen Lavery, Chief Financial Officer William A. Cogley, Corporation Counsel/Chief Development Officer Richard G. Kozal, Assistant City Manager/Chief Operating Officer Sean R. Stegall, City Manager ATTACHMENTS A: Original Agreement with Engineering Enterprises, Inc. B: Amendment Agreement No. 1 and Scope of Services with Engineering Enterprises, Inc. C: Project Work Schedule D: Sewer System Basin Map eb- rin �riR'M6 3 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 Engineering Enterprises, Inc.(hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the N. Commonwealth and Demmond Sanitary Sewer Engineering Analysis 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 Public Seryices Director of the CITY, herein after referred to as the "DIRECTOR". B. 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. • 4. PAYMENTS TO THE ENGINEER A. The CITY shall reimburse the ENGINEER for services under this Agreement a lump sum of$ 178,996.00 (a detailed summary of which is provided in Attachment C), regardless of actual costs incurred by the ENGINEER unless substantial modifications to the project are authorized in writing by the DIRECTOR. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. 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 January 1 12.5% $ 22,374 February 1 25.0% $ 22,374 March 1 37.5% $ 22,374 April 1 50.0% $ 22,374 May 1 62.5% $ 22,374 June 1 75.0% $ 22,374 July 1 87.5% $ 22,374 August 1 100.0% $ 22,374 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. 10. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers,employees,agents,boards and commissions from • and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims,in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY,its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration,completion and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official,director, officer,agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. • The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively,if the insurance states that it is excess or prorated,it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error,omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS,METHODS,TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY COThe ENGINEER shall not have control over or charge of and shall not be responsible for construction means,methods,techniques,sequences or procedures,or for safety precautions and programs in connection with the construction,unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin,marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race,color,creed,national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS • This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any paragraph,sub-paragraph,phrase,clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS II/ The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed,modified,discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation • becoming matters of public record. © 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 27. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: David L. Lawry,P.E. Public Services Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Thomas W. Talsma 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. IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By By City Manager Vice President Attest: City Clerk • ,o"' kit Attachment A - Scope of Services N. Commonwealth and Demmond Sanitary Sewer Analysis Project Management and Facilitation 1.1 Project Administration Services 1.2 Conduct Project Initiation & Progress Meetings with City Staff (4) 1.3 Conduct Project Initiation & Progress Meetings with Resident Stakeholders (2) 1.4 Prepare and Submit Periodic Email Client Status Reports to City Staff (10) Surveying, I & I Characterization & SSES Field Work 2.1 Conduct Basin Surveying b Sanitary Sewer Within Basins #1, #2, #3 and #4 b Storm Sewer Network Draining Commonwealth & Demmond Area b Top of Foundation Elevations Within Basins #2 & #3 2.2 Conduct Sanitary Sewer System Flow Monitoring (5 Locations) 2.3 Characterize Basin Flows During A Wet Weather Event (One Event) 2.4 Conduct Sanitary Sewer System Televising (Basins #2 & #3) b Assumed 11,000 LF of Sanitary Sewer b Assumed 10 Service Laterals Inflow and Infiltration Analysis 3.1 Finalize Basin Delineation & Flow Monitoring Distribution 3.2 Resident Survey Distribution & Collation 3.3 Analyze Sanitary Sewer System Flow Monitoring Results 3.4 Review Smoke Testing Results (City To Provide Results) 3.5 Review Sanitary Sewer System Televising Results (Basins #2 & #3) 3.6 Summarize Resident Surveys & Basement Surcharging Elevations (Basins #2 & #3) 3.7 Summarize Basin Defects 3.8 Identify Sanitary Sewer Rehabilitation Options (Basin #2 & #3) 3.9 Identify Storm Sewer Rehabilitation Options (Commonwealth & Demmond Storm Sewer Network) 3.10 Prepare Cost