Loading...
11-162 7 0 Resolution No. 11-162 RESOLUTION AUTHORIZING EXECUTION OF AGREEMENT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC. FOR THE CONSTRUCTION PHASE OF THE AIRLITE WATER TREATMENT PLANT IMPROVEMENT 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 an agreement on behalf of the City of Elgin with Burns & McDonnell Engineering Company, Inc. for the construction phase of the Airlite Water Treatment Plant Improvement 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 28, 2011 Adopted: September 28, 2011 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/ Kimberly Dewis Kimberly Dewis, City Clerk r p AGREEMENT THIS AGREEMENT is made and entered into this 28th day of September, 2011, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Burns & McDonnell (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the Consultant Engineering Services for the Construction Phase of the Airlite Water Treatment Plant Improvement Project(hereinafter referred to as the "PROJECT"); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Water Department Director of the CITY, herein after referred to as the "DIRECTOR". B. The Engineer shall furnish professional engineering services pertinent to the construction observation, resident inspection, and submission of construction report for the Airlite Water Treatment Plant Improvement Project. C. A detailed Scope of Services is made a part hereof and is included in Attachment A. 2. PROGRESS REPORTS A. A detailed project schedule for the Project is made a part hereof and is included in Attachment B. B. The ENGINEER will submit to the DIRECTOR weekly 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 1 + r 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. For services provided the ENGINEER shall be paid in accordance with the hourly rate schedule included in Attachment C, with a total fee shall not to exceed five hundred ninety nine thousand, five hundred thirty four dollars and zero cents ($599,534.00), regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR and approved by way of a written amendment to this Agreement. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus five (5) percent. Costs of any such outside services shall be included within the total not-to-exceed fee of$599,534 referenced in subparagraph 4A above. C. Reimbursable expenses are included in Attachment D. Such reimbursable expenses shall be included within the total not-to-exceed fee of $599,534 referenced in subparagraph 4A above. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2D 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 2 ' r 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 an action to recover the monies the City has agreed to pay to the Engineer pursuant to Paragraph 4 hereof, no action shall be commenced by the Engineer 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 + r 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 $1,000,000 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, except for the actual inspection and on-site observation done by the ENGINEER itself. 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 4 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 advance 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, except as may be specifically provided for herein. 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. 5 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; 6 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: Kyla B. Jacobsen Water Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Randall L. Patchett, P.E. Associate Burns & McDonnell, Engineering Company, Inc. 1431 Opus Place Downers Grove, Il. 60515 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. 7 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. ENGINEER shall pay any and all costs associated with any such audit. 29. INTEREST ENGINEER hereby waives any and all claims to interest on money claimed to be due pursuant to this Agreement, and any and all such rights to interest to which it may otherwise be entitled pursuant to law, including, but not limited to, pursuant to the Local Government Prompt Payment Act, as amended (50 ILCS 505/1, et seq.), or the Illinois Interest Act, as amended (815 ILCS 205/1, et seq.). 30. LIMITATION OF ACTIONS The parties hereto further agree that any action by the Engineer arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time barred. 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 L�/ �.I/ • /A/ By < y �� Cityf anager Attest: City Clerk 8 ATTACHMENT A TO AGREEMENT FOR ENGINEERING SERVICES City: City of Elgin, Illinois Engineer: Burns & McDonnell Engineering Company, Inc. Project: Airlite Water Treatment Plant Improvements Project GENERAL In June of 2011, the City of Elgin issued an invitation for bids on the Airlite Water Treatment Plant Improvements Project located at 74 North Airlite Street in Elgin, IL 60123. The project is an upgrade of the existing Airlite Water Treatment Plant to 10 mgd. The project will include demolition of the existing aeration basin and odor control building, rapid mix basin, two solids contact clarifiers, one recarbonation basin, associated site piping, and two valve access vaults. The project includes construction of one new influent flow metering vault, one new aeration basin with fine bubble diffusers and rotary-lobe blowers, two new 60-foot diameter upflow solids contact clarifiers, one new recarbonation basin, associated site piping, valve vaults, and sitework. The project includes the removal of one existing booster pump and replacement with a new, larger split-case centrifugal booster pump, addition of an ammonia storage tank, addition of a dry polymer feed system, conversion of an existing ferric sulfate feed system to store hydrofluosilicic acid, new hydrofluosilicic transfer and metering pumps, construction of a new ferric sulfate feed building and associated pumping/storage equipment, and installation of a new pre-fabricated metal electrical building to house new plant switchgear and motor starters. The Scope of Services for this Agreement consists of providing consultant engineering services for the construction for the Airlite Water Treatment Plant Improvements Project (Project). The Scope of Services is presented below. Scope of Services Engineer will provide the following services to the City for the Project. Task 1a-Review Contractor Submittals Engineer will review shop drawings and data submitted by construction contractors for compliance with the drawings and specifications. Engineer will provide a stamped or written response to each submittal with the appropriate action to be taken by the Contractor. As part of this task, Engineer will develop and maintain a shop drawing review log that will include receipt dates, review status and conformity information for the submittals required to be made by the Contractor. The log will be maintained throughout the construction phase of the Project. Copies of the submittals will also be