Loading...
12-68 Resolution No. 12-68 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 2 WITH CHRISTOPHER B. BURKE ENGINEERING, LTD. (2009 Combined Sewer Separation Project-Lord Street Basin Project-Phase 2) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R. Stegall,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute amendment agreement no. 2 on behalf of the City of Elgin with Christopher B. Burke Engineering,Ltd. for the 2009 Combined Sewer Separation Project-Lord Street Basin Project- Phase 2, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 11, 2012 Adopted: April 11, 2012 Vote: Yeas: 6 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk 1. a • 4 AMENDMENT AGREEMENT No. 2 tkA THIS AMENDMENT AGREEMENT No. 2 is hereby made and entered into this\` day of , 2012, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Christopher B. Burke Engineering, Ltd., an Illinois corporation(hereinafter referred to as "Engineer"). WHEREAS, the City and Engineer previously entered into an agreement dated December 16, 2009, wherein the City engaged the Engineer to furnish certain professional services in connection with the public construction project commonly known as the 2009 Combined Sewer Separation Project-Lord Street Basin, with such contract being in the original amount of $824,223.08 (hereinafter referred to as the "Original Agreement" and such project being hereinafter referred to as the "Project"); and WHEREAS, the City and Engineer thereafter entered into Amendment Agreement No. 1 dated May 11, 2011, wherein the City retained the Engineer to provide certain inspection services in connection with the Project, with the additional compensation to the Engineer pursuant to such Amendment Agreement No. 1 being in the amount of $394,524 (hereinafter referred to as "Amendment Agreement No. 1", and the Original Agreement and the Amendment Agreement No. 1 being hereinafter collectively referred to as the "Subject Agreement"); and WHEREAS, the City has determined that the proposed scope of the Project should be modified to include Construction Administration and Construction Engineering Activities for Phase 2 (hereinafter referred to as "Inspection Services"); and WHEREAS, the Subject Agreement provides for a total maximum payment to Engineer of $1,218,747.08; and WHEREAS,the parties hereto agree that the total maximum payment for the Inspection Services described in this Amendment Agreement No. 2 shall be in the amount of$256,096.00; and WHEREAS, the Subject Agreement as amended by this Amendment Agreement No. 2 will provide for a maximum total amount of$1,474,843.08 which constitutes an increase of twenty- one percent(21 %) over the amount of the Subject Agreement ; and WHEREAS, the circumstances necessitating the change in performance contemplated by this amendment were not reasonably foreseeable at the time Subject Agreement was signed; the change contemplated by this Amendment Agreement No. 2 is germane to the Subject Agreement as signed; and this Amendment Agreement No. 2 is in the best interests of City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual promises and covenants provided for herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto agree as follows: 1. The above recitals are incorporated into and made a part of this agreement as if fully recited hereby. 2. That Section 1 of the Subject Agreement is hereby amended by adding the following subparagraph B to read as follows: j t 1 "The Engineer shall provide Inspection Services for Phase 2 of the Project which includes storm sewer installation, complete pavement removal and replacement, HMA resurfacing, curb and gutter, driveway and sidewalk replacement; hot-mix asphalt placement; water main construction, water main adjustments and water and sanitary service re-establishment, sewer lining, parkway restoration; and other incidental and miscellaneous items of work consistent with City requirements." 3. Section 1 of the Subject Agreement is hereby amended by adding the following Subparagraph D to read as follows: "D. Engineer shall further furnish Inspection Services for Phase 2 of the Project as outlined and detailed in Attachment A-1, attached hereto and made a part hereof." The additional Inspection Services contemplated by this Amendment Agreement No. 2 are attached hereto and made a part hereof as Attachment A-1. 4. That Section 2 of the Subject Agreement is hereby amended by adding a Subparagraph C to provide as follows: "C. Engineer shall provide Inspection Services in accordance with the schedule outlined herein and detailed in Attachment B-1, attached herto and made a part of hereof". The Inspection Service Schedule for Inspection Services to be provided by Engineer pursuant to this Amendment Agreement No. 2 and labeled `Attachment B-1' attached hereto are hereby incorporated into and made a part of this Amendment Agreement No. 2. 5. That Section 4 of the Subject Agreement is hereby amended by adding the following paragraph E to read as follows: "E. For services described in Attachments A-1 and B-1, ENGINEER shall be paid at the billing rate of personnel employed on the PROJECT with the total fee not to exceed $256,096.00, regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the City. The detailed basis of the additional fee associated with Amendment Agreement No. 2 is included in Attachment C-1, attached hereto and made a part hereof and is based on hourly rates of personnel utilized." Attachment C-1, attached hereto, is hereby incorporated into this Amendment Agreement No. 2 and made a part hereof. 6. That except as amended as amended by this Amendment Agreement No. 2, the Subject Agreement shall remain in full force and effect. s 7. That in the event of any conflict between the terms of the Subject Agreement, and the provisions in this Amendment Agreement No. 2, the provisions of this Amendment Agreement No. 2 shall control. 8. The Subject Agreement is hereby further amended by amending Paragraph 29 thereof to read as follows: "29. Limitation of Actions: The parties hereto further agree that any action by the Engineer arising out of this Agreement must be filed within one (1) year of the date the alleged cause of action arose or the same will be time barred. The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY OF EL CONSULTANT By: "Oa. Sgr/A7 ty Manager Its President Attest: Attest: aka/642.U Pta,Aa,AW t) City Clerk Its Secretary N:\ELGIN\090458\Admin\Amendment Agreement No.2\Engineering Amendment#2-Bid Alternate Revised By City 3-26-12.Docx r ATTACHMENT A-1 CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING ACTIVITIES A. CONSTRUCTION ADMINISTRATION 1. General: The Construction Administrator will serve as the City of Elgin's representative for the entire construction project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Construction Administrator will provide all Level 1 management services. These services are defined as all management functions and requirements over and above the daily routine project requirements. They will include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the construction project in accordance with the City's objectives of cost, time and quality. The Construction Administrator will work closely with and report to the Director or his/her designee. 