Estimates For Sanitary Sewer Improvements 3.11 Prepare Cost Estimates For Storm Sewer Improvements 3.12 Evaluate Cost Benefit For Sanitary Sewer Improvements 3.13 Evaluate Cost Benefit For Storm Sewer Improvements 3.14 Develop Implementation Plan Sanitary Sewer System Modeling (Basins #1, #2, #3 & #4) 4.1 Construct Existing Conditions Sanitary Sewer Model 4.2 Conduct Baseline Sanitary Sewer Simulation 4.3 Summarize Baseline Sanitary Sewer Capacity 4.4 Calibrate Model With Field Work Results 4.5 Conduct Flow Simulations With Rehabilitation Improvements 4.6 Quantify Protection Levels For Rehabilitation Efforts (CI Attachment A - Scope of Services N. Commonwealth and Demmond Sanitary Sewer Analysis .4004 Storm Sewer System Modeling (Commonwealth & Demmond Storm Sewer Network) 5.1 Construct Existing Conditions Storm Sewer Model 5.2 Conduct Baseline Storm Sewer Simulation 5.3 Summarize Baseline Storm Sewer Capacity 5.4 Conduct Flow Simulations With Rehabilitation Improvements 5.5 Quantify Protection Levels For Rehabilitation Efforts Reporting and Presentations 6.1 Develop Draft Report & Submit To City Staff For Review 6.2 Prepare Draft Presentation 6.3 City Staff Draft Report & Presentation Review 6.4 Finalize Report & Submit To City 6.5 Conduct Presentation @ City Council Meeting .., ATTACHMENT B-PROJECT SCHEDULE N.COMMONWEALTH AND DEMMOND SANITARY SEWER ANALYSIS Inc. City of Elgin,IL E LG I N WORK ITEM ® s®" ®IMIMMMIE IMEGZEMINIEMIIMEMZIMIMMIEIMMIE NO. WORK ITEM -®m®©mmm®Om®EMOm®m0®m®®Om®m0®m®0®@ PROJECT MANAGEMENT&PROJECT FACILITATION _____________ P.r .rr h ' 1s,6>7y,srr..� , ----------.111-- e f=^=== �"*•k����� —Pro ect Initiation&Pr.•ress Meetin•s Stakeholders -_`-;+'PY____________________________ --- ® --------------- ------------------ SURVEYING,Ill CHARACTERIZATION&SSES FIELD WORK ® - E/777.,7'.•.....=MI_______Ell______MIME INN__=MI Mill--MI=__—_ ®Conduct Flow Monttoon! --------------- _-----__---__- ®Characterize Basin Flows Dunn.A Wet Weather Event One Event =MOM= MO= _—__-----_____ 11111111112 11111111111 MI MIN MUM IMO MIN IMO MINIM NM MI=MINIM==I Ill ANALYSIS • Finalize Basin Delineation&Flow Monitor DistributionIM MIMEO______________________________ ®Resident Surve Distribution&Collation .•* :-------------------------- ®Anal ze Flow Mondonn•Resutts ------------------- °d:«+ ' ------------- NEE Review Smoke Testin•Results CA To Provide Results 111111111111011 MIMENM=ME__________________________ ® —M------ 1111111111=11111111=1•1111M=MIMEO =111111111111111111=111111111111M --__—_ ','.8ta:!' a"3? - .. :________________________ ® - .. . ------------------- a �'ria ldenh Sa't SewerR h tilitation O•tiore ------------------- - ------------ Itlenti St Sewer Reh ti llalion O•tions ------------------- a:. ------------ -Pre•ere Cost Estimates For Sande Sewer lm.rovements1.111111111111M====1111111=======.111== k °.------------ ®Pre•ere Cost Estimates For Storm Sewer lm.rovements ----------------------- xnld--__--_-- ® ------------------------ •x,•., _.":---___-- -Evaluate Cost Benefit For Storm Sewer Im.rovements ------------------------ M------- �Develop Implementation Plan _____MINN M111111111111111•11•111111111111111111•11•11== =IMO MINI MINN SANITARY SEWER MODELING NNE Construct E st Co drtions Santa Sewer Model 1111111111MMVA'- ---------------------------- NM Conduct Baseline Sands Sewer Simulation -=NEM z//E �1h.a.,runa r..annurnun.•3:�rurarul-L'U'�--- -�r ..xM--------�------------------ win Calibrate Model With Field Work Results --------------------- ----------- -Conduct Flow Simulations WAR Rehabilitation Im•rovements ----------------------- -------MI= Elm Ouanti Protection Levels For Rehabilitation Efforts __________Mil INN Mil Mil___MI==IMO___ __NMI MINN ION ___ STORMWATER MODELING 1.1.1 Construct Existi •Conditions Storm Sewer Model --...... ----------------------------- 1112.ConductBaselineStormSewerSimulation ----- ___________________________ t.n.,,.., „ ,•.e_,....ae .- -1111111---- -- -------����-� --- - -- -- - ConductFlowSimulatIons WAh Rehabilitation lm•rovements _______________________r ��/7�� :,;_-____-_- mom Ouanti Protection Levels For Rehabilitation Efforts ------------------------�iil„1i7/ka",--------- REPORTING&PRESENTATION -Develo•Draft Re••rt&Submit To CA Staff For Review -------------------------- ------ ® s ______MIME_MIN__________________ _-__ WIMIIMMI====--------------------------Ell MEM Finalize Re•on&Submit To Cd -_-_,-------------------------- -- MIMIC. .0 Pe - Lti• CC fannuxfi+czJna.--------- ----------------------"��a-�;"MEM rerorna.EEi sosoeoonwueacEgkuoraEGioi•rv.eommemeau aria oemmone saneay se.eAnaMrsrEgreee Ay,eemenryAnxnmen�Bvropa Scneauk..kv{Ag,eemem saeouk Legend Project Administration Work Item(s) Analysis Work Item .,gSS' ?Meetings Modeling Work Item Fieltl Work -City Review Report/Presentation Work Item ErsEc-e'B,r6a>. ATTACHMENT C:LEVEL OF EFFORT AND ASSOCIATED COST LGIi.. I. 1.