maintained in our office. A copy of each submittal will be forwarded to the City after completion of the review of each submittal. As part of Task la, Engineer will respond to written and telephone requests by the Contractor for clarification of the contract documents. Engineer will also coordinate and review reports on tests City of Elgin,Illinois A-1 Airlite Water Treatment Plant Improvements Project of materials (including, but not limited to, concrete, soil compaction and asphalt testing) as required by the Contract Documents. Engineer will host an ftp site to accelerate and assist in the management of documents and project controls. There is no limitation to the number of submittals or number of times that submittals require to be reviewed. Engineer will review and process of all submittals required for the Project. Task 1 b-Provide Full Time Construction Resident Inspector Engineer will provide a full time Resident Engineer/inspector on this Project. Resident Engineer will be responsible for construction observation and inspection services on the Project. The duration of services provided will be for 18 consecutive calendar months to commence upon receipt of written notice to proceed from the City. Resident Engineer will be responsible for observing the work for conformance with the Contract Construction Documents, preparation of written daily and weekly reports and notification to the City and Engineer construction project manager of any items that are not in conformance with the Contract Construction Documents. Photo documentation will be provided as part of these services. Daily and weekly reports will be submitted to all parties as directed by the City. A preconstruction meeting will be held with the Contractor and City staff regarding the schedules,procedures, and critical work. Engineer will meet with the Contractor and City staff (at least once per week) to review the progress of the project and the overall project status. Engineer's construction project manager and/or key technical staff will visit to the site weekly and will be available for meetings with the City as needed. Engineer is not responsible for job site safety. Task lc—Provide Stormwater Pollution Prevention Inspection Services Engineer will provide a Designated Erosion Control Inspector. Designated Erosion Control Inspector will provide inspection services to document that sufficient measures are in place and properly functioning based on the Contractor's Storm Water Pollution Prevention Plan. Engineer will complete erosion control inspection forms and maintain them on-site and electronically. Task 1d—Provide Construction Material Testing Engineer will subcontract STATE Testing to provide materials testing as required for the Project. Testing will be performed to document that the construction materials and installation methods meet the requirements of the Contract Documents. As part of the services provided, Engineer will develop a detailed testing schedule to be utilized for the Project. This schedule will be completed within three weeks of receipt of notice to proceed from the City. Task le—Provide Clean Construction Demolition Debris Support Engineer will perform an environmental data base search to investigate the site for past uses that may have contributed to soil contamination and determine the need for any further analysis of the soil conditions. This work will be completed with two weeks or receipt of notice to proceed. City of Elgin,Illinois A-2 Airlite Water Treatment Plant Improvements Project Sufficient investigation will be performed to certify that the construction and demolition debris is suitable for off-site disposal at clean construction and demolition debris landfills. In the event that impacted soils are identified, Engineer will notify the City and the Contractor within once calendar day of identification. Scope of services includes investigating and certifying that the soil generated from the site meets the requirements of clean construction demolition debris. Scope of services does not include remediation and disposal of impacted material. Task 1f-Review Contractor Pay Request Submittals Engineer will review Contactor's monthly pay requests and compare each request with the work completed. Engineer will verify the pay request is consistent with the work completed and make recommendations to the City regarding payments to the Contractor. Pay request reviews will include updates on work progress, current issues of concern, and anticipated progress. Engineer will also verify that certified payrolls,waivers of lien and other required documents are included. Task 1g—Assist with Change Orders,and Assist with Project Closeout Engineer will receive, review, and respond to questions received from the Contractor regarding the intent of the project design as necessary to clarify and interpret the Contract Documents. Engineer will modify the contract documents in accordance with industry standards, if warranted, based on the Contractor questions. Engineer will provide assistance to the City in the preparation of Contract Change Orders as necessary during the construction of the Work. Engineer will prepare documents as necessary to request and obtain proposals from the Contractor for the desired changes to the project. Change order documentation and justification will be prepared for all changes that are implemented on the Project. Engineer will coordinate and participate in a project walk-through with the Contractor and the City to identify and document any work items that need to be repaired or completed before the project can be closed out. Engineer will maintain a record of the corrective actions taken by the Contractor; and when an item is completed Engineer will notify the City in writing of its completion and that final payment can be made to the Contractor subject to compliance with all legal requirements. Project close-out assistance provided by Engineer will include review of Contractor warranty submittal, Contractor insurance submittals and Contractor bond submittals. Engineer will assist the City in obtaining all operation and maintenance manuals and other materials required for substantial completion. This is important as the City will likely operate the new facility prior to project close-out. Task 1 h—Provide Record Drawings Upon completion of the work, Engineer will revise construction drawings to conform to construction records. The record drawings will be based on revising a copy of original contract drawings, reflecting changes made during construction. Two paper copies of the record drawings will be submitted to the City. In addition Engineer will submit the record drawings electronically on CD-ROM as AutoCAD files for permanent record. The project will be registered into the Illinois NAD 83 East State Plane Coordinate System with units in feet. City of Elgin,Illinois A-3 Airlite Water Treatment Plant Improvements Project Engineer will provide a geocoded site plan using Google Earth that can