Loading...
11-22 Resolution No. 11-22 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 2 WITH BLACK& VEATCH CORPORATION FOR AIRLITE STREET WATER TREATMENT PLANT IMPROVEMENTS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that Sean R. Stegall, City Manager, be and is hereby authorized and directed to execute Amendment Agreement No. 2 with Black&Veatch Corporation on behalf of the City of Elgin for Airlite Street Water Treatment Plant Improvements,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: January 26, 2011 Adopted: January 26, 2011 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk AMENDMENT AGREEMENT NO.2 THIS AMENDMENT AGREEMENT NO. 2 is hereby made and entered into this 26th day of January ,.2011,by and between City of Elgin, an Illinois Municipal Corporation (hereinafter referred to as the"CITY") and Black&Veatch Corporation, a Delaware corporation(herein after referred to as the "ENGINEER"); WHEREAS,the parties hereto have previously entered into an agreement for Engineering Services, dated June 13,2007, attached hereto as Attachment A(hereinafter referred to as the "ORIGINAL AGREEMENT"); and Amendment Agreement No. 1 of the ORIGINAL AGREEMENT dated October 22, 2008, attached hereto as Attachment B; and WHEREAS,the CITY has determined that the proposed scope of the PROJECT as provided by the ORIGINAL AGREEMENT and the Amendment Agreement No. 1 of the ORIGNAL AGREEMENT should be modified to facilitate activities allowing restart of the PROJECT as authorized by the CITY; and WHEREAS,Amendment Agreement No. 1 of the ORIGINAL AGREEMENT provided for a maximum payment to the ENGINEER of$861,250; and WHEREAS,this Amendment Agreement No.2 will cumulatively increase the amount of the ORIGINAL AGREEMENT contract price from $706,800 to $905,290, which increase represents an increase from the original contract price of 28%; and WHEREAS,the parties hereto have each determined it to be in their best interest to amend the ORIGINAL AGREEMENT and Amendment Agreement No. 1 of the ORIGINAL AGREEMENT; and WHEREAS,the circumstances necessitating the changes to the ORIGINAL AGREEMENT and the Amendment Agreement No. 1 of the ORIGINAL AGREEMENT contemplated by this Amendment Agreement were not reasonable foreseeable at the time the ORIGINAL AGREEMENT or Amendment Agreement No. 1 of the ORIGINAL AGREEMENT was signed; the changes contemplated by this Amendment Agreement are germane to the ORIGINAL AGREEMENT and Amendment Agreement No. 1 of the ORIGINAL AGREEMENT as signed; and this Amendment Agreement No. 2 is in the best interests of the CITY and is authorized by law. NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged,the parties hereto hereby agree as follows: A. The Scope of Services set forth in Attachment A of the ORIGINAL AGREEMENT and Amendment No. 1 to the ORIGINAL AGREEMENT are hereby amended to read as follows: 1. Add Project Restart to the Basic Services Project Restart Services City of Elgin 1 December 16,2010 Airlite WTP Improvements Amendment No.2 . . Engineer shall provide Project Restart Services for the Project. Specific services to be performed are as follows: Task 501. Project Restart Initiation Meeting. Attend Project Restart Initiation meeting with the City of Elgin. Task 502.Multiple Bid Packages Feasibility Assessment. Evaluate project to determine feasibility of multiple bid packages. Attend meeting with the City of Elgin to discuss alternatives. Task 503. Remobilize Project Team. Identify project team members to complete final design. Conduct meeting to re-familiarize team with project scope. Task 504. Codes/Equipment Availability Review. Review building, electrical, and fire protection codes to identify changes resulting from project being placed on hold in February 2008. Update drawings to incorporate updates relative to codes changes and equipment availability. Update specification to incorporate updates relative to codes changes and equipment availability. Task 505. Opinion of Probable Cost Update. Contact equipment vendors to obtain updated quotes for major equipment. B. The Project Schedule set forth in Amendment Agreement No. 1 of the ORIGINAL AGREEMENT is hereby deleted and replaced with the following: Project Schedule. The Owner and Engineer agree to revise the project schedule described in Amendment No.1 of the ORIGINAL AGREEMENT to complete the Basic Services described in ORIGINAL AGREEMENT,Amendment Agreement No. 1, and this Amendment Agreement No. 2 in accordance with the project milestones identified below. CITY agrees to further adjust the schedule milestones if the scope of work is revised, or for any other delays beyond the Engineer's control. Engineer Notice to Restart Design(no later than) January 31, 2011 Submit Drawings to IEPA/Elgin 95%Complete March 1, 2011 Target Bid Advertisement Date July 5, 2011 (Ready for Bid) Notice to Proceed to Contractor August 30, 2011 C. Paragraph III.A of the ORIGINAL AGREEMENT is hereby amended to read as follows: The CITY shall pay to the ENGINEER for its services under this Agreement a total lump sum fee of Nine Hundred Eight Thousand Three Hundred Fifty Dollars ($ 908,357.00)regardless of the actual costs incurred by the ENGINEER unless modifications to the scope of work are authorized in writing by the CITY. ORIGINAL AGREEMENT $706,800 Amendment Agreement No. 1 $154,450 Amendment Agreement No. 2 $ 47,107 Total Lump Sum Fee $ 908,357 City of Elgin 2 December 16,2010 Airlite WTP Improvements Amendment No.2 • D. Except as amended by this Amendment Agreement No.1 of the ORIGINAL AGREEMENT and this Amendment Agreement No. 2,the ORIGINAL AGREEMENT between the parties shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have entered into and executed this Amendment Agreement as of the date and year first written above. City of Elgin Black&Veatch Corporation (OWNER) (ENGINEER) By: ,!�! d, By: V� Printed Name: Sean R. Stegall PrintedNVame: Tom J. Ratzki Title: City Manager Title: Vice President Date: January 26, 2011 Date: /• fit'' 'c i f City of Elgin 3 December 16,2010 Airlite WTP Improvements Amendment No.2 ATTACHMENT A TO AMENDMENT AGREEMENT NO.2 (ORIGINAL AGREEMENT DATED 6/13/2007) City: City of Elgin, Illinois Engineer: Black & Veatch Corporation Project: Airlite WTP Improvements CilY OF Mayor „ j f& Ed Schack ' Council Members Juan Figueroa Robert Gilliam David Kaptain Michael Powers John Steffen John Walters June 18, 2007 City Manager Olufemi Folarin Tom Ratzki, P.E. Black & Veatch 101 North Wacker Drive, Suite 1100 • Chicago, Illinois 60606 Gentlemen: Enclosed is a copy of the executed agreement for providing engineering services for the Airlite Water Treatment Plant Improvements project. Should you have any questions, please do not hesitate to call me at (847) 931-6159. Sincerely, 67.4_ (245-str--- Peter L. Bityou Water Operations Engineer Enclosures cc: Kyla Jacobsen, Water System Superintendent Daina DeNye, Assistant Purchasing Director/Enclosures. Barney Fullington, Black & Veatch 150 Dexter Court• Elgin, IL 60120-5555•Phone 847/931-5590• Fax 847/931-5610•TDD 847/931-5616 www.cityofelgin.org (0 1 Lt$q ct, AGREEMENT FOR ENGINEERING SERVICES FOR DESIGN AND CONSTRUCTION FOR AiRLITE WATER TREATMENT PLANT IMPROVEMENTS THIS AGREEMENT, made and entered into this 1r day of ,130.a. , 2007, by and between the CiTY OF ELGIN,an Illinois municipal corporation (hereinafter referred to as"CITY") and Black&Veatch Corporation, a