+ PROFESSIONAL ENGINEERING SERVICESy>s caYW H.y.o asp N.COMMONWEALTH AND DEMMOHD SANITARY SEWER ANALYSIS City of Elpn,IL EHISTM EE1 SSE W.. PRINCIPAL REM MCOR 33 AN PROJECTWORK RF: LEAD URFIELD AUlK PER CHARGEITEM MANAGERM ANALYST1 ANALYST MODELER OCSRAARM DELER CREW'W' ANALYST LFIELDNOW WORN 6UMM RIM aNREM HOURLY RATE: 5151 5162 Sin 5138 3125 5131 1117 51131 5100 31108 Sze PROJECT Mt NAGEMENT S PROJECT FACILITATION grope Admnntratbn - - 5 - - - - - -, • - 21 1 3,282 u 16 31.2 Prope natation 8 Progress Me•Imys(City) 24 -40 8 40 = •._..-,-. • • _ - - a - 31316 3 17.436 Sta us R p 1 E-Mail) _ B 12 12 - ` is Propct11101,01 as M.Mngs l3l.k.heHen) 2 - Ja 3 5,052 1.n Cle - t .- _.___ _ _-_- 10 0 3 1.520 Project Man.gemWR.L Projket Faa7NiM1eA5uW .0ia1: Ix Ye 8. 53 - : - - s 310 .101 t '1T;1tg S 2.1 Cooducd Basin Survn9 • _ • • -23 101 _. 235 3 11.634 2.2 Conduct Flow Monitoring - 2 - - - - - - 0000 2 3 9,624 2.3 Characterize Basin Flows Curing A WA Weather Event(One Event) 8 - 8 • 16 S_ 2.304 2.4 tae iekvrsog(san4ary sever) - _--_ < 3 23.836 cons 2 - • 2J 350 ''56A1P. : Surveyir.,NCharac{errzatmnL 6SE3 Meld Work Subwlat - 12 - - 10 - - 33 193 20 - 512,060 358 $ 44010, 3.1 Fna14.Basin Detn.atbn 6 Flaw Moraw d00011lon- - -.._• - - - • _ 22 1 3,564 3.2 Resident Starve DetriNlon 6 Cohtlon 4 3.3 Ana .Flow Mon.onn Results - 3.4 -Review Syne.Testi.Results(CO To Previde Results) 3.5 Review T.Mvlaing R.02*. - 38 - - - - - - 50 $ 6,540 3.11 517957118*Resident Surv.W 8 Basement Surcterpk.ElaCMbn - _- - - - - - 6 • 1 $ 3 902 3.7 SUR.111Z.Basin 0.9tct. - 8 - - - - 5 .. - 2 $ 2,472 3.6 IdenNy Sanitary SOWN R.h.bEMfwn Options - _ - - - $ 1,036 3.9 Identify Storm SOWS,R.MMM+Hen Options - - - - - - - - 3 1.038 3,30 Prepare Cost Estinat.s For Sanitary Sev..r Iprover...MS - - - - - - - $ 1,152 3,31 Prepare Cost Estimates For Storm Sew.;Improvem.Ms - • _ - - • - - $ 1,152 3.12 EyaM.l.Cost Benefit For San..Sevier Ittpraverrents - - . - - - - • - S 1,352 3.13 Brehm.Cost Benefit For Storm S.vw,lrov.ments -__.. _ - - _ _ - - • _-- --_- S 1,152 3.12 Develop Inplementatron Plan - 2 - - . 3 1.200 LO Analysis Subtotal. 10 3 20 7 58 ANITARV SEWER MODELING 4.1 Construct Esistn9 Conditions Sandary Sever Model - - 4 i ,1 - • - - • 38 S 4,620 4.2 Conduct Baseline Sanitary S.vnr SmAallon ] - - - - - - 26 $ J 474 --_ _- a S ,] Summand. .0/n.Sanitary S.v.r Capacity � _ - _ _-_ _--. - -- _ • 4 - • 16 S I968 4.4 C.lIm1.Model With Feld Work ResUN. _ t - - - 1 12 - - 41 3 5J056 MI5 ftehabiNaSon I :•a • 28 3y40.ggp 45 Conduct Flow Emulations rrprov.rxnta _ - _._ _-.'.� _ ... a.6 u4v Potec FO R.n atwn EnortSarrita7p Sewer Motldtrlg SUDtglah.: .. -__. 15 • 310 i10 :..t7� : i a 't f 2 ,730 - • TORMWATER MODELING 4.1 Construct Existing Co9Mibns Storm Sever Model - 1 • - - 4 32 _ - - 37 4456 4 2 Conduct 6.0.fn.Storm S.v r Smulstion - 2 • - - 3 20 - - - - - 25 3,078 a.3 Sumnrv.8.s.ln.Stem Sew.,C. 3 - - - a 12 - - 4 - 23 2,874 Capacity - - _4 a Conduct Flaw SkrJalbns WO R.habill.tbn Inprev.mema 2 . - - 2 16 - • - • 20 2 472 4_ 04.720y Pr win Levels For Rehab!tatbn Efforts - - - - otecl 10 50o,o,water Modeling Subtotal8 . 21 .712 11 19.. - t] 40 - 11 $O 126 S 15612 6.1 Dev.bp Dr.11 Rasa rt 6 Subml To CN Staff For R.OMw 2 12 4 40 6 4 _ 12 - - 8 2 - 92 3 12 420 6.2 Prepare AM Presentation 2 8 24 - - _ 4 1 - 21 S 3,006 6.3 City Stah pati R.poNd Pr.s.MMbn R.vvw 2 2 - - - - - 4 t see 8,4 Finals.R.p8n 6 Submit To Clty1 4 16 - - - - 4 2 28 3 3,766 i 6.5 Conducl Presentation©Cly CauncIMeeting 4 8 a - 496 16 3 2 r•^� :;Wpnt1M9A Pe41teNa6gRAWIW6C it - - - - i i M a;;i ,. _v ..7i 7/..,7.'7.7517471.' dr.7isr�E,L.TX*T' 1 ...i Fr.itagENESESIMEMEEMMXMIENUMBECESZenanaMintERMWMINVENin.M41s_,, tl,65(U///u',.: K ft ;, DIRECT EXPENSES LABOR WAww0Y •Sum.Crew hourly rete IS 122 M 2 Mm Feld Crew w5h SMM.rd Survey Ecuiarr0M Printri,_3 -__ 31500 __. Er320.mp Expenses= $ i 22474 --_-- Supple.S)e.c.= Survey..E.pen.es= S 22,474 Sewer Sysiero E+aketbm R070Sms= 6 33660 O TectneYn 0070400.0 S 31,208 DIRECT>EXPENSES.S....' 14,360'. 75t5UstntNe Expemes- 3 858 •,sit.:",,"1R4AttABGREXP.er8E6:w S,1n4"0 i3OP046.'.: 4iiil JO . • AMENDMENT AGREEMENT No. 1 'THIS AMENDMENT AGREEMENT No. 1 is hereby made and entered into this day of © , 2011, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Engineering Enterprises, Inc., an Illinois professional service corporation(hereinafter referred to as "Engineer"). WHEREAS, the City and Engineer hereto have previously entered into an agreement dated January 12, 2011 (hereinafter referred to as "ORIGINAL AGREEMENT"), wherein the City engaged the Engineer to furnish certain professional services in connection with the N. Commonwealth and Demmond Sanitary Sewer Engineering Analysis (hereinafter referred to as the"Project"); and WHEREAS, the parties hereto have determined it to be in their best interest to amend Original