be used with the City's GIS system in addition to the record drawings. Task 1i—Provide Plant Start-up Assistance Engineer will provide assistance with the start up of the completed water treatment plant improvement project. This may require personnel presence for a certain amount of time to assist in troubleshooting and the start-up process.Two weeks(80 hours)of on-site support to specifically assist in starting up the treatment plant are included in the scope of services. Task lj—Constructability Review Engineer will complete an initial QA/QC of the project documents in an effort to identify potential issues regarding the constructability of the Project and conflicts between the plans and specifications that could result in a project delay or increase in cost. This work will be completed within the first month of the Project. Any issues raised as a result of this review will be provided to the City for further discussion of potential project impacts. This task is an added value task. Engineer is not responsible or liable for any issues that occur regarding the constructability of the project that are identified or are not identified as part of the constructability review. City of Elgin,Illinois A-4 Airlite Water Treatment Plant Improvements Project 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: Kyla B. Jacobsen Water Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Randall L. Patchett, P.E. Associate Burns & McDonnell, Engineering Company, Inc. 1431 Opus Place Downers Grove, Il. 60515 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. 7 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. ENGINEER shall pay any and all costs associated with any such audit. 29. INTEREST ENGINEER hereby waives any and all claims to interest on money claimed to be due pursuant to this Agreement, and any and all such rights to interest to which it may otherwise be entitled pursuant to law, including, but not limited to, pursuant to the Local Government Prompt Payment Act, as amended (50 ILCS 505/1, et seq.), or the Illinois Interest Act, as amended (815 ILCS 205/1, et seq.). 30. LIMITATION OF ACTIONS The parties hereto further agree that any action by the Engineer arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time barred. 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: // /j/ ,/ // B y i/At- 4(/ • Xl By < City( anager �� y Attest: City Clerk 8 ATTACHMENT A TO AGREEMENT FOR ENGINEERING SERVICES City: City of Elgin, Illinois Engineer: Burns & McDonnell Engineering Company, Inc. Project: Airlite Water Treatment Plant Improvements Project GENERAL In June of 2011, the City of Elgin issued an invitation for bids on the Airlite Water Treatment Plant Improvements Project located at 74 North Airlite Street in Elgin, IL 60123. The project is an upgrade of the existing Airlite Water Treatment Plant to 10 mgd. The project will include demolition of the existing aeration basin and odor control building, rapid mix basin, two solids contact clarifiers, one recarbonation basin, associated site piping, and two valve access vaults. The project includes construction of one new influent flow metering vault, one new aeration basin with fine bubble diffusers and rotary-lobe blowers, two new 60-foot diameter upflow solids contact clarifiers, one new recarbonation basin, associated site piping, valve vaults, and sitework. The project includes the removal of one existing booster pump and replacement with a new, larger split-case centrifugal booster pump, addition of an ammonia storage tank, addition of a dry polymer feed system, conversion of an existing ferric sulfate feed system to store hydrofluosilicic acid, new hydrofluosilicic transfer and metering pumps, construction of a new ferric sulfate feed building and associated pumping/storage equipment, and installation of a new pre-fabricated metal electrical building to house new plant switchgear and motor starters. The Scope of Services for this Agreement consists of providing consultant engineering services for the construction for the Airlite Water Treatment Plant Improvements Project (Project). The Scope of Services is presented below. Scope of Services Engineer will provide the following services to the City for the Project. Task la-Review Contractor Submittals Engineer will review shop drawings and data submitted by construction contractors for compliance with the drawings and specifications. Engineer will provide a stamped or written response to each submittal with the appropriate action to be taken by the Contractor. As part of this task, Engineer will develop and maintain a shop drawing review log that will include receipt dates, review status and conformity information for the submittals required to be made by the Contractor. The log will be maintained throughout the construction phase of the Project. Copies of the submittals will also be maintained in our office.A copy of each submittal will be forwarded to the City after completion of the review of each submittal. As part of Task la, Engineer will respond to written and telephone requests by the Contractor for clarification of the contract documents. Engineer will also coordinate and review reports on tests City of Elgin, Illinois A-1 Airlite Water Treatment Plant Improvements Project of materials (including, but not limited to, concrete, soil compaction and asphalt testing) as required by the Contract Documents. Engineer will host an ftp site to accelerate and assist in the management of documents and project controls. There is no limitation to the number of submittals or number of times that submittals require to be reviewed. Engineer will review and process of all submittals required for the Project. Task 1 b-Provide Full Time Construction Resident Inspector Engineer will provide a full time Resident Engineer/inspector on this Project. Resident Engineer will be responsible for construction observation and inspection services on the Project. The duration of services provided will be for 18 consecutive calendar months to commence upon receipt of written notice to proceed from the City. Resident Engineer will be responsible for observing the work for conformance with the Contract Construction Documents, preparation of written daily and weekly reports and notification to the City and Engineer construction project manager of any items that are not in conformance with the Contract Construction Documents. Photo documentation will be provided as part of these services. Daily and weekly reports will be submitted to all parties as directed by the City. A preconstruction meeting will be held with the Contractor and City staff regarding the schedules, procedures, and critical work. Engineer will meet with the Contractor and City staff (at least once per week) to review the progress of the project and the overall project status. Engineer's construction project manager and/or key technical staff will visit to the site weekly and will be available for meetings with the City as needed. Engineer is not