Delaware Corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CiTY desires to engage the ENGINEER to furnish certain professional engineering services in connection with design and construction of the Airlite Water Treatment Plant Improvements(hereinafter referred to as the"PROJECT"); and WHEREAS, the ENGINEER represents that it 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, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, it is hereby agreed between the parties hereto that the City hereby retains the engineer to act for and represent City in the engineering matters involved in the PROJECT as described herein subject to the following terms and stipulations, to-wit. I. SCOPE OF SERVICES A. ENGINEER shall perform the Services described in Attachment A, Scope of Services, which is attached hereto and incorporated by reference as part of this Agreement.No Supplemental Services shall be performed by the ENGINEER nor shall the CITY be responsible for the payment of any such Supplemental Services unless and until such Supplemental Services are authorized in advance in writing by the CITY. B. CITY's responsibilities for the PROJECT are described in Attachment B. II. 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 and shall have the unrestricted right to their use. III. PAYMENTS TO THE ENGINEER A. The CITY shall pay the ENGINEER for its services under this Agreement a total lump sum fee of Seven Hundred Six Thousand and Eight Hundred Dollars ($706,800.00) regardless of the actual costs incurred by the ENGINEER unless modifications to the scope of the work are authorized in writing by the CITY. 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 for each task shall not be made until the task is completed and accepted by the CITY. City of Elgin,Illinois Engineering Agreement for 1 I1 Airlite WTP Improvements C. The Work shall be completed per the schedule described in Attachment C. IV. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports shall be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit an 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 such records available at reasonable times during the Agreement period, and for three years after termination of this Agreement. V. 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 total amounts set forth under paragraph III or IV above,whichever is less. VI. TERM This Agreement shall become effective as of the date the ENGINEER is given a Notice to Proceed. Unless terminated for cause or pursuant to Article V herein, this Agreement shall terminate on the date CITY determines in writing that all of ENGINEER'S work pursuant to this Agreement is finally 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 this Agreement. VII. 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 Its claim within fifteen(15)days after occurrence of such action. No claim for additional compensation shall be valid unless such notice is so provided. Any changes in the ENGINEER'S fee shall be valid only to the extent that such changes are in writing and signed by the CITY and the ENGINEER. Regardless of the decision of the CITY relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the CITY shall proceed without interruption. VIII. BREACH OF CONTRACT All of the terms and provisions of this agreement are material. If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the non-breaching party shall have the right to seek such administrative,contractual or legal remedies as may be suitable to the violation or breach. If either party, by reason of any default,fails within fifteen(15) days after written notice thereof by non-breaching party to comply with the conditions of the Agreement, the non-breaching party may terminate this Agreement. IX. INDEMNIFICATION To the fullest extend permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers,employees,agents, boards and commissions City of Elgin,Illinois Engineering Agreement for 2 Airlite WTP Improvements from and against any and all claims, suits,judgments, costs, attorney's fees, damages or other relief, including but not limited to worker's 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 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 completion,expiration and/or termination of this agreement. X. 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. XI. INSURANCE A. Commercial Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of commercial 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 CITY a Certificate of Insurance including the CITY as additional insured. Such policy shall not be modified or terminated without thirty(30) days prior written notice to the CITY. Such certificate of insurance shall include, but shall not be limited to, coverage for all contractual obligations assumed by the ENGINEER, including but not limited to, those obligations assumed pursuant to Article IX herein, entitled"Indemnification". This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY for claims arising from the negligence of the ENGINEER. There shall be no endorsement or modifications of this insurance to make it excess over other available insurance; alternatively, if the insurance states that it is excess or prorata, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. ENGINEER shall maintain 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. ENGINEER'S requirements for insurance coverage for 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 Engineer's 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/$3,000,000 aggregate. A Certificate of Insurance shall be submitted to the CITY as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. XII. 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, City of Elgin,Illinois Engineering Agreement for 3 Airlite WTP Improvements i 1 age, race, color, creed, national origin, marital status,or 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 this Agreement by the CITY. XIII.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. XIV. DELEGATION 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. It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co-partners,joint venture or employment between the CITY and the ENGINEER,or as constituting the ENGINEER as a general representative or general agent of the CITY for any purpose whatsoever. XVI.SEVERABILITY The terms of this agreement shall be severable. 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 for any reason, all other portions of this Agreement shall remain in full force and effect. XVII 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. XVIII MODIFICATION OR AMENDMENT This Agreement and its attachments constitute the sole and 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 City of Elgin,Illinois Engineering Agreement for 4 Airlite WTP Improvements expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XIX.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 enforcement of any rights and the resolution of any and all disputes shall be in the Circuit Court of Kane County, Illinois. XX. NEWS RELEASES The ENGINEER may not issue any news releases without prior written approval from the CITY, nor may the ENGINEER make public any reports or documents developed under this Agreement without prior written approval from the CITY prior to said documentation becoming matters of public record. XXI. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY'S employ or any work associated with the PROJECT. XXII. INTERFERENCE WITH PUBLIC CONTRACTING: P.A 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXIII. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have a written sexual harassment policy that includes,at a minimum,the following information: A. The illegality of sexual harassment; B. The definition of sexual harassment under state and federal 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 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 Human Rights Act. A Copy of such policy must be provided to the Department of Human Rights upon request. P.A.87-1257. XXIV. PREVAILING WAGE/PAYMENT OF TAXES. The ENGINEER shall comply with the requirements of the Prevailing Wage Act(820 ILCS 130/0.01 et seq.) The ENGINEER certifies it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. XXV.WRITTEN COMMUNICATIONS All recommendations and other communications by ENGINEER to the CITY and other participants which may affect cost or time of completion shall be made or confirmed in writing. The CITY may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. City of Elgin,Illinois Engineering Agreement for 5 Airlite WTP Improvements XXVI 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 Jacobsen Water System Superintendent City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER Tom Ratzki, P.E. Vice President Black&Veatch Corporation 101 N.Wacker Drive, Suite 1100 Chicago, Illinois 60606 XXVII STANDARD OF CARE FOR PROFESSIONAL SERVICES In performing the services described in this Agreement, Engineer will exercise the degree of care and skill ordinarily exercised by reputable companies performing the same or similar services in the same geographic area. • City of Elgin,Illinois Engineering Agreement for 6 Airlite WTP Improvements IN WITNESS WHEREOF, the undersigned have placed their hands and seal upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For CITY: ATTEST: CITY OF ELGIN By By 1 _ ity Clerk C► Manage For the ENGINEER: Dated this 25 TN day of MA i ,A.D. 2007 WITNESSED: By SNML RboPmPrk.) By To Vice Pahsi nt7 (Print name) Print Name) V Officer Title ')Ice I°te-E5112 61uT (SEAL) City of Elgin,Illinois Engineering Agreement for 7 Airlite WTP Improvements ATTACHMENT A TO AGREEMENT FOR ENGINEERING SERVICES City: City of Elgin, Illinois Engineer: Black&Veatch Corporation Project: Airlite WTP Improvements SCOPE OF SERVICES The Project consists of Preliminary Design, Detailed Design and Bidding Phase Services for improvements at the Airlite Water Treatment Plant. The improvements include the following: 1. Demolition of the existing aeration basin, odor control building,rapid mix basin, - i two softening basins,recarbonation basin, valve vault A and B, and associated site piping. A plan to maintain operation of the Airlite booster pumps throughout construction shall be prepared and incorporated into the design documents. 2. Demolition of one existing booster pump and associated piping and electrical equipment. 3. Addition of a new H2S removal system,odor control system, and influent flow metering. 4. Addition of two new 55 ft diameter upflow solids contact clarifiers, a new recarbonation basin, and associated site piping within the plant boundary, and miscellaneous valve vault(s). After construction is complete,the design shall provide for site landscaping to be restored to a similar condition as before the construction began. Additional landscaping beyond seeding and sodding is included as a supplemental service. 5. Addition of new backup power generator(s),bulk diesel storage and associated generator switchgear including assisting City with procurement of the generator(s) and switchgear. 6. Addition of a new 5 mgd booster pump and associated piping modifications necessary to allow replacement of the other two existing pumps with larger 5 mgd pumps in the future. No major building modifications are anticipated for this task other than the required increase in power feed to the new pumps from new MCCs. 7. Demolition of existing electrical equipment and addition of new electrical equipment necessary for the new 5 mgd booster pump in the existing electrical room. Evaluation of plant's existing electrical system to determine if upgrades are necessary to accommodate larger plant loads due to increase in plant's treatment capacity and interconnect with new backup power generators. 8. The design of the Airlite WTP Improvements shall enable the City to meet all existing regulations. Discussions shall be held with the City to plan, and if possible,implement during this Project any anticipated future regulations. 9. No modifications to the plant's chemical feed systems are included in the Project except for chlorine feed system improvements as necessitated by increased chlorine use as a result of certain treatment techniques. If chlorine evaporators City of Elgin,Illinois A-1 Airlite WTP Improvements 5/18/07 and/or additional feed capacity are required,this will be part of the Engineers services included with this project. This Project shall be bid as a single construction contract to one General Contractor requiring one set of construction contract documents,not including the generator procurement documents. BASIC SERVICES The Basic Services for the Project is as follows: General Task 101. Conduct Project Administration. Engineer shall provide the management functions required to successfully complete the work, including all Project correspondence with the City; consultation with the City's staff;supervision and coordination of services; implementation of a Project specific work plan,procedures, and a quality control/quality assurance plan;scheduling and assignment of personnel resources; administration and coordination of subconsultants; continuous monitoring of work progress,budget, and schedule; and invoicing for the work performed. Develop Project schedule and update schedule as required. Review ongoing activities,monitor schedule and budget, and communicate with City staff by preparing and submitting monthly status reports. Task 102. Project Initiation Meeting.Conduct an initial meeting with City staff to clarify the City's intended scope of work, schedule, budget requirements, and other special requirements for the Project; to establish lines of communication;to review pertinent available data and the proposed treatment plant improvements; and to present Engineer's initial work plan and work schedule to confirm they meet the City's expectations. Prior to the Project Initiation Meeting, Engineer shall perform a preliminary evaluation of pretreatment options, including conceptual layout, capital costs,O&M costs, and present worth costs for each pretreatment option in addition to non-economic factors related to each option.The results of the evaluation shall be distributed to the City at least ten(10) days prior to the Project Initiation Meeting to allow adequate review time for City staff. At the Project Initiation Meeting discuss findings and results of the pretreatment evaluation, and if possible,City shall select desired pretreatment process and layout to be further developed during Preliminary Design. Engineer shall prepare minutes of the Project Initiation Meeting and distribute the minutes as directed by City. Engineer will conduct two on-site progress meetings with City staff, one prior to the submittal of 50%level design documents, and one prior to submittal of 90%level