2. Specific Duties and Responsibilities: a. Project Control: Establish and maintain lines of communication, authority, and procedures for coordination among the City, Director, Design Engineer, Contractors, and Construction Engineer as needed to carry out the project construction requirements. Provide a pre-construction video of the entire project. b. Additional Services: When required, identifies the need for, and retains professional services of a surveyor, testing laboratories and other special consultants, and coordinates these services during their performance. c. Contract Requirements: Administrates and monitors for the Director, contractors and other project consultants, the contractual requirements for items such as insurance, bonds, and general conformance with governmental regulations, including minority compliance. d. Construction Monitoring: Monitors the work of contractors and construction engineer to insure adequate quality control of the construction work and compliance with the design drawings, specifications and other required regulations. Page 2 e. Scheduling: Works with the contractor and Construction Engineer to insure that a workable construction schedule is developed and agreed to by all parties. Provide for continuous monitoring (WEEKLY UPDATES) of the schedule as construction progresses. Identify potential variances between scheduled and probable completion dates. Review schedule for work completed, not started or incomplete and recommend to the Director, Construction Engineer and contractors, adjustments in the schedule to meet the probable competition date. Provide summary reports of each monitoring and document all changes in schedule. Together with the Construction Engineer determine the adequacy of the contractor's personnel and equipment and the availability of materials and supplies to meet the schedule. Recommend courses of action to the Director when requirements of a contract are not being met. f. Shop Drawings: Monitor the submittal of all shop drawings, catalog cuts and material selections by the contractors and coordinate timely approval of the same by the Design Engineer. Review and monitor on a continuing basis the delivery status of critical material and equipment so as to prevent unnecessary delays. g. Administration: Handle all project administrative correspondence including preparation of all written documents and correspondence requiring the City's signature and authorization. Maintain a file on all project correspondence and records to include daily construction reports prepared by the Design Engineer's field Construction Engineer. Provide all necessary effort to work with IDOT, KDOT, CDOT, ACOE, IEPA, IDNR, and Union Pacific Railroad, in order to permit, obtain authorization, and close out the project. h. Contractor's Payment: Review and process for payment, though the Director, all applications by contractors and design consultants for progress and final payments. i. Change Orders: Recommend necessary or desirable changes to the Director and the Design Engineer, review requests for changes, and handle all administrative aspects to g qP include contractor negotiations, formal preparation and submission with recommendation to the Director. j. Cost Control: Monitors all project costs and revises and refines the initially approved changes as they occur, and develop cash flow reports and forecasts as needed. Page 3 k. Job Meetings: Conduct periodic (weekly in general)progress meetings with all associated parties to review construction progress, procedures, scheduling, design interpretation, problem areas and overall coordination. 1. Reports: Provide a timely weekly status reporting system to keep the City abreast of all aspects of the project which will: a) emphasize problem areas to the Director on a by-exception basis; and b) present solutions for the problems which will enable management to make decisions on a go-or-no-go basis. m. Public Information: Provides advance and current information to the public as necessary and appropriate. Works with citizens directly impacted by contractor to protect citizen's interests. The Engineer shall cause the delivery of two letters to each resident and/or business abutting the project. The first letter will precede construction and the second will precede the placement of sod. n. Final Completion: Together with the Design Engineer and Construction Engineer conduct a pre-final inspection and develop a pre-final inspection and develop a pre-final punchlist for the contractor. Upon competition of the pre-final punchlist notify the Director that a final inspection is in order. Attend the final inspection with the Director and contractors. Advise the Director when all punchlist work resulting from the final inspection has been completed. Recommend, prepare, and process all final pay estimates through the Director and insure final invoice is submitted to the Director within 30 calendar days of the completion date. o. As-built Drawings: Review as-built drawings prepared by the Design Engineer to insure adequate information has been given to facilitate on-going maintenance work by the City. Coordinate distribution of copies to the Director, Public Works Operations and Water Divisions as appropriate. Final as-built drawings will be provided in an AutoCAD format and GIS format (ESRI format (shapefile or geodatabase), projection: NAD 83 state plane IL East.) p. Supplemental Survey and Design CBBEL will perform a topographic survey of existing site conditions on Morgan Street from Marguerite Street to Commonwealth Avenue and on Commonwealth Avenue from Morgan Street to Adams Street (approximately 750 linear feet) to the extent necessary to design a new 12" RCP storm sewer extension that will tie into MH#3 on Sheet 7 of the Lord Street Sewer Separation — Phase 2 plans. CBBEL will utilize the topographic survey to design the 12" storm sewer on Commonwealth Avenue and Morgan Street, including preparation of storm sewer plans and profiles, resolution of utility conflicts, identification of required pavement restoration and calculation of quantities. If necessary, supplemental Page 4 Special Provisions shall be prepared to facilitate the construction of the 12" storm sewer extension. B. CONSTRUCTION ENGINEER 1. General: The Engineer may serve as the City's on-site construction representative for the construction project as the Construction Engineer. He will be responsible for the general control and field inspection of the construction project and will provide all Level 2 management services. These services are defined as all management functions required for day to day control of the project. They will include field inspection, design interpretation, contract administration and general coordination and control of the day to day construction activities of the contractor to insure timely completion and quality construction in strict compliance with contract drawings and specifications. The Construction Engineer will work closely with and report to the Construction Administrator. 