responsible for job site safety. Task 1c—Provide Stormwater Pollution Prevention Inspection Services Engineer will provide a Designated Erosion Control Inspector. Designated Erosion Control Inspector will provide inspection services to document that sufficient measures are in place and properly functioning based on the Contractor's Storm Water Pollution Prevention Plan. Engineer will complete erosion control inspection forms and maintain them on-site and electronically. Task 1d—Provide Construction Material Testing Engineer will subcontract STATE Testing to provide materials testing as required for the Project. Testing will be performed to document that the construction materials and installation methods meet the requirements of the Contract Documents. As part of the services provided, Engineer will develop a detailed testing schedule to be utilized for the Project. This schedule will be completed within three weeks of receipt of notice to proceed from the City. Task le—Provide Clean Construction Demolition Debris Support Engineer will perform an environmental data base search to investigate the site for past uses that may have contributed to soil contamination and determine the need for any further analysis of the soil conditions. This work will be completed with two weeks or receipt of notice to proceed. City of Elgin,Illinois A-2 Airlite Water Treatment Plant Improvements Project Sufficient investigation will be performed to certify that the construction and demolition debris is suitable for off-site disposal at clean construction and demolition debris landfills. In the event that impacted soils are identified, Engineer will notify the City and the Contractor within once calendar day of identification. Scope of services includes investigating and certifying that the soil generated from the site meets the requirements of clean construction demolition debris. Scope of services does not include remediation and disposal of impacted material. Task 1f-Review Contractor Pay Request Submittals Engineer will review Contactor's monthly pay requests and compare each request with the work completed. Engineer will verify the pay request is consistent with the work completed and make recommendations to the City regarding payments to the Contractor. Pay request reviews will include updates on work progress, current issues of concern, and anticipated progress. Engineer will also verify that certified payrolls, waivers of lien and other required documents are included. Task 1g—Assist with Change Orders,and Assist with Project Closeout Engineer will receive, review, and respond to questions received from the Contractor regarding the intent of the project design as necessary to clarify and interpret the Contract Documents. Engineer will modify the contract documents in accordance with industry standards, if warranted, based on the Contractor questions. Engineer will provide assistance to the City in the preparation of Contract Change Orders as necessary during the construction of the Work. Engineer will prepare documents as necessary to request and obtain proposals from the Contractor for the desired changes to the project. Change order documentation and justification will be prepared for all changes that are implemented on the Project. Engineer will coordinate and participate in a project walk-through with the Contractor and the City to identify and document any work items that need to be repaired or completed before the project can be closed out. Engineer will maintain a record of the corrective actions taken by the Contractor; and when an item is completed Engineer will notify the City in writing of its completion and that final payment can be made to the Contractor subject to compliance with all legal requirements. Project close-out assistance provided by Engineer will include review of Contractor warranty submittal, Contractor insurance submittals and Contractor bond submittals. Engineer will assist the City in obtaining all operation and maintenance manuals and other materials required for substantial completion. This is important as the City will likely operate the new facility prior to project close-out. Task 1 h—Provide Record Drawings Upon completion of the work, Engineer will revise construction drawings to conform to construction records. The record drawings will be based on revising a copy of original contract drawings, reflecting changes made during construction. Two paper copies of the record drawings will be submitted to the City. In addition Engineer will submit the record drawings electronically on CD-ROM as AutoCAD files for permanent record. The project will be registered into the Illinois NAD 83 East State Plane Coordinate System with units in feet. City of Elgin,Illinois A-3 Airlite Water Treatment Plant Improvements Project Engineer will provide a geocoded site plan using Google Earth that can be used with the City's GIS system in addition to the record drawings. Task 1 i—Provide Plant Start-up Assistance Engineer will provide assistance with the start up of the completed water treatment plant improvement project. This may require personnel presence for a certain amount of time to assist in troubleshooting and the start-up process.Two weeks(80 hours)of on-site support to specifically assist in starting up the treatment plant are included in the scope of services. Task 1j—Constructability Review Engineer will complete an initial QA/QC of the project documents in an effort to identify potential issues regarding the constructability of the Project and conflicts between the plans and specifications that could result in a project delay or increase in cost. This work will be completed within the first month of the Project. Any issues raised as a result of this review will be provided to the City for further discussion of potential project impacts. This task is an added value task. Engineer is not responsible or liable for any issues that occur regarding the constructability of the project that are identified or are not identified as part of the constructability review. City of Elgin,Illinois A-4 Airlite Water Treatment Plant Improvements Project Attachment D — Reimbursable Expenses I>1airns& City of Elgin-Airlite Water Treatment Plant Improvements Project ��I_��"�'��'1 Company Reprographics: Page 1 through Page 3 Vehicle Rates: Page 1 Company Reprographics Billing Schedule Central Reprographics Only (Color Volume Discounts - per page) Effective Date January 1,2011 81/2x11 to 81/2x14 11x17 1 -2500 .$0.70 $1.40 PHOTOCOPY 2501 - 7500 .$0.65 $1.30 7501 - 15000 $0.60 $1.20 The photocopy process is used for either black and 15001 - 25000 .