design documents,to review the progress of the work and coordinate work activities with City Staff. City of Elgin,Illinois A-2 Airlite WTP Improvements 5/18/07 MER► 4w= Preliminary Design Engineering services shall be provided for the preliminary design of the Airlite WTP Improvements including preparation of procurement bid package for the engine generator(s)and associated switchgear by the City. Specific services to be performed are as follows: Task 201.Obtain Site Survey. Conduct a field survey to define topographic and landscaping features of the existing facility.The survey shall establish horizontal and vertical control points and collect data for the Project. Information obtained from the survey shall be used to prepare base drawings for use in the preliminary and detailed design phases of the Project. Task 202. Conduct Geotechnical Investigation Assistance. A geotechnical investigation of the site, provided by City,shall be conducted. Engineer shall provide the City with an appropriate site plan with proposed soil boring locations such that City is able to direct the geotechnical contractor as necessary. Engineer shall review the initial and final geotechnical reports and submit comments to the geotechnical contractor as needed. Task 203. Conduct Field Investigations. Engineer shall conduct field investigations to identify the modifications needed to existing water treatment plant to implement improvements; including piping modifications and electrical system modifications to accommodate new larger booster pumps, the increase in treatment plant capacity and interconnect with new backup power generation equipment. Engineer shall also confirm the City's preferences for specific manufacturers of electrical equipment, instrumentation devices, controls, analytical equipment, and other equipment components to be provided under this Project. Task 204. Preliminary Design Concepts.If unable to reach consensus on the preferred pretreatment option and facility layout during the Project Initiation Meeting,prepare additional information on pretreatment and layout options and submit six(6)copies to the City for review. If necessary, Engineer shall meet with City staff to present the conceptual design concepts and discuss their review comments. City shall provide Engineer with final selection of pretreatment process. Task 205. Prepare Basis of Design Memorandum. Upon City's selection of pretreatment process and layout, Engineer shall prepare a draft Basis of Design Memorandum to establish agreement and understanding on scope and design parameters for the detailed design phase of the Project.The Basis of Design Memorandum shall include a general description of the Project,pertinent design criteria for each engineering discipline,piping and instrumentation drawings(P&IDs),preliminary site layout drawings, and major preliminary plans and sections. Task 206. Submit Draft Basis of Design Memorandum. Engineer shall perform an internal quality control review of the Basis of Design Memorandum for accuracy and City of Elgin,Illinois A-3 Airlite WTP Improvements 5/18/07 completeness prior to submitting six(6) copies of the Basis of Design Memorandum to the City for review. Meet with City staff to review the Draft Design Memorandum and revise the memorandum as necessary to incorporate City comments. Submit six(6) copies of the final Basis of Design Memorandum to the City and three(3) copies to IEPA for review and acceptance. The final Basis of Design Memorandum accepted by the City shall serve as the basis of the detailed design for the Project.Detailed design of any major deviation in scope of the Project from the final Basis of Design Memorandum shall be considered as supplemental services. Task 207. Prepare Equipment Procurement Documents.Prepare contract documents for the procurement of the engine generator equipment and associated switchgear from pre-qualified manufacturers or suppliers as determined from discussions with City staff. Procurement front end documents previously developed jointly by City and Engineer on the Backup Power Project shall be used as a basis for discussion with the City. Engineer shall incorporate changes,as required,to the previously prepared procurement front end documents and incorporate them into the final procurement contract documents. Engineer shall use its own design procedures, drafting standards and criteria, and Typical Drawing Details in the development of the contract documents. Engineer shall format and assemble the technical specifications in accordance with the Master Format and Section Format recommended by the Construction Specifications Institute Manual of Practice. Engineer shall follow the Master Format level one titles and the level two titles based on Engineer's experience and standard technical specifications for work of this type. - Engineer follow shall the Section Format defined as Part 1 GENERAL,Part 2 PRODUCTS and Part 3 EXECUTION.The details within each of the parts shall be based on Engineer's experience and standard technical specifications for work of this type. Engineer shall identify potential pre-qualified manufacturers or suppliers based on past experience, knowledge of the manufacturer or supplier, and the specific type of engine generators to be specified. Six(6) copies of the 90%complete procurement documents shall be submitted to the City for review. Following the incorporation of review comments received from the City,provide up to ten(10) copies of the final bidding documents to City for their records and distribution to pre-qualified bidders. Task 208. Provide Equipment Procurement Bidding Assistance.Following the City's advertisement of the generator procurement and distribution of bidding documents, Engineer shall assist the City in interpreting procurement documents during the bidding period, and issue addenda to the procurement documents as required. Engineer shall review bids for conformity to technical requirements,and make written recommendations to City concerning technical aspects of the procurement contract award. Review the completed questionnaire to determine the acceptability of materials and equipment submitted by the apparent successful bidder when such review is required by the bidding documents subsequent to bid opening and prior to award of contract. Prepare and distribute six(6) conformed copies of the procurement contract documents. These services shall include receipt of the Contractor's bonds and associated Power of City of Elgin,Illinois A-4 Airlite WTP Improvements 5/18/07 Attorney, and insurance certificates; furnishing the Contractor unsigned construction contact documents, and transmitting the construction contract document to City for review, signature and distribution. Detailed Design Task 301. Review Equipment Contractor's Submittals.Review shop drawings and data submitted by the Generator Supplier as required by the procurement documents. Engineer's review shall be for general conformity to the procurement documents and shall not relieve the Generator Supplier of any of his contractual responsibilities. Task 302. Prepare 50-Percent Level Documents.Prepare design drawings and technical specifications that represent a 50% completion level for the proposed construction work and installation of pre-procured generator and switchgear equipment. Front end documents provided by the City shall be used as a basis for discussions