Agreement; and WHEREAS, the City has determined that the proposed scope of the Project should be modified to include Supplemental Engineering Services (hereinafter referred to as "Supplemental Services"); and WHEREAS,the Original Agreement provides for a maximum payment of$178,996.00; and WHEREAS, the parties hereto have determined and agree that the total maximum payment for the Supplemental Services described in this Amendment Agreement No. 1 shall be in the amount of$30,247.00; and • WHEREAS, the Original Agreement as amended by this Amendment Agreement No. 1 will provide for a total amount of$209,243 which constitutes an increase of 16.9 percent(%)over the amount of the Original Agreement; and WHEREAS, the circumstances necessitating the change in performance contemplated by this amendment were not reasonably foreseeable at the time Original Agreement was signed; the change contemplated by this Amendment Agreement No. 1 is germane to the Original Agreement as signed; and this Amendment Agreement No. 1 is in the best interests of City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual promises and covenants provided for herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto agree as follows: 1. The above recitals are incorporated into and made a part of this agreement as if fully recited hereby. 2. That Section 1 of the Original Agreement is hereby amended by adding the following subparagraph B to read as follows: "The Engineer shall provide Supplemental Services for the Project which includes Supplemental Project Management and Facilitation, Supplemental Surveying, I/I Characterization & SSES Field Work, Installation and Monitoring of 2 Temporary 11) Piezometers, Supplemental I/I Analysis, Supplemental Sanitary Sewer Modeling and Supplemental elements of the Report and Presentation Preparation consistent with City requirements." 3. That Section 1 of the Original Agreement is hereby amended by adding the following subparagraph C to read as follows: "C. Engineer shall furnish Supplemental Services for the Project as outlined herein II/ and detailed in Attachment A-1." 4. That Section 2 of the Original Agreement is hereby amended by adding the following to the end of Subparagraph B: "B. Engineer shall provide Supplemental Services in accordance with the schedule outlined herein and detailed in Attachment B-1." 5. That Section 4 of the Original Agreement is hereby amended by adding the following paragraph E to read as follows: "E. For services described in Attachments A-I and B-1, Engineer shall be paid at a hourly rate for the classifications of personnel who perform work on this Project at a dollar amount of$30,247.00 with a total fee for the Original Agreement as amended by this Amendment Agreement No. 1 of$209,243.00, regardless of the actual time or actual costs incurred by the Engineer unless substantial modifications to the Scope of Work are authorized in writing by the City. The detailed basis of the additional fee associated with Amendment Agreement No. 1 is included in Attachment C-1 and is based on hourly rates of personnel utilized. The attached Standard Schedule of Charges dated January 2011 will be utilized for this Project." 6. That except as amended in this Amendment Agreement No. 1 the Original Agreement • shall remain in full force and effect. 7. That in the event of any conflict between the terms of the Original Agreement, and the provisions in this Amendment Agreement No. 1, the provisions of this Amendment Agreement No. 1 shall control. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY OF ELGIN CONSULTANT ���,c� By: By: l r�J, Vh2ilente u City Manager Its Vice-President Attest: Att- t: icAtio d City Clerk Its Secrt. y • elw- Attachment A-1 - Supplemental Scope of Services N. Commonwealth and Demmond Sanitary Sewer Analysis Project Management and Facilitation 1.1 Project Administration Services 1.2 Conduct Project Initiation & Progress Meetings with City Staff (1 Add'I) ' Surveying, I & I Characterization & SSES Field Work 2.1 Conduct Additional Basin Surveying to the East 2.5 Conduct Dye Water Flooding @ 5 Intersections 2.6 Conduct Smoke Testing Within Basin #1 2.7 Installation and Monitoring of two (2) Temporary Piezometers Inflow and Infiltration Analysis 3.4 Review Smoke Testing Results (Basin #1) 3.7 Summarize Basin Defects Identified in Supplemental Investigations 3.8 Identify Sanitary Sewer Rehabilitation Options (Basin #1) 3.10 Prepare Cost Estimates For Sanitary Sewer Improvements (Basin #1) 3.12 Evaluate Cost Benefit For Sanitary Sewer Improvements (Basin #1) 3.14 Develop Implementation Plan (Basin #1) Sanitary Sewer System Modeling (Basin #1) 4.4 Calibrate Model With Field Work Results 4.5 Conduct Flow Simulations With Rehabilitation Improvements 4.6 Quantify Protection Levels For Rehabilitation Efforts Reporting and Presentations (Basin #1) 6.1 Develop Draft Report & Submit To City Staff For Review 6.2 Prepare Draft Presentation 6.3 City Staff Draft Report & Presentation Review 6.4 Finalize Report & Submit To City 6.5 Conduct Presentation @ City Council Meeting felewp2raemoring ATTACHMENT B-1-PROJECT SCHEDULE Enteerprier.r, N.COMMONWEALTH AND DEMMOND SANITARY SEWER ANALYSIS 7 Inc. Oty or Elgin,IL ELGIN WORK I Yuma. 2010 ball r 1-7251 I Month. DecenMr Jamas, Gob 14411' Me / at% APIA May : Jure Jay A.gut September October NO. IWORK ITEM Week ShelloM' 8 1 12 00 27 3 101 17 24 31 7 141 21T29 7 14 21 20 4 I.11 161 25.._2_._8 16 23 20 6 13I 20 27 4 11 II 25 1 1-8 II 22 29 5 12 19 28 7 10...17. 