2. Specific Duties and Responsibilities a. Liaison and Contract Control: Assist and provide guidance to the contractors in understanding the intent of the contract documents. Serve as the City's representative with the contractors working principally through the contractor's project engineer and on-site superintendent. Serve as the City's liaison with other local agencies, utility companies, state agencies, businesses, etc. keeping them advised of day to day activities. b. Review of Work, Rejection of Defective Work, Inspection and Testing: 1) Conduct on-site observations of the work in progress to determine that the project is proceeding in accordance with the contract documents and that completed work will conform to the requirements of the contract documents. 2) Instruct contractor to correct any work believed to be unsatisfactory, faulty or defective or does not conform to the requirements of the contract documents, or does not meet the requirements of any inspections, tests or approval required to be made; and advise Construction Administrator of action taken and if any special testing or inspection will be required. 3) Verify that tests are conducted as required by the contract documents and in presence of the required personnel, and that contractors maintain adequate record thereof; observe, record and report to Construction Administrator appropriate details relative to the test procedures. 4) Perform or cause to have performed as applicable, all required field tests such as concrete tests, soil compaction tests and insure such tests are made by as may be specified. Analyze the results of all field and laboratory tests to determine the Page 5 suitability of materials tested. Unless the consultant has incorporated the Clean Construction and Demolition Debris (CCDD) into the construction documents, he/she shall be responsible for all costs to properly meet the requirements of the law. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to Construction Administrator. c. Contractors Suggestions and Requests: Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the Construction Administrator with any time and cost implications for final decision. d. Shop Drawings: 1) Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit,but only for conformance with the design concept of the project and compliance with the information given in the contract documents: determine the acceptability of substitute materials and equipment proposed by contractor(s); and receive and review (for general content as required by the specifications) maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection which are to be assembled by contractor(s) in accordance with the contract documents. 2) Record and maintain a shop drawing submittal and approval log and notify contractor whenever submittals are lacking or untimely. e. Schedules: Review construction schedule, schedule of shop drawing submissions and schedule of values prepared by the contractor. Be alert to the construction schedule and to the conditions which may cause delay in completion and report same to the contractor and the Construction Administrator in sufficient time to make adjustments. f. Conferences: 1) Attend periodic progress meetings scheduled by the Construction Administrator with all associated parties to review the overall project status and problems. 2) Arrange a schedule of on-site job work meetings with the general contractor and sub-contractors to review day to day requirements and problems. Maintain and circulate copies of minutes thereof. Page 6 g. Contract Administration and Records: 1) Handle all day to day contract administration and associated correspondence in accordance with the established procedures. 2) Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and sample submissions, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports,and other project related documents. 3) Keep a diary or log book, recording contractor's hours on the job site, wether conditions, data relative to questions of extras or deductions, list of visiting officials, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures. 4) Record names, addresses and telephone numbers of all contractors, sub- contractors and major suppliers of equipment and materials. h. Reports: Furnish Construction Administrator written reports as required of progress of the work and contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. i. Contractors Payment Requisition: Review applications for payment with contractor for compliance with the established procedure for their submission and forward them with recommendations to Construction Administrator, noting particularly their relation to the schedule of values, work completed and materials and equipment delivered to the site. j. Governmental Policies: Review contractor EEO policies and other governmental mandated programs to insure contractor compliance with the governing regulations. k. Change Orders: Perform initial evaluation of change orders and submit same to Construction Administrator with recommendation and cost estimate breakdown for final approval and processing. 1. As-built Drawings: Maintain an accurate record of all field conditions and upon completion of the project insure that the design drawings are revised to show the true as-built condition. In addition the Engineer shall verify proper installation of the benchmarks installed by the contractor including checks of the elevations and horizontal control. Page 7 m. Final-Completion: 1) Together with the Construction Administrator conduct a pre-final inspection and prepare and give to the contractor a pre-final punchlist. Thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment. 2) Together with the Construction Administrator conduct a final inspection with the Director,Public Works Operations, and Water Division as appropriate, Project Manager and the general contractor. Prepare a final punchlist and thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment. Attachment B-1 Combined Sewer Separation Project-Lord Street Basin Project Phase 2-Bid Alternate Elgin,IL Construction Schedule for Engineering Services ID Task Name Duration Start Finish r'12 Apr'12 May'12 Jun'12 Jul'12 AUG]'12 Se '12 Oct'12 Nov'12 De 11121 1 111121 1 111121 1 111121 1 111121 1 111121 1 111121 1 111121 1 111121 1 1 1 Construction Engineering Services 190 days Mon 3/19/12 Fri 12/7/12 2 Notice to Proceed 0 days Mon 4/2/12 Mon 4/2/12 • 4/2 3 Pre-Construction Meeting 0 days Mon 3/19/12 Mon 3/19/12 -♦ 3/19 4 Pre-Construction Services 10 days Mon 3/19/12 Fri 3/30/12 5 Construction Observation 150 days Mon 4/2/12 Fri 10/26/12 6 Documentation 150 days Mon 4/2/12 Fri 10/26/12 T .