between City and Engineer to arrive at a mutually agreeable set of front end documents. Engineer shall use its own design procedures,drafting standards and criteria,and Typical Drawing Details in the development of the contract documents. Engineer shall format and assemble the technical specifications in accordance with the Master Format and Section Format recommended by the Construction Specifications Institute Manual of Practice. Engineer shall follow the Master Format level one titles and the level two titles based on Engineer's experience and standard technical specifications for work of this type. Engineer shall follow the Section Format defined as Part 1 GENERAL,Part 2 - PRODUCTS and Part 3 EXECUTION.The details within each of the parts shall be based on Engineer's experience and standard technical specifications for work of this type. Task 303. Perform Quality Control of 50% Design Documents.Perform an internal, independent quality control review of the 50%design documents prior to submittal to the City. Revise documents based on quality control comments. Task 304.Submit 50-Percent Level Documents. Submit six(6) sets of the 50% complete design documents to the City for review. Meet with City staff to review the 50%design documents and discuss their review comments. Task 305. Prepare 90-Percent Level Documents.Incorporate review comments from the City into the contract documents and prepare drawings and specifications that represent 90% complete design documents for the proposed construction work and installation of pre-procured generator and switchgear equipment. Task 306. Perform Quality Control of 90% Design Documents. Perform an internal, independent quality control review of the 90%design documents prior to submittal to the City. Revise documents based on quality control comments. City of Elgin,Illinois A-5 Airlite WTP Improvements 5/18/07 Task 307. Submit 90% Complete Design Documents. Submit six (6) sets of the 90% complete design documents to the City for review. Meet with City staff to review the 90%design documents and discuss their review comments. Task 308. Submit Design Documents to IEPA. Incorporate review comments from the City and submit three(3)sets of the 90%design documents to IEPA for approval. Task 309. Prepare 90-Percent Level Cost Opinion.With City comments incorporated into the design,prepare and provide an opinion of probable construction cost through 90%complete design documents and submit to City in PDF format for review by July 2008. Task 310. Final Construction Contract Documents. After addressing the City's and IEPA's review comments on the 90 design documents,Engineer shall incorporate its responses into the drawings and specifications and prepare final construction contract documents. Six(6) copies of the fmal construction contract documents shall be submitted to City for review. After receipt of the City's review comments on the final documents, Engineer shall revise,if necessary, and provide up to twenty five(25) sets of construction contract documents to the City for their use in advertising the construction contract and distribution to prospective bidders. Engineer shall also resubmit final drawings and specifications to IEPA as required. Bidding Phase Engineer shall provide Bidding Phase Services for the Project. Specific services to be performed are as follows: Task 401. Conduct Pre-Bid Conference. Conduct, at a date and time selected and a place provided by City,a pre-bid conference to: a. Instruct prospective bidders and suppliers as to the types of information required by the contract documents and the format in which bids should be presented. b. Review special Project requirements and contract documents in general. c. Receive requests for interpretations of contract documents, and respond by addendum when appropriate. d. Prepare minutes of Pre-Bid Conference and submit to City to distribute to plan holders. Task 402. Interpret Construction Contract Documents.Interpret construction contract documents during the bidding period, and issue addenda to the construction contract documents as required. Task 403.Assist City with Bid Review and Contract Award. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Review and evaluate the qualifications of the apparent successful bidder and the proposed major City of Elgin,Illinois A-6 Airlite WTP Improvements 5/18/07 or specialty subcontractors. The review and evaluation shall include such factors as work completed equipment that is available for the work, financial resources,technical experience, and responses from references. Following this review,prepare a written recommendation to the City for award of the construction contract. Task 404. Prepare Conformed Documents. Prepare and distribute six(6) conformed copies of the construction contract documents. These services shall include receipt of the Contractor's bonds, furnishing the Contractor unsigned construction contact documents, and transmitting the conformed construction contract documents to the City for review, signature, and distribution. SUPPLEMENTAL SERVICES Any work requested by City that is not included in one of the items listed in the Basic Services shall be classified as Supplemental Services. Supplemental Services shall include,but are not limited to: 1. Meetings with local, State,or Federal agencies to discuss the Project beyond those indicated in the Basic Services. 2. Appearances at public hearings or before special boards, except as specifically indicated in the Basic Services. 3. Supplemental engineering work required to meet the requirements of regulatory or funding agencies that become effective subsequent to the date of this agreement. 4. Special consultants or independent professional associates, other than those indicated in the scope above, that are requested or authorized by City. 5. Modifications to existing chemical feed storage and feed systems 6. Preparation for litigation, arbitration,or other legal or administrative proceedings; and appearances in court or at arbitration sessions in connection with bid protests. Assistance with bid protests or rebidding. 7. Support services in connection with public information/relations activity as requested by the City. 8. Modifications to the design resulting from changes in the general scope,extent,or character of the project are generally described as follows: a. Changes in size or complexity. b. Owner's schedule,design,or character of construction. City of Elgin,Illinois A-7 Airlite WTP Improvements 5/18/07 c. Method of financing or funding availability. d. Changes proposed or requested after acceptance by City of the final Basis of Design Memorandum. e. Revision of previously accepted studies,reports,design documents,or construction contract documents when such revisions are required by changes in laws,rules,regulations, ordinances,codes,or orders enacted subsequent to the preparation of such studies,reports,documents,or designs; or are required by any other causes beyond Engineer's control. 9. Involvement with and responding to a formal Value Engineering Services conducted by a third party. Revisions of design,drawings,and specifications arising from the formal third party Value Engineering review which cause changes in the general scope, extent or character of the Project, including but not limited to changes in size, complexity, City's schedule, character of construction, or method of financing. 