$0.55 $1.10 white or color copies/prints up to 11x17. Stock used can 25001 - up $0.50 $1.00 be from 20 lb. bond to 70 lb. cover weight, including index tabs. This process is best utilized by: * Larger than 11 x 17 - See Large Photocopy • Book printing • Specification covers • Letters and memos • Report covers Handwork: Labor-charge $32.50 per hour. • Line drawings • Specifications • Manuals Addendums Overtime work will be billed at$48.50 per hour. • All preliminary • Single-color newsletters Minimum overtime charge is one hour. documents • Forms • Meeting notes Binding/Finishing PHOTOCOPY-Imaging/Printing on 20 lb. bond Up to 11x17 B/W Copies/Prints 3 Hole Drill Per Drill $0.40 Folding(machine) Per Page $0.03 8'12x11 to 8'/2x14 $0.08 11x17 $0.16 Folding(by hand) Per Page $0.10 Staple(machine) Per Staple $0.02 Color Copies/Prints Staple(by hand) Per Staple ..$0.04 81/2x11 to 81/2x14 $0.70 Edge Bind Per Book $2.00 11x17 $1.40 Acco Bind Per Book $2.00 Velo Bind .Per Book $2.15 Central Reprographics Only Standard Bind ...Per Book $3.00 (B/W Volume Discounts - per page) GBC Plastic Bind .Per Book $3.33 81/2x11 to 81/2x14 1 1x17 Screw Post Bind Per Post $1.50 1 -2500 $0.08 $0.16 Hand Inserting Per Page $1.50 2501 - 7500 $0.07 $0.14 7501 - 15000 $0.06 $0.12 Laminating 15001 -25000 $0.05 $0.10 Double Sided 25001 -up $0.04 $0.08 8.5 x 11 EA $2.50 11x17 EA $4.00 The rates shown above are effective for services through December 31,2011,and are subject to revision thereafter. REPRO11 1 LARGE FORMAT PHOTOCOPY/PRINTING/PLOTTING Copies up to 36" wide are available on the OCE TDS DISCOUNT TABLE/CENTRAL REPROGRAPHICS 800/600& TCS 500 scanner printers. These copiers offer Square footage rounds up a 25% reduction to 400% enlargement. These copiers scan Over 3,000 Sq.Ft. Per Order Unit Price the original drawings into memory then print the required number of sets. All plots will be on bond copy,vellum, or B/W Color mylar at client's request. This process is best utilized by: •Approval sets 12x18 $0.42 $10.80 •Draft sets 15x21 $0.63 .$16.20 • Preliminary sets • Bid sets full or half size 18x24 $0.63 .$16.20 These devices produce very high resolution,especially on 22x34 $1.26 $32.40 dot patterns,solids,photos, etc. 24x36 $1.26 .$32.40 28x40 $1.68 $43.20 Unit Price B/W=$0.28 sf Color= $6.00 sf Square footages rounds up 30x42 $1.89 .$48.60 B/W Color 34x44 $2.31 .$59.40 12x18 .$0.56 $12.00 36x48 $2.52 .$64.80 15x21 $0.84 $18.00 18x24 .$0.84 $18.00 Finishing 22x34 $1.68 $36.00 Folding (by hand) ..SF ..$0.20 24x36 .$1.68 $36.00 Staple (by hand) Per Staple $0.04 28x40 .$2.24 $48.00 Staple with edge binder Per Set $5.00 30x42 $2.52 $54.00 Standard Bind Per Set .$6.00 34x44 $3.08 $66.00 Post bind Per Post $1.50 36x48 .$3.36 $72.00 Handwork will be charged if total time needed to Larger than 12 sq. ft.: complete is more than 15 minutes. Actual square footage x$0.28 per sq. ft. B/W Labor charge is $32.50 per hour. Actual square footage x$6.00 per sq. ft. Color Overtime will be billed at$48.50 per hour. For vellum,add$0.12 per sq. ft. Minimum overtime charge is one hour. For mylar add$0.70 per sq. ft. The rates shown above are effective for services through December 31,2011,and are subject to revision thereafter. REPRO11 2 SCANNING SMALL FORMAT Scanning to file up to 11x17 black&white 1-500 Scans $0.08 per page Over 500 Scans $0.07 per page -Central Reprographics Only Scanning to file up to 11x17 color $0.70 per scan LARGE FORMAT Scanning to file larger than l 1 xl 7 black& white. 1-1000 scans $2.65 per scan 1001 and above scans $1.00 per scan-Central Reprographics Only Scanning to file larger than 11x17 color $10.00 per scan CD Burn (1-10) $8.00 each CD Burn(11+) $5.00 each The rates shown above are effective for services through December 31,2011,and are subject to revision thereafter. REPRO11 3 Company Vehicle Billing Schedule For needs involving vehicle types that do not appear in the following table, charges will be established from prevailing market prices for the vehicle,miles it Effective Date travels, and insurance. For situations requiring higher January 1,2011 insurance limits than required by statue, a vehicle high insurance limits charge can be prepared. Burns&McDonnell fleet vehicle use is charged using Base Rate an assigned time component and a miles traveled Type of Mileage component. The assigned time component provides Vehicle Daily Weekly Monthly Charge for daily,weekly and monthly durations. The miles Sedan, 4 dr $58 $290 $1,160 $0.29 traveled component relates to variable costs such as fuel, lubrication,tires,maintenance,routine cleaning, Van 65 325 1,300 0.34 etc. Van, 12-15 The daily charge applies when a vehicle is assigned for Passenger 107 536 2,140 0.35 7 days or less. The daily charge is for each 24-hour Truck- 2WD 50 250 1,000 0.32 period or fraction thereof. Pickup, 1/2T The weekly charge applies when a vehicle is assigned Truck-4WD 60 300 1,200 0.35 for more than 7 consecutive days and less than 6 Pickup, 1/2T continuous weeks. For fractions of a week over 7 consecutive days, the weekly rate will be prorated by Truck-2WD 60 300 1,200 0.32 the number of days and fractional days the vehicle is Pickup, 1/2T C.C. assigned(one-seventh per calendar day). Truck- 2WD 55 275 1,100 0.32 The monthly charge applies when a vehicle is assigned Pickup, 1/2T Ext. C. for more than 6 continuous weeks. For fractions of a Truck- 4WD 68 338 1,350 0.35 month over 6 continuous weeks,the monthly rate will Pickup, 1/2T C.C. be prorated by the number of months and fractional months the vehicle is assigned(one thirtieth per Truck-4WD 64 319 1,275 0.35 calendar day). Pickup, 1/2T Ext. C. Employee-owned vehicles are charged at the per mile Truck- 4WD 62 310 1,240 0.36 amount allowed by the Internal Revenue Service for Pickup, 3/4T business miles. Vehicles rented at destinations as part Truck-4WD 70 490 1,960 0.36 of short duration travel, such as airports, are charged Pickup-3/4T C.C. per the receipt amount from the rental company, plus fuel, insurance, and other directly applicable amounts Truck- 2WD 65 325 1,300 0.35 such as extra cleaning. Pickup, 1 TN Truck-4WD 75 375 1,500 0.36 Pickup, 1T SUV-4WD 65 325 1,300 0.35 Utility Trailer 15 75 300 These rates are effective through December 31,2011,and are subject to revision thereafter. VEHICLE11.DOC • em- ;-- EPORT TO MAY R b MEMBERS CAF CITY COUNCIL E LG I I' J ��^^ THE CITY IN THE SUBURBS' AGENDA ITEM: G MEETING DATE: September 14, 2011 ITEM: Engineering Services Agreement with Burns & McDonnell for the Airlite Water Treatment Plant Improvement Project ($599,534) OBJECTIVE: To observe construction and ensure the contractor's compliance to the contract documents for the Airlite Water Treatment Plant Improvement Project. RECOMMENDATION: Authorize staff to execute an Engineering Services Agreement with Burns & McDonnell for the construction phase of the Airlite Water Treatment Plant Project in the amount of$599.534. BACKGROUND The Airlite Water Treatment Plant (WTP) is a major component to the city's water system. The facility was built in the early 1960s and requires extensive rehabilitation. Through the Compre- hensive Water Master Plan process, the operation of the city's water treatment system was re- viewed for its ability to reliably meet water demands into the future. This planning confirmed that the Airlite WTP improvements are necessary