- _ 7 QA Testing 150 days Mon 4/2/12 Fri 10/26/12 �( 3 8 Record Drawings 20 days Mon 10/29/12 Fri 11/23/12 T ) 9 Project Close-Out 30 days Mon 10/29/12 Fri 12/7/12 Task ( I Milestone ♦ External Tasks ( Project:Lord St.Basin-Phase 2-Bid Split Summary External MileTask Date:Fri 2/17/12 Progress Project Summary Split Page 1 Attachment C-1 Engineering Services for Lord Street Basin Sewer Separation Project Phase 2-Bid Alternate Amendment#2 Estimated Engineering Fees for Construction Support Manhours Total Total Estimated Estimated Percent of Hours TASK DESCRIPTION Engineer V Engineer III Engineer IV CAD II Survey V Surve I�i TSC** Manhours ,.. Cost 1 Pre-Construction _ 8 24 0 0 0 0 0 32 $4,384.00 1.65% • 2 Shop Drawing Review 8 30 0 0 0 0 0 38 $5,134.00 1.96% 3 Construction Observation• 150 1500 0 0 0 0 0 1650 $213,450.00 85.14% 4 Quality Assurance Testing 0 0 0 0 0 0 4576 - $4,576.00 - 5 Record Drawing 0 40 0 0 0 0 0 40 $5,000.00 2.06% 6 Project Close-out 0 80 0 0 0 0 0 80 $10,000.00 4.13% 7 Supplemental Survey&Design 0 0 30 32 4 32 0 98 $12,052.00 5.06% Totals(Task 1 through 7) 166 1674 30 32 4 32 1938 $254,596.00 Standard Charges$/HR $173.00 $125.00 $138.00 $125.00 $178.00 $100.00 Total Estimated Personnel Cost $28,718.00 $209,250.00 $4,140.00 $4,000.00 $712.00 $3,200.00 $4,576.00 _ Total Direct Costs 01,500.00 TOTAL COST PROPOSAL(Not to Exceed) $256,096.00 •Based on the contract completion date of October 26,2012 "TSC-Quantity for Quality Assurance Testing represests the total cost,not hours. See TSC Proposal for breakdown. C • B • I 1 TSC • February 16, 2012 TESTING SERVICE CORPORATION Local Office: 457 E.Gundersen Drive,Carol Stream,IL 60188-2492 Mrs. Lisa Gasperec 630.653.3920 • Fax 630.653.2726 Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600 Corporate Office: Rosemont, Illinois 60018 4920 360 S.Main Place,Carol Stream,IL 60188-2404 630-462-2600 • Fax 630.653.2988 RE: P.N. 48,491 Construction Material Engineering Lord Street Basin - Phase 2 Alternate Bid Elgin, Illinois Dear Mrs. Gasperec: Per your request, Testing Service Corporation (TSC) is pleased to submit this proposal to provide the Construction Materials Engineering Services that will be requested by you for the above referenced project. The broad objectives of our work will be to conduct and interpret tests and report our findings as directed by Christopher B. Burke Engineering, Ltd. TSC is staffed and equipped to provide any of the following services that may be ordered by you: • Field Quality Control Services -Observe proof-rolling operations. -Recommend amount of undercut using IDOT cone penetrometer procedure. -Perform in-place density tests on engineered fill/backfill and granular base course -Test plastic concrete for slump, air content, temperature, unit weight and cast test cylinders. -Establish rolling pattern for bituminous concrete pavement mix with nuclear density gauge. -Pickup samples in the field for laboratory tests. • Bituminous Concrete Batch Plant Quality Control Services -Daily hot bin and extraction analysis. -Sampling and testing of stockpile materials. -Check and adjust mixing formulas, as necessary. -Check temperatures of bitumen, drum and final mix. -Mold Marshall samples and check for stability and flow or determine density of Prepared (HMA) specimen by means of Gyratory Compactor. -Other tests as required by current IDOT procedures guide. • Portland Cement Concrete Batch Plant Quality Control Services -Verify that current IDOT mix design is being used. -Check moisture content of fine aggregate. -Perform sieve analysis on stockpiled materials, as required by IDOT criteria. -Check the slump, air and temperature of final mix. -Other tests, as required by current IDOT procedure guide. • Laboratory -Perform laboratory compaction curve for each soil type used. -Determine density and thickness for core samples submitted by contractor. -Aggregate gradation and soundness analysis. -Perform compressive and flexural strength tests for concrete cylinders and beams. -Other tests, as required. Providing a Full Range of Geotechnical Engineering,Em'ironunental Services,and Construction Materials Engineering& Testing Christopher B. Burke Engineering, Ltd. P.N. 48,491 - February 16, 2012 TSC's field technicians are represented by Local 150 of the International Union of Operating Engineers. Supervision of the testing, observation and reporting is provided by a Registered Professional Engineer. Reports will generally be issued on a weekly basis as work progresses. Invoices will be issued monthly, subsequent to the reporting period. A budget amount of Four Thousand Five Hundred Seventy-Six Dollars ($4,576.00) is recommended for your project. This estimate is based on a review of plans and specifications provided by Christopher B. Burke Engineering, Ltd. and prior experience on similar projects. TSC's itemized estimate is included in the "Assumptions and Estimated Fee" portion of this proposal. Factors such as weather, contractor efficiency and deviations from minimum testing and observation requirements may significantly impact the CME budget. Our fee is further subject to this proposal being accepted by you on or before December 31, 2012. The Services performed by TSC under this proposal are subject to prevailing wage regulations under Illinois law. Prevailing wage rates are established in June by the State of Illinois. Should the established wage be changed between the time of this proposal and the time of work, it will be necessary to revise this proposal so that the rates required by law are properly reflected. Prevailing wage categories are defined as follows: Material Tester I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. Material Tester II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete and concrete and asphalt batch plants, adjusting proportions of bituminous mixtures. TSC's fees include TSC's services being performed subject to the attached General Conditions which are incorporated herein. Unless we receive written instructions to the contrary, invoices will be sent to: Mrs. Lisa Gasperec Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600 Rosemont, Illinois 60018-4920 Tel: (847) 823-0500 Fax: (847) 823-0520 email: Igasperec@cbbel.com When completing the attached project data form, kindly indicate who is to receive copies of TSC's report and other project data. -2- Christopher B. Burke Engineering, Ltd. P.N. 48,491 - February 16, 2012 Your consideration of our proposal is appreciated. We look forward to being of service to you on this project. Respectfully Submitted TESTING SERVICE CORPORATION /4 Jeffrey R. Schmitz, P. . Project Manager JRS:sa Enc: General Conditions Project Data Sheet Approved and accepted for by: (NAME) (TITLE) (DATE) -3- Christopher B. Burke Engineering, Ltd. P.N. 48,491 - February 16, 2012 SCHEDULE OF CHARGES ITEM I FIELD SERVICES A. Material Tester I Per Hour: $ 109.50 B. Material Tester II Per Hour: $ 112.50 C. IDOT QC/QA Level III BIT or PCC Per Hour: $ 112.50 CME Technician classification includes IDOT BIT/PCC and QC/QA Certified Technicians. The time is portal-to-portal from the office servicing the project. Increase hourly rate by 1.4 for over 8.0 hours per day or Saturday. Increase hourly rate by 1.8 for Sunday or Holiday work. The minimum trip charge for 0 to 4 hours is four(4) hours and for 4 to 8 hours is eight(8)hours Monday through Friday and