24 31 PROtF.CT MANAGEMENT&PROJECT 1 LILr1ATIDn3 1.1 �Y Leta AOmFkaabn it.'. _... i 12 Pr Vert MMlatwn&PA ra..Meean4,'dn) ._._ I: ._ r .`__ 7;2 .t — . � 1.3 Pa, IWtalron6R0�seu MeeSnls:SuketaWersl � � z't Contract Amendment `.: t al ' ..•a .... - --) 1.1 gent Status RF t0V,E-MnE I _ '/ . •- < ,,,, ,_,_a .y m_ ._...,.,.,.„...v 1111111.11, 1 SURVEYING VI CRARACTERIIA'l. 1 F SSSS FIELD L•A:RR 21 Conakci Seam sunea. ...__ ® _ I f-- 22. Con0ucl Fbw.Mankortlyt - - �._. . 22 Charade t Bas,Flows dlrIn3'A W er W eB171er avert IQ1t Event} . i .— —_--. . 2.4 Conduct T4M2' ISanaato Sewer ..,.w. _ .. t w - 25 Conduct Dos Water Fees5, Frre 1,O 7Woaa 1 26 Conduct Smote Test W Ilhh Basin No 1. N AL ALYSIS 3.1 FaaOae Basin Deana!on&Fkn Monitor Metr0nk00 .:V',11111.11 '— i ,.....+- —a-1-- -- 32 Resident Svey d 1 iwbn 6 Gahw - s 1 1. 3.3 7e Flaw Mon YIMMO t Re51A5__.... w,..._..-. _.._T._4r�- . 1...,,.,�—,_..� 3.4 Review Smog Teslog Remits,lett!TO Ammon Recs, Mi. —' Taw g Results ha.-- I !— ...._ 3 6 Summa a Raided Surv., meS &Basement miler 1 b" -7 u .....- -...r 37 Sun Ire Basin Da-u �� 1 -="111. �� \; S..ocas . ._...._ •„_3.8 bang•S :Rehab!alonO:tlora ' 39 Wen*Storm Sewer Raabilla5o O3tiore : ' g _ ""'--"""'1"---"—. 3.10 Pr e Cost Eakrw one Fa So'1r 2 Seewwer4144.amads t _. .. 1,•. ..... ....... .3.11 •gere Coat Es(mes FR Stam Sewer JIlSPm 3.12 €tner2s ..� •'-•+ - �-1——} — �„P _— _._ .,....,.........o,.�w...-�. kmile Cost Smelt Fa Sanity Saxer Npovements _- _�__, • 3.73 Evacuate Coat Been Fa Stam Sewer 1 moment 3.14 Der-.;:tnoereasoos Plan . .... n. ..... SANITARY SEWER MODELING awn 4,1 Construct 441.02 C d0os Sisi6ay Sewer MOM ......T..,_ ..z.. 4.2 duel Ba se ne 54,0. Sewer$3nulatoon ® _„_„ 4.4 SholCatty. 419 One s.S St R Cas�ae6y... l e 4,4 caAbrer Modal W Ah Md Wont Recue ....�___ 4.5 Conduct Floe.simulations W11h Ran...te.en lm@ rents 4 5 Guar MY Protector'Levels Ev Rehab Kers,Dials SEORMIVATE31 MDOELBVG 4.1 Construct Eo.'ing CasRtan Stam Sewer MOON.___—..,_- 4,2 Conduct Sasetne Slam Sewer.Slmulatbn_ 4,3.... - nave Basene Stam Sever C- 4 4 Caldncl Flow Str.latkres Wel Rehabilitation,Tcernentenls • hi 4.5 Duan Prdoclion Levels For Ro115RScn ETtals —S'— PEPCITTIIIG A PRESENTATION ... 8.1 Snob 0,5111i,1'l&340190 To CA,JSWf Fa RMS. .11111111111 E 8.2 PIs ve Draft Presen4lncn ....__ 83 Cg Stall Drill Rytton 8 Presentation Review BA F4W4e Rak4t65W 1 To CAy — �,--� • µ -- 5 Conduct Prestresul O Cob Coen:s Meana •-••••••.•�.••.... 1 1 : _ I _ 1 i I i'--^^_ 'amrEal3n.wWzsvoriapr3CIP 7101111.nnnm...re axe.mmoa booms...AttemYsonsvivnmsmonon am.Ka 1,eci Se.*a54+.sw yrs.1 siw+v L69erW MEM....:._,.PROW!AOIMnlsl'elm Work Aee4el ..121G,7313 2114 075 Work Item irtrINAMeetngs MOOe1n4 Work Kern Fel W ak 1111111111111021 Renew RpaVPresenteuo Werk Item 41111110) ...,) J • ii°111$ 411.111111 . ATTACHMENT C-I:LEVEL OF EFFORT AND ASSOCIATED COST kiff PROFESSIONAL ENGINEERING SERVICES E ng l ew.....p N COMMONWEALTH AND DEMMOI•D SANITARY SEWER ANALYSIS E LG!N E.Ine-p.tst.dw. COyWElgin IL ENTfrY: [El Mil walk '. MARC... r t 001$ COST MDRK 1Ti�1EC6 ROLE, IN I LEAD� PROJECT ` LEAD 7 NMVEYNG NMYER i Olt HELD NDIAI rex DEm _Sw! R_. .._. IIN4ADEn A4$L'/ET ANALYST _y N1$.YET..,,}«,:. MODELER ma'am I MANAGER mIALY$T............ ADNM .L^.r 11A! MDI ..«..........n -__ NO WDRKFPY NDEMLT RA78 fltl 71tl MU •Y. lNl. itll .,-.. 400.. 114 PROJECT MANAGEMENT IL PROJECT FACL RATION I• 1Pr,.al Allnnklrallon _._ 4t _-. _. _ 2'. :.i '.I.. �. __. ____- ...._. .._. __.. 2 S _..__ 324 1 2 �_LlnI I crr 8 Pr r eM II _ 4 23 5 __ Pras Ctin41G�.RaAP.giasR�Dml:Sallw4r i .. 1E,__—__... ......,._.____.` 4 °4� � _..� _.� •l—"' SURVEYING.N CRARACTER2ATION A SSES FIF'_O WORK i , r ....._.. IMEM1111.11111111=1ElliiiIMIMIIIIIIIIIMMIlli :4 ni $. • S W edsr Ftodl It S ITrsest Gemini oc. tT Ioni and Runt•t 4944004 la:.bni and M• n.i r -- -- ANALV:'.;5 ....e,.e..,.. -__............,Y_..�....--�. .� _-_..�..._.._..®.�. - _..._ I 2 - ... _. - - - - 3,E 474 ] ..,.•_ - • __.2 - - I • 4 S. 522 • A,:.f-e Cost Esomatss For Sat.-,y Sewn, n;:r_vegwrlls -i i - t __-:_I -—.- - . - 2..„1.... 2ED a T}.. E.puele Cost 6meu.Fp,S.r r;Sewer._m4 matte..... _._.._... ---4-.__._ _ _._..._t .___...._ i._ ...._...- - ._._... _I -_.___.f _ __. J. _ .