for the preservation of a robust and reliable water system. The Airlite WTP is the only source of pumping to the west zone, which services all areas west of Randall Road. The Airlite WTP has been in service for nearly 50 years and a majority of the equipment, piping and rear yard structures are in need of replacement. During that time, the city has maintained the Airlite WTP facilities in good operational condition. But at this point, the service life for most Airlite WTP facilities has been exhausted. The Airlite WTP Improvement Project construction bid award recommendation is being consi- dered by the city council on the September 14th agenda. The project will include the demolition of the existing aeration basin and odor control building; rapid mix basin; two solids contact cla- rifiers; one recarbonation basin; associated site piping; two valve access vaults; the construc- tion of one new influent flow metering vault; one new aeration basin with fine bubble diffusers and rotary-lobe blowers; two, new 60-foot diameter upflow solids contact clarifiers; one new ■ 1 organized to evaluate the proposal documents,which was comprised of four water department staff and an engineering department staff individual. The proposals were evaluated according to qualifications, scope of services, capabilities, familiarity with the work, past record and over- all ability to work within our budget. A primary firm was selected based on these criteria, with unanimous results from the committee evaluations. The fee proposals were then opened, and it was determined that the primary firm offered their scope of services at the best value to the city. See Attachment A for the committee evaluation results and fee proposals. Staff is recommending the execution of an agreement with Burns & McDonnell for the consult- ing engineering services for the construction phase of the Airlite WTP Improvement Project for the not to exceed amount of$599,534. This agreement comprises construction phase engineer- ing services for the entire Airlite WTP Improvement project, and further includes plant start up services upon completion of the construction. The recommendation for the Airlite WTP Improvements construction bid award is presented for council consideration under a separate agenda item at the September 14, 2011 council meet- ing. The total cost of the Airlite WTP project, including construction and design and construction engineering, is $11,059,985. f""‘ BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE G.O. Bond 368-4000-795.93-36 409688 $599,534 $599,534 LEGAL IMPACT A request for proposals was sent to three vendors for consulting engineering services for the construction phase for the Airlite WTP Project for the water department. Three proposals were received and opened on August 22, 2011. The proposals were evaluated according to qualifica- tions, scope of services, capabilities, familiarity with the work, past record and overall ability to work within our budget. ALTERNATIVES The city council may choose not to award an agreement to the recommended firm and direct staff to solicit other engineering firms for a proposal to complete this work. 3 ATTACHMENT A: PROPOSAL EVALUATION RESULTS AND FEE PROPOSAL TAB City of Elgin, Illinois AIRLITE WTP IMPROVEMENTS CONSTRUCTION ENGINEERING SERVICES August 26, 2011 Proposal Evaluation Results Firm's Name Evaluators Total 1 2 3 4 5 Score Burns & McDonnell 120 77 111 110 100 518 Engineering Enterprises, Inc. 111 62 99 70 93 435 Black & Veatch 95 40 73 55 89 352 Note: Maximum score is120 points Fee Proposal Tabuluation Burns & McDonnell $599,534.00 Engineering Enterprises, Inc. $649,209.00 Black & Veatch $729,600.00 4. PAYMENTS TO THE ENGINEER A. For services provided the ENGINEER shall be paid in accordance with the hourly rate schedule included in Attachment C. The total fee shall not to exceed five hundred ninety nine thousand, five hundred thirty four dollars and zero cents ($599,534.00), regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus five (5)percent. C. Reimbursable expenses are included in Attachment D. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2D 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. 2 B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $1,000,000 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, except for the actual inspection and on-site observation done by the ENGINEER itself. 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 4 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: Kyla B. Jacobsen Water Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Randall L. Patchett, P.E. Associate Burns & McDonnell, Engineering Company, Inc. rik 1431 Opus Place Downers Grove, II. 60515 6 r1/4 ATTACHMENT A TO AGREEMENT FOR ENGINEERING SERVICES City: City of Elgin, Illinois Engineer: Burns & McDonnell Engineering Company, Inc. Project: Airlite Water Treatment Plant Improvements Project GENERAL In June of 2011, the City of Elgin issued an invitation for bids on the Airlite Water Treatment Plant Improvements Project located at 74 North Airlite Street in Elgin, IL 60123. The project is an upgrade of the existing Airlite Water Treatment Plant to 10 mgd. The project will include demolition of the existing aeration basin and odor control building, rapid mix basin, two solids contact clarifiers, one recarbonation basin, associated site piping, and two valve access vaults. The project includes construction of one new influent flow metering vault, one new aeration basin with fine bubble diffusers and rotary-lobe blowers, two new 60-foot diameter upflow solids contact clarifiers, one new recarbonation basin, associated site piping, valve vaults, and sitework. The project includes the removal of one existing booster pump and replacement with a new, larger split-case centrifugal booster pump, addition of an ammonia storage tank, addition of a dry polymer feed system, conversion of an existing ferric sulfate feed system to store hydrofluosilicic acid, new hydrofluosilicic transfer and metering pumps, construction of a new ferric sulfate feed building and associated pumping/storage equipment, and installation of a new pre-fabricated metal electrical building to house new plant switchgear and motor starters. The Scope of Services for this Agreement consists of providing consultant engineering services for the construction for the Airlite Water Treatment Plant Improvements Project (Project). The Scope of Services is presented below. Scope of Services Engineer will provide the following services to the City for the Project. Task 1 a-Review Contractor Submittals Engineer will review shop drawings and data submitted by construction contractors for compliance with the drawings and specifications. Engineer will provide a stamped or written response to each submittal with the appropriate action to be taken by the Contractor. As part of this task, Engineer will develop and maintain a shop drawing review log that will include receipt dates, review