eight(8) hours on Saturday and Sunday. Engineering services for summary report preparation are invoiced at the Graduate Engineer Rate. D. Transportation, Light Vehicle Per Mile: $ 0.60 E. Use of Nuclear Moisture/Density Gauge Per Day: $ 35.00 F. Pickup Concrete Test Samples Per Trip: $ 60.00 ITEM II LABORATORY SERVICES A. Soils 1. Compaction Curve to establish the maximum dry unit weight and optimum water content a. Modified (AASHTO T180, ASTM D1557) Each: $ 175.00 b. Standard( AASHTO T99, ASTM D698) Each: $ 165.00 c. Add for Methods B, C, or D Each: $ 15.00 2. Thin-Walled Tube Samples a. Combined Water Content & Dry Unit Weight Determination Each: $ 15.00 b. Unconfined Compressive Strength Each: $ 12.00 B. Portland Cement Concrete/Aggregates 1. Concrete Test Cylinders (6"x12") a. Compressive Strength Each: $ 16.25 b. Spares/Handling Charge Each: $ 16.25 c. Trim End of Specimen When Necessary Each: $ 20.00 -4- Christopher B. Burke Engineering, Ltd. P.N. 48,491 - February 16, 2012 2. Concrete Test Cylinders (4"x8") a. Compressive Strength Each: $ 15.50 b. Spares/Handling Charge Each: $ 15.50 c. Trim End of Specimen When Necessary Each: $ 20.00 3. Sieve Analysis a. Unwashed Each: $ 68.50 b. Washed Each: $ 85.00 C. Bituminous Concrete 1. Extraction Analysis a. Unwashed Each: $ 185.00 b. Washed Each: $205.00 2. Compaction of Bituminous Mixture by Gyratory Methods and Bulk Specific Gravity Test Set of Two $ 185.00 3. Theoretical Maximum Specific Gravity of Paving Mixture Each: $ 90.00 4. Calibration of Ignition Oven for Asphalt Content by IDOT Methods: Each: $650.00 5. Determining Asphalt Content by Ignition Oven: Each: $ 100.00 6. Determining Asphalt Content by Ignition Oven and Washed Gradation: Each: $ 175.00 7. Bulk Density of Core Specimens Each: $ 40.00 ITEM III CONSULTATION AND REPORT PREPARATION A. Registered Professional Engineer, Principal Per Hour: $ 170.00 B. Registered Professional Engineer Per Hour: $ 130.00 C. Graduate Civil Engineer Per Hour: $ 110.00 D. Transportation 1. Light Vehicle Per Mile: $ 0.60 2. Public Transportation Cost + 10% The above rates are valid through December 31, 2012. -5- Christopher B. Burke Engineering, Ltd. P.N. 48,491 - February 16, 2012 ASSUMPTIONS & ESTIMATED FEE The following estimate is based on review of materials quantities provided by the Christopher B. Burke Engineering, Ltd. and the Illinois Department of Transportation's Project Procedures Guide. At the time this estimate was prepared the contractor's schedule was not available. The unit prices used below are based on our current cost structure. Earth Excavation/Aggregate Base Course/Trench Backfill Item Unit ITEMS Unit Quantity price Amount 1 Material Tester II Hour 112.50 $ 0.00 2 Travel, Material Tester II Hour 112.50 $ 0.00 3 Travel, Light Vehicle Mile 0.60 $ 0.00 4 Nuclear Moisture Density Gauge Day 35.00 $ 0.00 5 Soil, Water Content and Dry Unit Weight Determination Each 15.00 $ 0.00 6 Laboratory Compaction Curve (Standard) Each 165.00 $ 0.00 7 Sieve Analysis, Unwashed Each 68.50 $ 0.00 Sub-Total: $ 0.00 Estimate Basis: Portland Cement Concrete/Plant lNo ITEMS Unit Quantity tem Unit Amount 1 Material Tester II Hour 112.50 $ 0.00 2 Travel, Material Tester II Hour 112.50 $ 0.00 3 Travel, Light Vehicle Mile 0.60 $ 0.00 4 Pickup Test Samples Each 60.00 $ 0.00 5 Concrete Test Cylinders(6"x 12") Each 16.25 $ 0.00 6 Concrete Test Cylinders (4"x 8") Each 15.50 $ 0.00 7 Sieve Analysis, Unwashed Each 68.50 $ 0.00 8 Sieve Analysis with#200 Wash Each 85.00 $ 0.00 9 Density of Core Sample Each 40.00 $ 0.00 Sub-Total: $ 0.00 Estimate Basis: -6- Christopher B. Burke Engineering, Ltd. P.N. 48,491 - February 16, 2012 Portland Cement Concrete/Field Item Unit ITEMS Unit Quantity Price Amount 1 Material Tester I Hour 12.0 109.50 $ 1,314.00 ► 2 Travel, Material Tester I Hour 109.50 $ 0.00 3 Travel, Light Vehicle Mile 120 0.60 $ 72.00 4 Pickup Test Samples Each 3 60.00 $ 180.00 5 Concrete Test Cylinders(6"x 12") Each 12 16.25 $ 195.00 6 Concrete Test Cylinders (4"x 8") Each 15.50 $ 0.00 7 Sieve Analysis, Unwashed Each 68.50 $ 0.00 Sub-Total: $ 1,761.00 Estimate Basis:Three site visits to test and sample concrete placed for sidewalks,driveways and combination curb and gutter. Bituminous Concrete/Plant INo tem Unit ITEMS Unit Quantity Price Amount 1 Material Tester II Hour 112.50 $ 0.00 2 Travel, Material Tester II Hour 112.50 $ 0.00 3 Travel, Light Vehicle Mile 0.60 $ 0.00 4 Pickup Test Samples Each 60.00 $ 0.00 5 Nuclear Moisture Density Gauge Day 35.00 $ 0.00 6 Bituminous Concrete Extraction Analysis Each 185.00 $ 0.00 7 Compaction of Bituminous Mixture by Gyratory Methods Set of 185.00 $ 0.00 and Bulk Specific Gravity Test Two 8 Theoretical Maximum Specific Gravity of Paving Mixture Each 90.00 $ 0.00 Sub-Total: $ 0.00 Estimate Basis: -7- Christopher B. Burke Engineering, Ltd. P.N. 48,491 - February 16, 2012 Bituminous Concrete/Field INo.tem ITEMS Unit Quantity Price Amount 1 Material Tester I Hour 20.0 109.50 $ 2,190.00 2 Travel, Material Tester I Hour 109.50 $ 0.00 3 Travel, Light Vehicle Mile 200 0.60 $ 120.00 4 Pickup Test Samples Each 60.00 $ 0.00 5 Nuclear Moisture Density Gauge Day 5 35.00 $ 175.00 6 Bituminous Concrete Extraction Analysis Each 185.00 $ 0.00 7 Compaction of Bituminous Mixture by Gyratory Methods Set of 185.00 $ 0.00 and Bulk Specific Gravity Test Two 8 Density of Core Sample Each 40.00 $ 0.00 Sub-Total: $ 2,485.00 Estimate Basis: Five site visits to monitor the compaction of HMA mixes placed for base course,binder,surface and Class D patches. Project Coordination & Report Preparation Item ITEMS Unit Quantity Unit Amount 1 Project Engineer Hour 3 110.00 $ 330.00 2 QA Manager Hour 0 100.00 $ 0.00 Sub-Total: $ 330.00 TSC's base fee schedule includes up to three copies of each report Estimated Total: $ 4,576.00 RECOMMENDED BUDGET: $ 4,576.00 -8- TSC GENERAL CONDITIONS Geotechnical and Construction Services TESTING SERVICE CORPORATION 1.PARTIES AND SCOPE OF WORK: If Client is ordering the with its contract."Contractor"as used herein shall include • • ' • services on behalf of another,Client represents and warrants subcontractors, suppliers, architects, engineers and for which TSC may be liable in accordance with the pro ' ons that Client is the duly authorized agent of said party for construction managers. set forth in the preceding paragraph,upon yid • request the purpose of ordering and directing said services,and in of Client received within five days of Clien' .cceptance of • such case the term"Client"shall also include the principal Information obtained from borings,observations and analyses TSC's proposal together with paymen . an additional fee • for whom the services are being performed.Prices quoted of sample materials shall be reported in formats considered in the amount of 5%of TSC's esti. :ed cost for its services and charged by TSC for its services are predicated on the appropriate by TSC unless directed otherwise by Client. (to be adjusted to 5%of ih• . ount actually billed by TSC conditions and the allocations of risks and obligations Such information is considered evidence,but any inference for its services on the pr.''ctat time of completion),the limit expressed in these General Conditions. Unless otherwise or conclusion based thereon is,necessarily,an opinion also on damages shall•' increased to$500,000 or the amount stated in writing, Client assumes sole responsibility for based on engineering judgment and shall not be construed of TSC's fee, • chever is the greater. This charge is not to determining whether the quantity and the nature of the as a representation of fact.Subsurface conditions may not be cons .