10. Provision, through a subcontract, of laboratory and field testing, including geotechnical investigations required during design, and of any special reports or studies on materials and equipment requested by City. 11. Property or boundary surveys, and services,required to obtain easements or purchase of additional property. 12.The design of electrical system modifications beyond replacement or modification of existing MCCs and distribution of power from new or existing MCCs to the new booster pumps. 13. The performing of security assessments and planning. 14. Landscaping plans,planting plans,or landscape design beyond specification for seeding and sodding. 15.Design of water mains or other utilities beyond the property line of the plant. 16. Preparation of multiple construction bid packages. 17. Redesign and rebidding the Project in the event the City does not accept bids on the original advertisement of the construction contract. 18. Services for making revisions to drawings and specifications made necessary by the acceptance of substitutions proposed by the Generator and/or Construction Contractor(s); and services after the award of the contracts for evaluation and determining the acceptability of substitutions proposed by the Contractors. City of Elgin,Illinois A-8 Airlite WTP Improvements 5/18/07 Payment for such engineering services shall be the responsibility of the Contractor who is proposing the substitution. 19. Construction phase services and resident Project representative(RPR) services associated with the construction phase of the Project including attending the preconstruction conference. This supplemental service can be activated at the time of construction by City upon approval by City Council. Payment for this supplemental service shall be based on hourly billing rates plus direct expenses, to a maximum upper limit of$495,200 as approval by City Council. City of Elgin,Illinois A-9 Airlite WTP Improvements 5/18/07 ATTACHMENT B TO AGREEMENT FOR ENGINEERING SERVICES Owner: City of EIgin, Illinois Engineer: Black& Veatch Corporation Project: Airlite Water Treatment Plant Improvements CITY'S RESPONSIBILITES The City will furnish, as required by the work and not at the cost of the Engineer, the following: 1. All maps, drawings, reports,records, audits, annual reports, and other data that are available in the files of the City and which may be useful in the work involved under this contract. If available, - provide electronic copies of site and other City drawings that could be used in development of project contract drawings. 2. Existing property,boundary, easements,right-of-way, and utility surveys, and property descriptions when such information is required. 3. Geotechnical investigation of the Airlite WTP site through a consultant,based on guidance from Engineer on number and location of soil borings. 4. All exploratory work, such as pot holing for pipe or electrical duct bank locations and elevations, core borings,penetration tests,and other geotechnical subsurface explorations; and laboratory tests and analyses when such services and information is required. 5. Access to public and private property when required in performance of Engineer's services. 6. The services of one employee who has the right of entry to, and has knowledge of,the existing water facilities. 7. Space for public hearings,prebid conferences, preconstruction conferences and audio, video equipment required for such hearings and/or conferences. 8. Legal advertisement of project lettings or bids and prebid conference dates and such other publications of Invitation to Bids as desired by the City and distribution of biding document to prospective bidders. 9. Releases to the news media concerning any aspects of the project. In performance of the services,it is understood that Engineer will be supplied with certain information and/or data by City and that Engineer will rely on such information. It is agreed that the accuracy of such information is not within Engineer's control and Engineer shall not be liable for its accuracy,nor for its verification. City of Elgin,Illinois B-1 Airlite WTP Improvements 5/18/07 C C C C C C E •4 . . . . . I -411 F 11 E F - 1 2 I op.6 2i C ii -1-1 -44) I.— 111111 4 6 elL/4— • litt :taa stvla 111111411 ,9 :111.411115111 ;111111111111i1 I t. :2 :E 1; 7 E t E 11 I'S 4 IE : ;2 6 tk ; I :Et! IIE ; 1 II 1 1111 t 11 I 'II 11) 11 I 1 t fri I I it 11 it144 1i U I I .:2 !VE :i IE 'E1111E411111." 11.1111/ 4 11 1 . . . . • i1 1 ' 1 ; I . . ik • , ; • 1 ' I I ; • 2 ; 8 : ■11 , 8 au , 5 • • i • i t • j. . - :I A : • 1 1 .1 1 I 1 ,11 . . 1 I • I i i 1 5 1 if 11 1 :1 2 2 a ns t s zsIsAl.sls ss 2 12 2 IX 2 2 12 .2 2 2 12 2 2 / ATTACHMENT B TO AMENDMENT AGREEMENT NO.2 (AMENDMENT AGREEMENT NO. 1 DATED 10/22/2008) City: City of Elgin, Illinois Engineer: Black & Veatch Corporation Project: Airlite WTP Improvements AMENDMENT AGREEMENT NO. 1 l)THIS AMENDMENT NO. 1 is hereby made and entered into this:))/1 day of i 2008,by and between City of Elgin, an Illinois Municipal Corporation (hereinafter referred to as the"CITY")and Black&Veatch Corporation, a Delaware corporation(herein after referred to as the"ENGINEER"); WHEREAS,the parties hereto have previously entered into an agreement for Engineering Services,dated June 13,2007,attached hereto as Attachment A(hereinafter referred to as the "ORIGINAL AGREEMENT");and WHEREAS,the CITY has determined that the proposed scope of the PROJECT as provided by the ORIGINAL AGREEMENT should be modified to provide for an alternate water treatment method; and, WHEREAS,the ORIGINAL AGREEMENT provided for a maximum payment to the ENGINEER of$706,000;and, WHEREAS,the parties hereto have each determined it to be in their best interest to amend the ORIGINAL AGREEMENT; and, WHEREAS,the circumstances necessitating the changes to the ORIGINAL AGREEMENT contemplated by this Amendment Agreement were not reasonable foreseeable at the time the ORIGINAL AGREEMENT was signed;the changes contemplated by this Amendment _ Agreement are germane to the ORIGINAL AGREEMENT as signed; and this Amendment Agreement is in the best interests of the CITY and is authorized by law. NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged,the parties hereto hereby agree as follows: A. The Scope of Services set forth in Attachment A of the ORIGINAL AGREEMENT is hereby amended as follows: Overview of Project Improvements. Delete Item 3 on page A-1 and replace with the following:• 3. Addition of a new ferric sulfate storage and feed system housed in a new, single-story,masonry building. In Item 4 on page A-1 revise the diameter of two new clarifiers from 55 feet to 62 feet. Delete Item 9 on page A-1 and A-2 and replace with the following: 9. Addition of a new diffused-air aeration basin for reduction of dissolved gases present in the raw water. The new aeration basin will consist of an in-ground cast in place concrete basin equipped with bubble diffusers supplied by two City of Elgin 1 October 8,2008 Airlite WTP Improvements Amendment No.1 ' . r positive displacement blowers located adjacent to the aeration basin. Each blower will be located outdoors in a separate FRP, sound insulating enclosure. Insert the following additional work Items on Page A-2: ---- 10. Addition of a new polymer feed system to be located inside the existing Operations Building at a location selected by City. The new system will be skid mounted and suitable for use with dry anionic polymer. 