status and conformity information for the submittals required to be made by the Contractor. The log will be maintained throughout the construction phase of the Project. Copies of the submittals will also be maintained in our office. A copy of each submittal will be forwarded to the City after completion of the review of each submittal. As part of Task 1 a, Engineer will respond to written and telephone requests by the Contractor for clarification of the contract documents. Engineer will also coordinate and review reports on tests City of Elgin,Illinois A-1 Airlite Water Treatment Plant Improvements Project Sufficient investigation will be performed to certify that the construction and demolition debris is suitable for off-site disposal at clean construction and demolition debris landfills. In the event that impacted soils are identified, Engineer will notify the City and the Contractor within once calendar day of identification. Scope of services includes investigating and certifying that the soil generated from the site meets the requirements of clean construction demolition debris. Scope of services does not include remediation and disposal of impacted material. Task if-Review Contractor Pay Request Submittals Engineer will review Contactor's monthly pay requests and compare each request with the work completed. Engineer will verify the pay request is consistent with the work completed and make recommendations to the City regarding payments to the Contractor. Pay request reviews will include updates on work progress, current issues of concern, and anticipated progress. Engineer will also verify that certified payrolls,waivers of lien and other required documents are included. Task 1 g—Assist with Change Orders,and Assist with Project Closeout Engineer will receive, review, and respond to questions received from the Contractor regarding the intent of the project design as necessary to clarify and interpret the Contract Documents. Engineer will modify the contract documents in accordance with industry standards, if warranted, based on the Contractor questions. Engineer will provide assistance to the City in the preparation of Contract Change Orders as necessary during the construction of the Work. Engineer will prepare documents as necessary to request and obtain proposals from the Contractor for the desired changes to the project. Change order documentation and justification will be prepared for all changes that are implemented on the Project. Engineer will coordinate and participate in a project walk-through with the Contractor and the City to identify and document any work items that need to be repaired or completed before the project can be closed out. Engineer will maintain a record of the corrective actions taken by the Contractor; and when an item is completed Engineer will notify the City in writing of its completion and that final payment can be made to the Contractor subject to compliance with all legal requirements. Project close-out assistance provided by Engineer will include review of Contractor warranty submittal,Contractor insurance'submittals and Contractor bond submittals. Engineer will assist the City in obtaining all operation and maintenance manuals and other materials required for substantial completion. This is important as the City will likely operate the new facility prior to project close-out. Task 1 h—Provide Record Drawings Upon completion of the work, Engineer will revise construction drawings to conform to construction records. The record drawings will be based on revising a copy of original contract drawings, reflecting changes made during construction. Two paper copies of the record drawings will be submitted to the City. In addition Engineer will submit the record drawings electronically on CD-ROM as AutoCAD files for permanent record. The project will be registered into the Illinois NAD 83 East State Plane Coordinate System with units in feet. City of Elgin,Illinois A-3 Airlite Water Treatment Plant Improvements Project Attachment B-Airlite Water Treatment Plant Improvements Project �` ��,, City of Elgin ort:°T- 2011 Airlite Water Treatment Plant Improvements Burns& Project Schedule McDonnell SINCE 7898 August 22,2011 2011 2012 2013 PROPOSED PROJECT TASKS Sep Oct Nov Dec Jan Feb Mar A•r May Jun Jul Aug Sep Oct Nov Dec Jan Feb. Mar '. A•r Notice Construclion Phase Services StelOctober 3,2011] ' 1.Task la-Review Contractor Submittals MEI 1*` ■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■�■MilliMINIIIM_■■■■■■■■■■_E Task lb•Provide Full Time Construction Resident Inspector(See Below E=ee3 iR a«meaLi r n � ETA ' rEM •� s f tAJ A n J ■■ Task 1c-Provide SWPPP Inspection Services E_ El E °["'� " a _ �'a PM-ae `.� :c ''l i;,.zi.., s'in t_u.L.._i..!N■N Tasktd-Provide Construction Material Testing Services NM RIZIM IN EISMI OE PA kg VA EfLOMENE - LIAM tiffil rtWIMaZii krth':'=L :1■■N■■N■Imil e�e�eeee�e��eeeee� Task le-Provide CCDD Support j■■ N■■■■■■NM■N�■■N■■N■■E■■IM■■■■MINE■■N■M■�TA�1111■■■■■■■■NINE Task lf-Review Contractor Pay Request Submittals EEMEE■NE■E ME■ ■EM EMI ■■■ ■MM ■NM' NE■ NMI E■■ E■N ■ME ■t .I■a■IEAIIMM Task 1g•Assist With Change Orders&Project Closeout M■ME■EMEEEIMMMM■■■SEE■M■E■■E■E■E■E■MM■M■■EE■■E�■_■_M_■_■-■■■ . ..< N■■_ Task 11,-Provide Record Drawings ■■■■■■■■E■M■M■M■E■MM■E■■EM■E■■■EI■MMME■■MM■M■E■-EE■■■ ■IN ■ Task 1i•Provide Plant Start-Up Assistance ■■■■NE■■■■■IM■■■ ■■■■IN■ENN■■M■■NE■■M■■■NE■■-M■M■E?' -a` .. >-:" 'd ■■■■■■■_M Task 2a-Provide OC/C1A Review 1111111111111111 IIIIIIIIIIIIIIIIIIIIIIIIIII MIMI IuIIIIIIII I M Key Date rod co aN,(5,0 On.Ma..elll Attachment C-City of Elgin .0 o,■,„ Construction for Airlite Water Treatment Plant I mprovements ti Estimated Engineering Feesfor Construction Services Tiurns .• " August 22,2011 McDonnell t. hR K, FT-71 .. 'Y fir$' ;' . _ Rvh�..»3 .+�ua'. a^MSC \ q g &3 -----------_--- -----------MEIN MN=-- 1.Construction Phase Services(Requested) --------------- la Review Contractor Submittals tldS --0®--®------ $0.00 $60,780.00 lb.Provide Full Time Coneruion Reddt In .. of -MEIN--NM=-II1==MEM=EMI=MIN-- $24,000 CO 9•00 $390.820.00 lc.Provide SWPPPInspetionServices ------ ------ $0.00 $6,850.00 td.Provide Construction Material Testing Services ----------MOM- 535.000.00 $0.00 $35.000.00 la.Provide CCDD Support =11111.MIMI'EMI.ME=1111111111111111.=EMI=ME OMNI IMMIII $$00.00 mop $7,880.00 if.Review Contractor Pay R-• Submittals ------0------ $0.00 $9,440.00 1g.Assist with C C . •-Orders&ProjectCloseout -0=I= 20 -=MN 0 MIN MIME-=NM-MIII=1 s0.00 912.54000 1 h.Provide Record DraM ngs -0----Ell==MIMI--D ME=S $000 1i.F0de Mail 51191-U•Asa 19i00 ---X000------ $0.00 $19,960.00 2.Construction PhaseServiaes Additional) -_------------- 2a Provide QC/QA Review -MIEN-0=MINI--=INN MIME MINN MINIM-- $0A0 $10,800.00 --------------- Total tars 0 192 70 300 70 30 3345 32 160 160 200 8 Hourly Billing Rae 15 71.00 $150.00 $150.00 $138.00 $j $0 1E 00.00 15 18.00 0100.0Q 596.00 $96.OQ $85.00 ;sem Subtatas Saco 508,800.00 $10.500.00 $41.400.00 $9,240.00 $3,000.00 $394,710.CO $3,200.00 $15,960.00 $16380.00 $17,000.00 $464.00 680,500.00 $0.011 $589,534.00 Total Hours 4567 Total Fee $599,534.00 1...) J J • . Attachment D — Reimbursable Expenses B, r , McDonnell City of Elgin—Airlite Water Treatment Plant Improvements Project 13-C Company Reprographics: Page 1 through Page 3 Vehicle Rates: Page 1 (Pik Company Reprographics Billing Schedule Central Reprographics Only (Color Volume Discounts- per page) Effective Date January 1,2011 81/2x11 to 81/2x14 11x17 1 -2500 $0.70 $1.40 PHOTOCOPY 2501 -7500 $0.65 $1.30 7501 - 15000 $0.60 $1.20 The photocopy process is used for either black and 15001 -25000 .