•d as being a charge for insurance of any type, services ordered by Client are adequate and sufficient for be uniform throughout an entire site and ground water but': creased consideration for the exposure to an award Client's intended purpose. Unless otherwise expressly levels may fluctuate due to climatic and other variations. •- ,•... assumed in writing,TSC's services are provided exclusively Construction materials may vary from the samples taken. for client.TSC shall have no duty or obligation other than those Unless otherwise agreed in writing,the procedures employed 11. INDEMNITY: Subject to the provisions set forth herein, duties and obligations expressly set forth in this Agreement. by TSC are not designed to detect intentional concealment TSC and Client hereby agree to indemnity and hold harmless TSC shall have no duty to any third party.Client shall or misrepresentation of facts by others. each other and their respective shareholders,directors, communicate these General Conditions to each and every officers,partners,employees,agents,subsidiaries and party to whom the Client transmits any report prepared by 7. DOCUMENTS AND SAMPLES: Client is granted an division(and each of their heirs,successors,and assigns) TSC.Ordering services from TSC shall constitute acceptance exclusive license to use findings and reports prepared from any and all claims,demands,liabilities,suits,causes of of TSC's proposal and these General Conditions. and issued by TSC and any sub-consultants pursuant to action,judgments,costs and expenses,including reasonable this Agreement for the purpose set forth in TSC's proposal attorneys'fees,arising,or allegedly arising,from personal 2.SCHEDULING OF SERVICES:The services set forth in this provided that TSC has received payment in full for its injury,including death,property damage,including loss of use Agreement will be accomplished in a timely and workmanlike services.TSC and,if applicable,its sub-consultant,retain thereof,due in any manner to the negligence of either of them manner.If TSC is required to delay any part of its services all copyright and ownership interests in the reports,boring or their agents or employees or independent contractors.In to accommodate the requests or requirements of Client, logs,maps,field data,field notes,laboratory test data and the event both TSC and Client are found to be negligent or regulatory agencies,or third parties,or due to any cause similar documents,and the ownership and freedom to use at fault,then any liability shall be apportioned between them beyond its reasonable control,Client agrees to pay such all data generated by it for any purpose.Unless otherwise pursuant to their pro rata share of negligence or fault.TSC and additional charges,if any,as may be applicable. agreed in writing, test specimens or samples will be Client further agree that their liability to any third party shall, disposed immediately upon completion of the test.All drilling to the extent permitted by law,be several and not joint.The 3.ACCESS TO SITE: TSC shall take reasonable measures samples or specimens will be disposed sixty(60)days after liability of TSC under this provision shall not exceed the policy and precautions to minimize damage to the site and any submission of ISO's report. limits of insurance carried by TSC.Neither TSC nor Client improvements located thereon as a result of its services or shall be bound under this indemnity agreement to liability the use of its equipment;however,TSC has not included in 8,TERMINATION:TSC's obligation to provide services maybe determined in a proceeding in which it did not participate its fee the cost of restoration of damage which may occur.If terminated by either party upon(7)seven days prior written represented by its own independent counsel.The indemnities Client desires or requires TSC to restore the site to its former notice. In the event of termination of TSC's services,TSC provided hereunder shall not terminate upon the termination condition,TSC will,upon written request,perform such shall be compensated by Client for all services performed up or expiration of this Agreement,but may be modified to the additional work as is necessary to do so and Client agrees to and including the termination date,including reimbursable extent of any waiver of subrogation agreed to by TSC and to pay to TSC the cost thereof plus TSC's normal markup for expenses.The terms and conditions of these General paid for by Client. overhead and profit. Conditions shall survive the termination of TSC's obligation to provide services. 12.SUBPOENAS:TSC's employees shall not be retained as 4,CLIENT'S DUTY TO NOTIFY ENGINEER:Giient represents expert witnesses except by separate.written agreement. aad-warmmrts-nkat Client has advised TSC of any known or 9.PAYMENT:Client shall be invoiced periodically for services Client agrees to pay TSC pursuant to TSC's then current fee suspected hazardous materials,utility lines and underground performed. ••. .. ••- ..• •• , • •^ ». - schedule for any TSC employee(s)subpoenaed by any party structures at any site at which TSC is to perform services days of its receipt,Client further agrees to pa ' -rest on as an occurrence witness as a result of TSC's services. under tins agreement. all amounts invoiced and not paid oro ed to inn writing for valid cause within sixty(61 sat the rate of twelve 13.OTHER AGREEMENTS:TSC shall not be bound by 5.DISCOVERY OF POLLUTANTS:TSC's services shall not (12%)per annum(or th• •• imum interest rate permitted by any provision or agreement(I)requiring or providing for include investigation for hazardous materials as defined by applicable law ' ever is the lesser)until paid and TSC's arbitration of disputes or controversies arising out of this the Resource Conservation Recovery Act,42 U.S.C.§6901, costs i . action of such accounts,including court costs Agreement or its performance,(ii) wherein TSC waives any et,seq.,as amended("RCRA")or by any state or Federal . .