11. Addition of a new bulk aqua ammonia storage tank and associated appurtenances to be located outdoors in a concrete containment area. The containment area will include a sump pit and sump pump with local manual start/stop control Compressed air from existing compressed air system will be used to pressurize storage tank to increase net positive suction head on existing metering pumps. 1 12. Conversion of the existing ferric sulfate storage and feed system to bulk - storage and feed system for hydrofluosilicic acid. Existing fluoride metering pumps or converted ferric metering pumps will be used to feed fluoride based on required metering pump capacity at design plant flow rate. Supplemental Services. Delete Item 5 under Supplemental Services and replace with the following: 5. Modification of existing chlorine feed system or carbon dioxide feed system. Add the following items under Supplemental Services: 20. Modifications to the existing filters, including but not limited to filter influent or effluent piping and valving located inside the existing Operations Building. 21. Modifications to the existing lagoon decant return pumping system. 22. Modification of existing lime storage bins, slakers,or lime slurry troughs. 23.Assisting City perform bench-scale or full-scale testing,including preparation of testing protocols,witnessing tests,on-site water quality sampling, or review of test results performed by City after August 15,2008. B. The City's Responsibilities set forth in Attachment B of the ORIGINAL AGREEMENT are hereby amended to include the following items: 10. Modification of existing lime day bins,lime slakers,and lime slurry troughs required to increase the discharge elevation of lime slurry troughs a minimum of 21 inches. C. The Project Schedule set forth in Attachment C of the ORIGINAL AGREEMENT is hereby deleted and replaced with the following: City of Elgin 2 October 8,2008 Airlite WTP Improvements Amendment No.1 Project Schedule. The Owner and Engineer agree to revise the project schedule described in the original Agreement For Engineering Services to complete the Basic Services described in original Agreement and this Amendment No. 1 in accordance with the project milestones identified below. Owner agrees to further adjust the schedule milestones if the scope of work is revised,if completion of full-scale testing being performed by City is delayed,if Notice of Award issued by City to Contractor is delayed,or for any other delays beyond the Engineer's control. Completion of Full-Scale Testing By City August 15, 2008 Completion of Preliminary Design September 15,2008 Completion of Construction Contract Documents January 15,2009 Notice to Proceed to Contractor July 15,2009 D. Paragraph III.A of the ORIGINAL AGREEMENT is hereby amended to read as follows: The CITY shall pay to the ENGINEER for its services under this Agreement a total lump sum fee of Eight Hundred Sixty-One Thousand Two Hundred Fifty Dollars ($861,250.00)regardless of the actual costs incurred by the ENGINEER unless modifications to the scope of work are authorized in writing by the CITY. E. Except as amended by this Amendment Agreement,the ORIGINAL AGREEMENT between the parties shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have entered into and executed this Amendment Agreement as of the date and year first written above. City of Elgin Black&Vea o ..ration (0 (ENG I . ' ') By: tD .. _ B, Printed Name: • - it Folarin Pr' • Name: Tom J.Ratzki Title: City Manager Title: Vice President October 22, 2008 p.. Z •o g Date: Date: . L City of Elgin 3 October 8,2008 Airlite WTP Improvements Amendment No.I Report to Mayor& Members of City Council E LG I N THE CITY IN THE SUBURBS MEETING DATE: January 12, 2011 INITIATIVE L: Amendment No. 2 to the Agreement with Black &Veatch for Airlite Street Water Treatment Plant Improvements COMMUNITY GOAL • Financially Stable City Government: OBJECTIVE • Authorizing Amendment No. 2 to the agreement with Black & Veatch for the Airlite Street Water Treatment Plant improvements PURPOSE • Maintaining the viability of the city's alternate sources for water provision RECOMMENDATION (111116' • Authorize staff to execute Amendment No. 2 to the previously signed agreement with Black & Veatch for engineering services associated with the Airlite Street Water Treatment Plant improvements BACKGROUND On June 13, 2007, the city council awarded an engineering contract to Black & Veatch for engineering design services for the Airlite Street Water Treatment Plant (WTP) improvements. Black & Veatch made recommendations to change the scope of work in 2007 to save the city construction and future operating dollars. Those changes resulted in Amendment No. 1 to the agreement. After full-scale testing at the Airlite Street WTP was completed, a new design scheme for the processing of the well water at the treatment plant was proposed. Once the design reached 90 percent completion,the project design was put on hold. OPERATIONAL ANALYSIS The Airlite Street WTP improvement project was postponed in the capital improvement plan due to budget constraints. The Airlite Street WTP is a major component to the city's water system and is overdue for renovation. Review of the operations of the city's water treatment • system confirmed that the planned Airlite Street WTP improvements are necessary to the preservation of a robust and reliable water system. The rehabilitation of the Airlite Street WTP is included in the 2011 budget. To proceed with this project, staff will be working with the engineer to review the previous design and then complete it. There will be additional effort and an amendment to the scope of work for the engineer as needed. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS The remaining balance on the existing agreement with Black &Veatch for engineering design services is $43,063 of an original contract amount of $861,250. The proposed amendment of $47,107 will increase the contract amount to $908,351. The additional work tasks needed to complete the project include remobilization, reviewing all facets of the design for code and equipment changes, updating specifications and drawings, obtaining new quotes and bidding services. BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE 2007 367-4000-795.93-36 409688 $789,150 $223,687 Bond Fund LEGAL IMPACT None. ALTERNATIVE COURSES OF ACTION The city council may choose not to authorize staff to execute an amendment to the agreement with Black & Veatch for the services necessary to complete the Airlite Street WTP design and could solicit other engineering firms for a proposal to complete the project. NEXT STEPS 1. Execute engineering services agreement 2. Complete design and cost estimates 3. File permits with Illinois Environmental Protection Agency 4. Bid the project 5. Construction and observation Prepared by: Kyla B.Jacobsen, Water Director Reviewed by: Colleen Lavery, Chief Financial Officer Reviewed by: William A. Cogley, Corporation Counsel/Chief Development Officer Final Review by: Richard G. Kozal, Assistant City Manager/Chief Operating Officer Approved by: 1Se n R. Stegall, City Manag r ATTACHMENTS A: Elgin Airlite Restart Amendment B: List of tasks from original contractual obligation III I, Airlite WTP Improvements B&V Project 148941 Project Restart Summary December 9,2010 Elgin Airlite Restart