__ __ 2 $ _._... ?N 2.14 ;1).9124? Pw, 169844 Plan I; I : I: .I -I .I 2,...2 2'3 ..-' ?d,,.s elA ff 1 it I O_1I w S3 f �Tya6I -AVIARY SEWER MODELING 4.4 CNbr:0 Model W F' •n'.4oI Rd$VKS__._._ .-- ..:.... ___.2 I_ _f ......�.._..__ _�i_ I ._.._ _ .._... ..... n s 8;.. 4-[I Row SI IA W2I,ReER 44EtbnS'¢ro.wrlRes __._._.. 1 I 2 ___ , dt G -I-- -_._.— _ 1......._ i i III d 5959 4s Pr.01,bon Lw.gs For R.-ea6444nor,Effort, I �._ _ 2' I _ �F I S e. ... s.I.IT •. 4 2'1. It------ � .( I.1_-_ ID ._ N6'2 ]_tiM -TORMIYATERIVIDIIlNG ,... • • SLlrlR.ri10T . t. p ...:s•• .-.. ,: ...2 -:...uvus iN` Lv:z, ,--- az .in,, 47k,-,,e;,,,,,,,' 'sffi -:P0RTPHISPRESENTATGN f E I 12e54-4o Drell R:V.T'L Sutrlla To Ca SIM Es R.•45w ._._ -! I 4 4 - - 2 t1•`1. 1 434.. 63, r8.aer YPINS re'n l _.__.__....... - . _ d4 fn� 3 1 ......_4 {CRY SIat1 Oran OW IAP aIonRavbx .._...._.,.. - • _I_ _ _._ -! - r .r.mo.,1 rawnalrr,s c c ,,:I P.I r>, - 4• -I 4 S 552 .. � Rq t5IN*Pu5P0$4l tw a _J,.. _:$L -' -- .:. 4-�. i 4r '' �-, . ,..•... :o ,< W tt�t NNk. Rhe DNECt 6J----.._.____...._ EE;upon 'Survey Crew how-N.14 A IR N 2 Men Fblu Crew wAll Sunward Survey E nomeo4 __.....REI .15........ - _...__.ErlD)_..a eel, -.t. I6664 4E+0 n 11 -1_ 2 995 Surye:n1 Ey.1444 L 2$@Q. _.. 75,5,49 Er x uelgns SSE 2ess71 6e,la 415 Te hYcien..]X, SS .1,291 ..DIRECT IIgl&Tl.I I kssa ......... AT'+n F,mww.!:; 212 36T4 t,AK61 $ yg4.52 82 Wheeler Road • Sugar Grove, IL 60554 TEL: 630 / 466-6T00 Ai' FAX: 630 / 466-6701 • STANDARD SCHEDULE OF CHARGES www.eeIweb.com Englrrereirirtig January 1, 2011 Enterprisvas, lriC- EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $171.00 Principal E-3 $167.00 Senior Project Manager E-2 $155.00 Project Manager E-1 $142.00 Senior Project Engineer/Planner/Surveyor II P-6 $130.00 Senior Project Engineer/Planner/Surveyor I P-5 $121.00 Project Engineer/Planner/Surveyor P-4 $111.00 Senior Engineer/Planner/Surveyor P-3 $102.00 Engineer/Planner/Surveyor P-2 $ 93.00 Associate Engineer/Planner/Surveyor P-1 $ 83.00 Senior Project Technician II T-6 $121.00 4111) Senior Project Technician I 1-5 $111.00 Project Technician T-4 $102.00 Senior Technician T-3 $ 93.00 Technician T-2 $ 83.00 Associate Technician T-1 $ 74.00 Administrative Assistant A-3 $ 78.00 CREW RATES,VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $133.00 2 Man Field Crew with Standard Survey Equipment $207.00 1 Man Field Crew with RTS or GPS * $164.00 2 Man Field Crew with RTS or GPS * $238.00 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 G'.E-illCi-x ;.r:.{_�nF:r•';;, i:.Sly`:.s.:.r!:.:.•�l••.*,r Consulting Engineers Specializing in Civil Engineering and Land Surveying AI A r7 e i-tivttE -7-4.41, C TO C ov tJ C2c L f^VliE71'1O Attachment A-1 — Supplemental Scope of Services N. Commonwealth and Demmond Sanitary Sewer Analysis Project Management and Facilitation 1.1 Project Administration Services 1.2 Conduct Project Initiation & Progress Meetings with City Staff (1 Add]) Surveying, I & I Characterization & SSES Field Work 2.1 Conduct Additional Basin Surveying to the East 2.5 Conduct Dye Water Flooding @ 5 Intersections 2.6 Conduct Smoke Testing Within Basin #1 2.7 Installation and Monitoring of two (2) Temporary Piezometers Inflow and Infiltration Analysis 3.4 Review Smoke Testing Results (Basin #1) 3.7 Summarize Basin Defects Identified in Supplemental Investigations 3.8 Identify Sanitary Sewer Rehabilitation Options (Basin #1) 3.10 Prepare Cost Estimates For Sanitary Sewer Improvements (Basin #1) 3.12 Evaluate Cost Benefit For Sanitary Sewer Improvements (Basin #1) 3.14 Develop Implementation Plan (Basin #1) Sanitary Sewer System Modeling (Basin #1) 4.4 Calibrate Model With Field Work Results 4.5 Conduct Flow Simulations With Rehabilitation Improvements 4.6 Quantify Protection Levels For Rehabilitation Efforts Reporting and Presentations (Basin #1) 6.1 Develop Draft Report & Submit To City Staff For Review 6.2 Prepare Draft Presentation 6.3 City Staff Draft Report & Presentation Review 6.4 Finalize Report & Submit To City 6.5 Conduct Presentation @ City Council Meeting • ATTACHMENT B•1-PROJECT SCHEDULE 1. Entrrprlemo. N.COMMONWEALTH ANO OEMMOND SANITARY SEWER ANALYSIS ice Ina . nIH y9 .IL ELGIN litaWORK ITEM —r 1-. ME]E" NIMINEJ' E'Ii M©Es MMINIE7i a0©iaMUUMMMO UMNIMME3MQtDF•ia[NNI IIEMi@L M RRWMT Il11VOEf1ENT 1 T'^CJET.:FACLLI:AT1011 i! iiiiiiiiiiwiliiiiiiiwwiiiiwiiwiilwwiiwwiiiMkiwi _ ' � iwiMi''M�i�iiiilG�Gi!lliiiii���Gsiiii i �Mi®=i w� ii!lw�iCG'EIii�M1r�����■1■IMi�G�IIINS i®.iiiIMMI �GGGGt SIIFVEYtif..I'•CISRRCTCITV'ATgTy A SSC.S FIELD WORN IN �l ••.,> iiwwiwlwi=iiiMiiliw_Gi__=55Cwiiwiiwwww_ EmI ® ilii iiiiiiiii!!ii - 11111 .1 ® iw iiiiiwii iM iiiii!liiiiiwlii wi iiiiiwii iii w w!liwi!!liiwliwiwwiiiiwiiii� ' wiwiw!!l�MCiiii i iii iwIlli irllNUE Mai MEI NUM Mil iiEll iiiiMIN MEI III iiiiiMI=i!liiiw ®- GrEI ':M=s GGlGGGGMiiisu iimNmwiiiiiiiiiiiiMGiGiiiiMM WM NSS:G:::: GCi1i i555i:CE:G MG=== 1:IruEllm:G=mGG:G== : N=========:55::5=:=5iMI :5 ===5f 'S55555555555 2. :. liiiililwliiiiiliiliwGiMi!!!liiiwt ' Mliiii! ll m i!!lliiii!!!illnipii�iiwiiiiiiiiwi! l"-iiiiw GMEM iiili iiilllwiiiilMI . iiii�iiiiiiiilg l' C MINIM=wil�iwMEM w t�rT-i IT"'n�-�--- '!