• ••: •• '. c rights to a mechanics lien or surety bond claim; (till that statute or regulation. In the event that hazardous materials conditions TSC's right to receive payment for its services are discovered and identified by TSC,TSC's sole duty shall 10.WARRANTY: TSC's professional services will be upon payment to Client by any third party or(iv)that requires be to notify Client. performed,its findings obtained and its reports prepared TSC to indemnify any party beyond its own negligence These in accordance with these General Conditions and with General Conditions are notice,where required,that TSC shall 6. MONITORING: If this Agreement includes testing generally accepted principles and practices.In performing its file a lien whenever necessary to collect past due amounts. construction materials or observing any aspect of construction professional services.TSCwiil use that degree of care and skill This Agreement contains the entire understanding between • • of improvements, Client's construction personnel will ordinarily exercised under similar circumstances by members the parties.Unless expressly accepted by TSC in writing verify that the pad is properly located and sized to meet of its profession.In performing physical work in pursuit of prior to delivery of TSC's services,Client shall not add any Client's projected building loads. Client shall cause all its professional services,TSC will use that degree of care conditions or impose conditions which are in conflict with tests and inspections of the site,materials and work to and skill ordinarily used under similar circumstances.This those contained herein.and no such additional or conflicting •• be timely and properly performed in accordance with warranty is in lieu of all other warranties or representations, thrums shall be binding upon TSC.The unenforceability or the plans,specifications,contract documents,and TSC's either express or implied.Statements made in TSC reports invalidity of any provision or provisions shall not render any recommendations. No claims for loss.damage or injury are opinions based upon engineering judgment and are not other provision or provisions unenforceable or invalid.This • shall be brought against TSC unless all tests and inspections to be construed as representations of fact. Agreement shall be construed and enforced in accordance have been so performed and unless TSC's recommendations with the laws of the State of Illinois.In the event of a dispute have been followed. . .• . • + ' • •.. :•''• .• :.': : c arising out of or relating to the performance of this Agreement, negligent in performing professional services or to h made the breach thereof or TSC's services,the parties agree to TSC's services shall not include determining or implementing and breached any express or implied warren ••resentalion try in good faith to settle the dispute by mediation under the means,methods,techniques or procedures of work or contract,Client,all parties claim( ; rough Client and the Construction Industry Mediation Rides of the American done by the contractorls)being monitored or whose work is ani parties ciaimng to nave in • way relied upon ISO s Arbitration Association as a contrition precedent to filing any being tested. TSC's services shall not include the authority services or work agree t e maximum aggregate amount demand for arbitration,or any petition or complaint with any to accept or reject work or to in any manner supervise of damages for mhi C,its officers,employees and agents court.Paragraph headings are for convenience only and shall the work of any contractor.TSC's services or failure to shall be lie limited to$50.000 or the total amount of riot be construed as limiting the meaning of the provisions perform same shall not in any way operate or excuse any the fe id to TSC for its services performed with respect contained in these General Conditions. contractor from the performance of its work in accordance ie-prajc., • '. : : treater. net ezes Project Data Sheet TSC • TESTING SERVICE CORPORATION Distribute Reports as Follows: General Information: Name: Protect Name:—.__ —. Company: Project Address: Address: City/State/Zip: - City/State/Zip: --_ Project Manager:---- Telephone: _ -------..----- Telephone: Fax: Fax: Site Contact: Name: Telephone: _ Company: Fax: Address: Send Invoice To: City/State/Zip: Purchase Order No: Telephone: Attention: Fax: Company: Address: _ Name: Gy/State/Zip:_._-_ Company: Telephone: Address: --- r Fax City/State/Zip: Important Notes: Telephone: Fax: Name: Company: Completed By: Address: Signature: City/State/ Name: Telephone: Date: _ — Fax: 1 6994 1/5 ©dtxe - AMENDMENT AGREEMENT No. 1 THIS AMENDMENT AGREEMENT No. 1 is hereby made and entered into this 11 thday of May , 2011, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Christopher B. Burke Engineering, Ltd., an Illinois corporation(hereinafter referred to as"Engineer"). WHEREAS, the City and Engineer hereto have previously entered into an agreement dated December 16, 2009 (hereinafter referred to as"Original Agreement"), attached hereto and made a part hereof as Attachment A, wherein the City engaged the Engineer to furnish certain professional services in connection with the public construction project commonly known as the 2009 Combined Sewer Separation Project--Lord Street Basin Project(hereinafter referred to as the"Project");and WHEREAS, the City has determined that the proposed scope of the Project should be modified to include Construction Administration and Construction Engineering Activities (hereinafter referred to as"Inspection Services");and WHEREAS, the Original Agreement provides for a total maximum payment to Engineer of $824,223.08;and WHEREAS,the parties hereto agree that the total maximum payment for the Inspection Services described in this Amendment Agreement No. I shall be in the amount of$394,524.00;and WHEREAS, the Original Agreement as amended by this Amendment Agreement No. 1 will provide for a maximum total amount of $1,218,747.08 which constitutes an increase of 48 percent(48%)over the amount of the Original Agreement;and WHEREAS, the circumstances necessitating the change in performance contemplated by this amendment were not reasonably foreseeable at the time Original Agreement was signed; the change contemplated by this Amendment Agreement No. 1 is germane to the Original Agreement as signed;and this Amendment Agreement No. 1 is in the best interests of City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual promises and covenants provided for herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged,the parties hereto agree as follows: 1. The above recitals are incorporated into and made a part of this agreement as if fully recited hereby. 2. That Section 1 of the Original Agreement is hereby amended by adding the following subparagraph B to read as follows: "The Engineer shall provide Inspection Services for the Project which includes the removal of existing infrastructure and the construction of new water main, storm sewer, sanitary sewer, curb and gutter, utility adjustments, survey monuments, pavement base course, pavement surface courses, traffic control and other appurtenances consistent with City requirements." 3. Section 1 of the Original Agreement is hereby amended by adding the following Subparagraph D to read as follows: "D. Engineer shall further furnish Inspection Services for the Project as outlined and detailed in Attachment A-1,attached hereto and made a part hereof." The additional Inspection Services contemplated by this Amendment Agreement No. 1 are attached hereto and made a part hereof as Attachment A-1. 