$0.55 $1.10 white or color copies/prints up to 11x17. Stock used can be from 20 lb.bond to 70 lb. cover weight, including 25001 -up $0.50 $1.00 index tabs.This process is best utilized by: * Larger than 11 x 17 - See Large Photocopy • Book printing • Specification covers • Letters and memos • Report covers Handwork:Labor-charge$32.50 per hour. • Line drawings • Specifications • Manuals Addendums Overtime work will be billed at$48.50 per hour. • All preliminary • Single-color newsletters Minimum overtime charge is one hour. documents • Forms • Meeting notes Binding/Finishing PHOTOCOPY-Imaging/Printing on 20 lb.bond Up to 11x17 '4111) B/W Copies/Prints 3 Hole Drill Per Drill $0.40 Folding(machine) Per Page $0.03 81/2x11 to 8'/2x14 $0.08 11x17 $0.16 Folding(by hand) Per Page $0.10 Staple(machine) Per Staple $0.02 Color Copies/Prints Staple(by hand) Per Staple $0.04 81/2x11 to 81/2x14 $0.70 Edge Bind Per Book $2.00 11x17 $1.40 Acco Bind Per Book $2.00 Velo Bind .Per Book $2.15 Central Reprographics Only Standard Bind ...Per Book $3.00 (B/W Volume Discounts - per page) GBC Plastic Bind Per Book $3.33 81/2x11 to 81/2x14 11x17 Screw Post Bind Per Post .$1.50 1 - 2500 $0.08 $0.16 Hand Inserting Per Page $1.50 2501 -7500 $0.07 $0.14 7501 - 15000 $0.06 $0.12 Laminating 15001 - 25000 $0.05 $0.10 Double Sided 25001 -up $0.04 $0.08 8.5 x 11 EA $2.50 11 x 17 EA .$4.00 Aii) The rates shown above are effective for services through December 31,2011,and are subject to revision thereafter. REPROI I 1 LARGE FORMAT filik PHOTOCOPY/PRINTING/PLOTTING Copies up to 36" wide are available on the OCE TDS DISCOUNT TABLE/CENTRAL REPROGRAPHICS 800/600&TCS 500 scanner printers. These copiers offer Square footage rounds up a 25%reduction to 400%enlargement. These copiers scan Over 3,000 Sq. Ft.Per Order Unit Price the original drawings into memory then print the required number of sets.All plots will be on bond copy,vellum,or B/W Color mylar at client's request.This process is best utilized by: 12x18 $0.42 .$10.80 •Approval sets • Draft sets 15x21 $0.63 .$16.20 • Preliminary sets •Bid sets full or half size 18x24 $0.63 .$16.20 These devices produce very high resolution, especially on 22x34 $1.26 .$32.40 dot patterns, solids,photos, etc. 24x36 $1.26 .$32.40 28x40 $1.68 .$43.20 Unit Price B/W=$0.28 sf Color=$6.00 sf Square footages rounds up 30x42 $1.89 .$48.60 B/W Color 34x44 $2.31 .$59.40 12x18 .$0.56 $12.00 36x48 $2.52 .$64.80 15x21 .$0.84 $18.00 18x24 $0.84 $18.00 Finishing 22x34 .$1.68 $36.00 Folding (by hand) .SF ..$0.20 24x36 $1.68 $36.00 Staple(by hand) .Per Staple $0.04 28x40 $2.24 $48.00 Staple with edge binder Per Set .$5.00 30x42 $2.52 $54.00 Standard Bind Per Set .$6.00 34x44 $3.08 $66.00 Post bind Per Post $1.50 36x48 .$3.36 $72.00 Handwork will be charged if total time needed to Larger than 12 sq. ft.: complete is more than 15 minutes. Actual square footage x$0.28 per sq. ft. B/W Labor charge is$32.50 per hour. Actual square footage x$6.00 per sq. ft. Color Overtime will be billed at$48.50 per hour. For vellum, add $0.12 per sq. ft. Minimum overtime charge is one hour. For mylar add$0.70 per sq. ft. rk The rates shown above are effective for services through December 31,2011,and are subject to revision thereafter. REPRO11 2 SCANNING 411) SMALL FORMAT Scanning to file up to 11x17 black&white 1-500 Scans $0.08 per page Over 500 Scans $0.07 per page-Central Reprographics Only Scanning to file up to 11x17 color $0.70 per scan LARGE FORMAT Scanning to file larger than 11x17 black&white. 1-1000 scans $2.65 per scan 1001 and above scans $1.00 per scan-Central Reprographics Only Scanning to file larger than 11x17 color $10.00 per scan CD Burn(1-10) $8.00 each CD Burn(11+) $5.00 each 41111) The rates shown above are effective for services through December 31,2011,and are subject to revision thereafter. REPROI I 3 Company Vehicle (' Bi1ling Schedule For needs involving vehicle types that do not appear in the following table, charges will be established from prevailing market prices for the vehicle,miles it Effective Date travels,and insurance. For situations requiring higher January 1,2011 insurance limits than required by statue,a vehicle high insurance limits charge can be prepared. Burns&McDonnell fleet vehicle use is charged using Base Rate an assigned time component and a miles traveled Type of Mileage component. The assigned time component provides Vehicle Daily Weekly Monthly Charge for daily,weekly and monthly durations. The miles Sedan,4 dr $58 $290 $1,160 $0.29 traveled component relates to variable costs such as fuel, lubrication,tires,maintenance, routine cleaning, Van 65 325 1,300 0.34 etc. Van, 12-15 The daily charge applies when a vehicle is assigned for Passenger 107 536 2,140 0.35 7 days or less. The daily charge is for each 24-hour Truck-2WD 50 250 1,000 0.32 period or fraction thereof. Pickup, 1/2T The weekly charge applies when a vehicle is assigned Truck- 4WD 60 300 1,200 0.35 for more than 7 consecutive days and less than 6 Pickup, 1/2T continuous weeks. For fractions of a week over 7 consecutive days,the weekly rate will be prorated by Truck-2WD 60 300 1,200 0.32 the number of days and fractional days the vehicle is Pickup, 1/2T C.C. assigned(one-seventh per calendar day). Truck-2WD 55 275 1,100 0.32 rk The monthly charge applies when a vehicle is assigned Pickup, 1/2T Ext. C. for more than 6 continuous weeks. For fractions of a Truck-4WD 68 338 1,350 0.35 month over 6 continuous weeks,the monthly rate will Pickup, 1/2T C.C. be prorated by the number of months and fractional months the vehicle is assigned(one thirtieth per Truck-4WD 64 319 1,275 0.35 calendar day). Pickup, 1/2T Ext. C. Employee-owned vehicles are charged at the per mile Truck-4WD 62 310 1,240 0.36 amount allowed by the Internal Revenue Service for Pickup,3/4T business miles. Vehicles rented at destinations as part Truck-4WD 70 490 1,960 0.36 of short duration travel, such as airports,are charged Pickup-3/4T C.C. per the receipt amount from the rental company,plus fuel, insurance,and other directly applicable amounts Truck- 2WD 65 325 1,300 0.35 such as extra cleaning. Pickup, 1 TN Truck-4WD 75 375 1,500 0.36 Pickup, IT SUV-4WD 65 325 1,300 0.35 Utility Trailer 15 75 300 rik These rates are effective through December 31,2011,and are subject to revision thereafter. VEHICLE11.DOC