*""�■wiiiiiiiiwiiiiiiwiwiwii 1iiiwiallwwiilliiiaaaiiiii■ ai Giiiii■ iaa ,ilii MOM=il!!Mil EOM iliiliMEI iiiiil i!!l MINIM iMEM ilii/ SiI:iTM1;IY SEtYCR 1.10!`t.le.C. !i . . . 111111111V- "'. iiiiiiwiiiiiiiwwi! iiiiiiwiiillili��iwiii,=� iliiiilill!liwll5ilIAl!liliiiiiii /ilii • r�iiMINriiG�iimolMiiiGi�iiiiiiiiiiiiGi. .1iiw�ii�iGGfiN • GG:GGGGGGGGGGGGGGCSCC�GGG=GGGGGGG• GG_GGGGSGGGG ST.]l•.'.v.TTFTi'0^Et':v i� • i ? w�iiiiiiiri��iliiliiiililiwiliiwrillliw��il •-• i i iw !w wliiiC=w Ems•...• ProaettnL.vebFrlRtlu•taffkoE arts r. 555.55:55= ) ATTACHMENT C-1:LEVEL Of EFFORT AND ASSOCIATED COST PROFESSIONAL ENONEERW08ERVICES it_ ifti E.AngteronsiGr 1..s4.rl Imp NCONMONWEALTH AND DELOION D UNWARY SEWER ANALYSIS EL.KG N E .Ie ..V 00 Il Inc- �.,. Don. LEI _ KW wont 14I41CJ/'AL ttSM CODT WORK mum. N I P80 01 LEAD (SAO OURVEYING RIMY I GCI TOLD NOM IEA RENI CINY g0[ L AiI4 . AA VTT AN0.7851 A1W4999.4,-44T[t? 1 NOMI& 4999.4,-44w 11 w1E4 (0A1 • AMALTtr1 AMP, „` .L•..L DUIN. No 0ORKKd IOS.TRLMF [1M IW [1H HL 114 HH 2147 Pm---W- arm Eton 9n - PROJECT NANAGEV ENr A 1110.1 Fr FAC4 RAT:CII 1.1 R.40 Ar7.2R614 - 4 - 2 - - • - - - 09 924- 42 -.N uU 4 - - 4 20 8 2.446 5.: 3 ltt'.?=W_,T -tea • _, _ .A-, .. ..'1,-,,,-.2------ -1.--",•-",..4='," ' : 25Af£,P7M.5-,io--`S- :-At• ^.SX+-Y^1. .n^ij-:q`.S•-•�._-Vi!si:f..er•-:o. sSc±i��543Ynv-Il ',•,‘,12Y4 i- 04,Pe.*i.4,,,,�:+,-.iy-84.k.-x.i,.: t0 ..ro-e'..i:; •1,1.,<.:.i7.t OM ENO O.Cl CIIAR4C:ER2 ATIC•i 4 SSE 5 FIF.D WORK _____€•1 CORO.I AJSYArN Dean SFT'2r11t970 East - 1 - 1 5 1e 4 - _ 39 S 1883 _73 CRdo2OyWrr FMal306 int07.0... .9 2 - - '0 - • .-- 2e w,a r1� tAei p11-WO Pani�R iNW I - 2 - - - - - - - 2169 2 t 2974 e27 Pierar .l$40001m(2I.ROL ✓J •1 -:...-.. 5 1 - .I 6005 17 5. 6Y0,..,..Y.7-,,,..,..Y.7-,,,..,..Y.7-,, :-- L-::.ti. [ Jar[,4-.4t ._._.. ..' ._c.. ::a.... . :TI.-a,. .*:"..4.-,4,.. :•t' ..:�'..., - • -.Lw-+,sr. •.v_r.v=ac.., .4-..,4-..,,,,,,,,,,, .. .:718: W .. „Kw, LI LI Ae4LN$IG 34 8941w8s24T(FicR6.4*I 7 To Pr9.14R:N.1 _- -f F - - 2 - .1 - - - 3 a 414 ST StrwanzolfgaI bSg - t - . . 2. . 1_ - • 4 2 sz 12 ,02r#2-2.221540424.116)4542 , xkn+ .! 1 .: - 1 - - • - - - 2 2 -219. 3.12 Prl94r•Car rplIna6Far 9arKPv Sw.p n.ri71Pntr44 -. 1 1 - 2 i 241 a.12 EM,../.Cost Bahl for Bart*Y$wr0I3 T780(0D • 1 - _I, • - • - - - - 2 5 222 114 D86O "r•'1rlwn•Y^4ecP495 . .. . • 1 • - - . . - .r:l2 5 269 -:ELS,e„" l�Y, wi_i: .-r' '..=jtte'-12"°N WPh �-;441 ,,�:Tl%' A?1ti-,VrrFL,.:uwi,,, y!va ^i.- 3cR"xyr .--. :i - _1;aFr1t'i :.-_ s- iZuT��'J�.^:c sP<Is•.-.r•-ri;-. . r.: ' 'f%^iki1t's:.:+::-:-o(,llgs 451115?SCW EN MUJLLIS? 4,4 C4Nrg4M09r We.F1$1 W41t R,H23 •• .- -___? - 4 - - $ 2- [741 42 g•-•..V Ra.ta. 92'7.7TD1H IP7!Ircrwwnwru --- 1` - "I 2 . - 5 1 12$ AG 0w.•Y ProtecAo.I...t.rw 0196 l - • j 2 - t - [ 2 NW a•s:F:cl_c-�:n7•�,-x-Y>.•,r-.TE. 07.1.7 7%014ii44'7.[nr[yatalg 5.aOw-:::v,.r'!iw�4�i-.-'ti0544,-t r-"Y'd "a-rL. ..,z ,d^:. _ L:.-�. LLS .1. Y:% p• r'a:.•xik_o -ti•.x-9 .�3r,'s ,�` .3:z "^K�r r.ar�q.�y..�.,?z^,�i�"::.-ts' �:s;-:;'TSA:-c �at �.�- aa., r.:...�„� CtC n.I.v4•ERcgsun:: REFORTING 5PRESCNI AICd1 61 D99433 NMI IV971&•%4394 39 CH8141 Far R2021, ._ • t - - 4 4 • . - 2. 119 '+52L eg_ 549,44103211. �Sk' - 1 - - _ .. - • . - i.2 414 _07_4b3 949 Prdt RIc91[PR4wx490a1149494 - - - - - • - - • -,[ .E IirWi+� cv tw►BIS4170L1x • - -1 - • - - • - E _ 54 c i 07161 Prwe•17 0 CM Caret 11/4411/442•43O4 - • - 4 • 552 .t.,'-'=P9ar9og[D,rW.on4rMlM1tld.ptr{� -.- _ - �.F:r-F,.i:S. 2$ Cee.11xy rove h l0 r 2Nn Ftl1G..,M 0.eO.2....Fyymet „„� 8 _ � ` Pp'Ii4t• [ Ov91ea4a ERY i4a9:!2 0.864 R'I03(15l7em Foos. 5 2 W5 6VI1ch124OMa1• _I _2.274 2•44,21,...E4 r$09J 4� 8100 015 Twhr1n 611644.1•-$ __,1296 4 I riga, %5=-'vl�B.`9F3127i48.j':':'::;7,f,P11909( wrap...FW.....- / at. 52 Wheeler Road • Sugar Grove, IL 60554 TEL: 630 / 488-6700 FAX: 830 / 466.8701 STANDARD SCHEDULE OF CHARGES irlinglriamarlirto January 1, 2011 lEnter}arlisess, rrac. EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $171.00 Principal E-3 $167.00 Senior Project Manager E-2 $155.00 Project Manager E-1 $142.00 Senior Project Engineer/Planner/Surveyor II P-6 $130.00 Senior Project Engineer/Planner/Surveyor I P-5 $121.00 Project Engineer/Planner/Surveyor P-4 $111.00 Senior Engineer/Planner/Surveyor P-3 $102.00 Engineer/Planner/Surveyor P-2 $ 93.00 Associate Engineer/Planner/Surveyor P-1 $ 83.00 Senior Project Technician II T-6 $121.00 Senior Project Technician I T-5 $111.00 Project Technician 1-4 $102.00 Senior Technician T-3 $ 93.00 Technician T-2 $ 83.00 Associate Technician T-1 $ 74.00 Administrative Assistant A-3 $ 78.00 CREW RATES,VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $133.00 2 Man Field Crew with Standard Survey Equipment $207.00 1 Man Field Crew with RTS or GPS* $164.00 2 Man Field Crew with RTS or GPS* $238.00 Vehicle for Construction Observation $15.00 In-House Scanning and Reproduction $0.25/Sq. Ft.