Amendment for tasks due to Project Interruption 4.1) Remaining Contract Amount $ 43,063 (See summary of tasks to be performed under remaing contact amount listed below) Escalation on remaining work due to 2-year project delay $ 3,067 Subtotal $ 46,130 Additional Work Tasks due to project interruption Hours Fee Project Restart Initiation Meeting with City of Elgin 28 $ 4,450 Analysis and Meeting to Discuss Dividing Project into Two Bid Packages 24 $ 4,150 Remobilization of Project Team 32 $ 4,605 Review Building,Electrical,and Fire Protection Codes for Changes 38 $ 5,610 Update Specifications for Changes Caused by Interruption 32 $ 4,790 Update Drawings for Changes Caused by Interuption 80 $ 12,900 Obtain New Quotes and Update the Opinion of Probable Cost 16 $ 2,560 Increased Bidding Services Due to Changed Bidding Environment 35 $ 4,975 Subtotal T-757 Total Cost to Complete Design and Bidding Services $ 90,170 1 of 2 411111 Airlite WTP Improvements B&V Project 148941 Project Restart Summary December 9,2010 r Tasks from Original Contract that will be completed by B&V as part of our Current Contractual Obligation Submit Detailed Design Documents to/EPA Submit 90% Level drawings and specifications Final Design Complete Multidiscipline QC of 90% Level Documents Prepare 90% Level Cost Opinion Incorporate IEPA and Multidiscipline QC Revisions Complete Design Documents Update Engineer's OPCC and construction schedules Final Design Review Workshop Final QC, Sign and Seal Bid Documents Issue Bid Documents Bid Phase Services Pre-Bid Conference Attend pre-bid conference Prepare minutes and distribute to plan holders Interpret Construction Contract Documents Respond to bidder inquiries Issue addenda as required Assist City with Bid Review and Contract Award Attend bid opening Evaluate bids and issue written recommendation Prepare Conformed Documents Prepare and distribute conformed copies of the Contract Documents r 2 of 2 AMENDMENT AGREEMENT NO.2 4) THIS AMENDMENT AGREEMENT NO. 2 is hereby made and entered into this day of ,2010,by and between City of Elgin, an Illinois Municipal Corporation (hereinafter referred to as the"CITY")and Black&Veatch Corporation, a Delaware corporation(herein after referred to as the"ENGINEER"); WHEREAS,the parties hereto have previously entered into an agreement for Engineering Services,dated June 13,2007,attached hereto as Attachment A(hereinafter referred to as the "ORIGINAL AGREEMENT");and Amendment Agreement No. 1 of the ORIGINAL AGREEMENT dated October 22, 2008,attached hereto as Attachment B; and WHEREAS,the CITY has determined that the proposed scope of the PROJECT as provided by the ORIGINAL AGREEMENT and the Amendment Agreement No. 1 of the ORIGNAL AGREEMENT should be modified to facilitate activities allowing restart of the PROJECT as authorized by the CITY; and, WHEREAS,Amendment Agreement No. 1 of the ORIGINAL AGREEMENT provided for a maximum payment to the ENGINEER of$861,250; and, WHEREAS,the parties hereto have each determined it to be in their best interest to amend the ORIGINAL AGREEMENT and Amendment Agreement No. 1 of the ORIGINAL AGREEMENT; and, WHEREAS,the circumstances necessitating the changes to the ORIGINAL AGREEMENT and the Amendment Agreement No. I of the ORIGINAL AGREEMENT contemplated by this Amendment Agreement were not reasonable foreseeable at the time the ORIGINAL AGREEMENT or Amendment Agreement No. 1 of the ORIGINAL AGREEMENT was signed;the changes contemplated by this Amendment Agreement are germane to the ORIGINAL AGREEMENT and Amendment Agreement No. 1 of the ORIGINAL AGREEMENT as signed; and this Amendment Agreement is in the best interests of the CITY and is authorized by law. NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged,the parties hereto hereby agree as follows: A. The Scope of Services set forth in Attachment A of the ORIGINAL AGREEMENT and Amendment No. 1 to the ORIGINAL AGREEMENT are hereby amended as follows: 1. Add Project Restart to the Basic Services Project Restart Services Engineer shall provide Project Restart Services for the Project. Specific services to be performed are as follows: 4) City of Elgin 1 December 16,2010 Amite WTP Improvements Amendment No.2 Task 501.Project Restart Initiation Meeting.Attend Project Restart Initiation meeting with the City of Elgin. Task 502.Multiple Bid Packages Feasibility Assessment.Evaluate project to determine feasibility of multiple bid packages. Attend meeting with the City of Elgin to discuss alternatives. Task 503. Remobilize Project Team. Identify project team members to complete final design. Conduct meeting to re-familiarize team with project scope. Task 504. Codes/Equipment Availability Review. Review building, electrical, and fire protection codes to identify changes resulting from project being placed on hold in February 2008. Update drawings to incorporate updates relative to codes changes and equipment availability. Update specification to incorporate updates relative to codes changes and equipment availability. Task 505. Opinion of Probable Cost Update. Contact equipment vendors to obtain updated quotes for major equipment. C. The Project Schedule set forth in Amendment Agreement No. 1 of the ORIGINAL AGREEMENT is hereby deleted and replaced with the following: Project Schedule. The Owner and Engineer agree to revise the project schedule described in Amendment No.1 of the ORIGINAL AGREEMENT to complete the Basic Services described in ORIGINAL AGREEMENT,Amendment Agreement No. 1,and this Amendment Agreement No. 2 in accordance with the project milestones identified below. CITY agrees to further adjust the schedule milestones if the scope of work is revised, or for any other delays beyond the Engineer's control. Engineer Notice to Restart Design (no later than) January 31,2011 Submit Drawings to IEPA/Elgin 95%Complete ?? Target Bid Advertisement Date July 5, 2011 (Ready for Bid) Notice to Proceed to Contractor August 30,2011 D. Paragraph III.A of the ORIGINAL AGREEMENT is hereby amended to read as follows: The CITY shall pay to the ENGINEER for its services under this Agreement a total lump sum fee of Nine Hundred Eight Thousand Three Hundred Fifty Dollars($ 908,357.00)regardless of the actual costs incurred by the ENGINEER unless modifications to the scope of work are authorized in writing by the CITY. ORIGINAL AGREEMENT $706,800 Amendment Agreement No. 1 $154,450 Amendment Agreement No. 2 $ 47,107 Total Lump Sum Fee $908,357 City of Elgin 2 December 16,2010 Airlite WTP Improvements Amendment No.2 E. Except as amended by this Amendment Agreement No.1 of the ORIGINAL AGREEMENT and this Amendment Agreement No. 2,the ORIGINAL AGREEMENT between the parties shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have entered into and executed this Amendment Agreement as of the date and year first written above. City of Elgin Black&Veatch Corporation (OWNER) (ENGINEER) By: By: Printed Name: Printed Name: Tom J.Ratzki Title: Title: Vice President Date: Date: A City of Elgin 3 Decem r 16,2010 Airlite WTP Improvements Amendment No.2 ELGIN THE CITY IN THE SUBURBS- DATE: February 8, 2011 TO: Kyla Jacobsen, Water System Superintendent FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 11-22, Adopted at the January 26, 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. • Amendment Agreement No. 2 with Black & Veatch Corporation for Airlite Street Water Treatment Plant Improvements