(Black&White) 'RTS=Robotic Total Station I GPS=Global Positioning System $1.00/Sq. Ft.(Color) G •-tr 5•...N!;J!.•;,e:;.ti::g,: • Consulting Engineers Specializing in Civil Engineering and Land Surveying S a ill ) .Yaf a4 14 r S .6aceII. o 131 \ • --... 3/4 613 MO atm MI +'i•OeTi t_\'\.. AN* - a f lYAe•f'�» • y x,. }• 9. �A nS oe 5. 1•0111 1 e f-L . 1 ,« Q Oa: I i1 i +ca5 a c " se «i 5 „in i , e • dll - rlm 1m .-•"a•- i,ix ie x 3 ,1t,,) ,s ee c Sc >, 33 34 ie/I. Ifi e o n si) 660 e4o 1 ao ssa•m I 2, 2..,„,. s ' Six 513 •7 ..573x� \ 1•neo.00ss m Pine i64. ss zsa 9 PI 04" 15""" M ` < M %50" - s _ oil @e �3uf 4. 524 55. nun 55. i'171.53 • �md 564 566 564 ..... emr a ) 3ssi atan q asI f0 r •9 sn \ a b% ,4f c4e 650 I P s« - •-, acs s» »s s40Ls1 64/ `•, 43 • C 771 + Lo 51e 1 0. sx os« c 3" rwm s ' Cen f .1. s,xs1 ;,1,., ma "i ,., or'm,mt «- M0 , sSa, )e » st .3411.1.., -�iIQI• Is',.1, eo 's sis 1m ynx 5 aQ4 sii as 5 s» p40•'r fa 491 41'�' 14 A " 5 x , s soa , 11nu 1 «_-� A _Ill l -ct ilI' --41t•----....__ so s 323 \ i tx4p sin ]5 s-p Sxs n 4 ei 114 2Ja ' r xiiw 1,1 a . xo1 z msx p,zes« v s v •sot oo oI '_ 04 °1OI Jtll x _. -. , �iAFn Iv \psm .nn u Dei n: 8 }f 'tl�4 555 767 M t _ "IF' ryt tl1463 A �f11Rar a s„-, -em 1 l ' 776 Dn.. �� 47• II • S1 7 f ;.Itl , s 11 • ,-,'1,717 ' 4 1'33» fl tp4fi ON e / o+ fi •, .4 465 I3ill: IOA' 1 l, lo1 ® •I14 tj +• voem, mm is S '^^°; ono45° ff A1 11 ...MIS; j � 4 ) _ ( sf 1 : 451 ;9 1 455111 �dV � 5.7 n,m4 drisn 0•,m 25, f1 � 454 4p � f i1tl 45 ; �- . Ne 1 ro �use, .rrr s4 , !{. 44 y: «I I e 451 . ..!..':.....:/!/:.7/..".•▪7,...c....2, '�"Dtav 5. •.‹..,, oel�1°hTnir- ,. 414 •_J],tt 3tt»r�`,•-- N _ .-x �•pmr .] t•i�__x.xmr , 1 1/7 I 1 '.,,u a}t 4-a „'S. n • '22 al: eM4 u }f; zi 4 xs 4e 1 e5 4M I x[. III 3 ' 231tl'P i. il,lip 31 it r lcer _ t - - �✓”- _i•1e 411 ."°. 4,! , \\ S4 ,f 00 F,.,.N :::12.5111, Tt 44 au s 41d . I � I 0t m qi o . • ! r 'usJ 'oeBeldl«"' ": 45413 s4/2 of rm2. , 21,272.. • xll0:I )) 4) ' •w ®mse 396 b 4,] a • � ilei 15 l ! I �,.T «s .44.4. 16I 04ee 412 • s 4« e0 \ _. II ]41X' !If i 2e «, 9mw ]!e \ ewe 431 4 o4" I11I1116 400 401 .1 • 1 09.3 Oahey Oa an.. ' e,ssi NY- D elllee Pql ).. 1„, , O 11 vsi . cO 313 3M _ eo NI )e33h1 ]n )o II! 313 Seo I441111 341 1 377 1167 11st I. 3. orm I ! )i )xe 52l 3. 1pm u 24Ss 13/Je+ u) • Ffiidlir 11 i,v 2stots )eo ,N1 i I}t,4 )ime j5� ziz11,. ] ix 35 • 531 - ]H •1 p ]i0 320 a, ps 0S195: 11d1� 7411u n•3 "5 4 eas ♦_. L1 i 1 is 365 344 Zvi 3m $1, I1 Legend o' 443 M4 5 7.x _ w•4 \ )i 93. F, i ax ''' :Mien' 310 ) ]Smle ] III,' a25' 11 «I ]i 1of 111.••Mi , o• ..... a3e Sanitery Sewer 76 )u .. ' Mil z6 3 i 11 II I.1i1 ] 362 c ttr ,ei Sander,Sewer Benin Boundary p1 5 I ,0 Pan — 1-F H,h me ] 3_._ Pipe Segment ai4 - b )46 1 1Potentially Not In Basin1« a 6 5 3. 45 0) s u 3/Is -___ a 341 Flow Direction Observed In Fieldtt I. > fi "ISSie 5 6 SubAasn Boundaries 343 ] )e _ 4 ®xtl 337 231 il• ]4 ,e4mI ,S • 77'. 7x0 • 331 04 S4, )) ix x Plndar a ]9 E lib Baainl 9 sanhary ManhoM z4 3u --,-71:-•,-V,._, _ « „04 e,rr s 324 5 x, 9 I Basin 2 Estimated Pipe Segment ion )+' s, i Sl41 IS d304 3. 301s fie .S + )t• ]+241 i t0� i';',';r Basin 1 ♦ Eetlmeted Sanitary MenfeIe10 !e p S)i 3 • "2 !io 4 i ISS 10 331 t. «« 303 . • 5 Basin 4 e Proposed Flow Monitor location !17 zit s pxi. «fit• 2" Iwj Sl',.... x t+ wr t � m Tr•3 d t .mr M EllBasin s lined Sanitary Sewer Rn p1 "7 e de 0 p5 Parcels Addresses Inside Study Area Smoke Tasted Sanitary Sewer Segmentiont !1 i' 3 xno - 744 I z 34 I "2 aw e S x4 Parcels Addresses Outside Study Area Smoke Testing lndkated Cross Connection with Storm sewer • , 1152 H -Ixt -n. p 1i4 4 t 51«0.'I iu4 rt]0. 1 9e• ]i0 mi ` p5 ehsv Itt• 1' • •«, r: pout or onnecletl Y Sewer Star.Sewer ••• •' SN .,1Iw M1 I • ♦255 lf0774 NS z/I illDown. window Well to Sanitary tai wma °�I las 314 2 31 TM •r - ' .5 - -_Pipe Segment ! / i +t35 tt•— • "/” a Iri 1 fi 566 210 1. Mil Resident Reported Sanitary Sewer Basement Bach-uP ;FS 33 • Storm Catch Basin I , 1 t •• i x M nA ' ®Resident Reported Smrmwa[er and/or Groundwater Seepage In Basement re v+n « tis 16 tat 1 0 ! .1061 114 M 530 . 1 u1 iSf , sas o Storm Manhole .__123 ,1a 1 gre. y «• i 5fi Sp }1e . • , • SM Hl we 10e toe 104 1+5 1ru,•3 le 5H, «4 O «5«5« 5m -,i,-'-;.—z_ 4�0.. • n 314•,/: I« nxa ]e1 140M sf • Storm Inlet Engineering Ene•nrbo,Inc. City or eql• ..•r. •. ... N.COMMONWEALTH AND EXHIBIT E s Oa.Co. DEMMOND AREA SANITARY AND ADDRESS MAP CONN,.M«.eEa• ELGIN 52 NA4.11.4 �•....I>o ... .w ., ••••••••=mss4 feel 931-414 ,r,xvarxx; STORM SEWER BASIN SURVEY Iba01..3/rawreeween •wrederelein. ELGIN,ILLINOIS WE WHIM c.;snm,w0 1 Ir.—