4. That Section 2 of the Original Agreement is hereby amended by adding a Subparagraph C to provide as follows: "C. Engineer shall provide Inspection Services in accordance with the schedule outlined herein and detailed in Attachment B-i,attached hereto and made a part hereof'. The Inspection Service Schedule for Inspection Services to be provided by Engineer pursuant to this Amendment Agreement No. 1 and labeled `Attachment B-1' attached hereto are hereby incorporated into and made a part of this Amendment Agreement No. 5. That Section 4 of the Original Agreement is hereby amended by adding the following paragraph E to read as follows: "E. For services described in Attachments A-1 and B-1, ENGINEER shall be paid at the billing rate of personnel employed on the PROJECT with the total fee not to exceed$394,524.00, regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the City. The detailed basis of the additional fee associated with Amendment Agreement No. 1 is included in Attachment C-1, attached hereto and made a part hereof and is based on hourly rates of personnel utilized." Attachment C-1,attached hereto, is hereby incorporated into this Amendment Agreement No. 1 and made a part hereof. 6. That except as amended by this Amendment Agreement No. 1, the Original Agreement shall remain in full force and effect. 7. That in the event of any conflict between the terms of the Original Agreement, and the provisions in this Amendment Agreement No. 1, the provisions of this Amendment Agreement No. 1 shall control. 8. The Original Agreement is hereby amended by adding a paragraph 29 to provide as follows: '29. Limitation of Actions: Engineer shall not be entitled to, and hereby waives, any and all rights that it might have to file suit or bring any cause of action or claim for damages against the City of Elgin and/or its affiliates, officers, employees, agents, attorneys, boards and commissions of any nature whatsoever and in whatsoever forum after two(2)years from the date of this Agreement.' 9. The Original Agreement is hereby amended by adding a paragraph 30 to provide as follows: '30. 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.).' IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY OF EL IN CONSULTANT By: �/) r r, By: ity Manager Its President Attest Attest: _..�. �.Lam-- I ,or ,0.4/.3 Ci lerk Its S retary N:\ELGIN\090458\Admin\Amendment Agreement No.1\Engineering Amendment.Revised 04131 t_doc Attachment A AGREEMENT THIS AGREEMENT is made and entered into this /(o•�y of/0C/C.trilmr2009,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Christopher B. Burke Engineering, Ltd., an Illinois Corporation (hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the design and bidding services for the Lord Street Combined Sewer Separation Project(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,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 System Superintendent of the CITY,herein after referred to as the"SUPERINTENDENT' B. ENGINEER shall perform surveys and studies of the LORD STREET COMBINED SEWER AREA,prepare plans,specifications,and estimates for the first phase of the sewer separation,and coordinate the improvements with the residents of the basin as outlined herein and detailed in Attachment A hereto. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in B below. B. The ENGINEER will submit to the SUPERINTENDENT monthly a status report keyed to the project schedule.A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the SUPERINTENDENT provided, however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. City of Elgin, Illinois Lord Street Combined Sewer Separation Project - t - 4. PAYMENTS TO THE,ENGINEER(Not to Exceed Method) A. For services provided,the ENGINEER shall be paid at the billing rate of personnel employed on this PROJECT,with the total fee not to exceed$824,223.08 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the SUPERIN IbNDENT and approved by the City Council of the City. The attached Standard Charges for Professional Services dated January,2009 will be utilized for this PROJECT. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus 0%. Any such amounts for outside services shall be included in the total fee not to exceed$824,223.08 C. For other direct costs provided by outside firms,the CITY shall pay the ENGINEER the invoiced fee in accordance with the attached Direct Cost Schedule dated July 2, 2007. Any such direct cost shall be included within the total fee not to exceed $824,223.08. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the CITY. However, the amounts shown below are estimates and may vary from task to task as long as the total not to exceed fee remains unchanged. A detailed cost breakdown with estimated manhours by classification is included in Attachment A. •kif5�isW,Weet a 1—Data Collection $10,240.00 2—Survey of Existing Drainage Structures $16,776.00 3—Stakeholder Meetings $23,975.00 4—Sanitary Load and Capacity Analysis $23,304.00 5—Televising and Smoke Testing of Sewer $169,090.08 6—Existing Conditions XP-SWMM Modeling $41,054.00 7—XP-S WMrvl Alternatives Analysis $47,302.00 8—City Coordination $10,316.00 9.—Topographic StuveyBoundary Survey $75,996.00 10—Geotechnical Investigation $44,744.00 11—Pre-Final Plans,Specifications and Estimates $187,716.00 12—Permitting Plans $29,116.00 13—City of Elgin Stormwater Management Permit $12,504.00 14—Wetland Permitting $22,864.00 15—[EPA Watermain/Sanitary Permits $8,292.00 16—DOT Permitting $9,484.00 17—Railroad Permitting $6,828.00 18—Utility Coordination $8,648.00. 19—Public Information Meeting $4,064.00 20—Final Plans,Specifications and Estimates $46,394.00 21—Bid Documents $13,688.00 22—Bidding Assistance $2,568.00 Subtotal $814,963.08 Direct Costs $9,260.00 Total $824,223.08 City of Elgin, Illinois Lord Street Combined Sewer Separation Project -2- 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports 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 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 ofhis 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 SUPERINTENDENT relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the SUPERIN'INDENT 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 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,attorney's fees,damages or other relief, including but not limited to worker's compensation claims, in any way resulting from or City of Elgin, Illinois Lord Street Combined Sewer Separation Project -3- 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,SUPERINTENDENT,officer,agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution,approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the SUPERINTENDENT 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 SUPERINTENDENT. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification"shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively,if the insurance states that it is excess or prorated,it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error,omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the SUPERINTENDENT as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the SUPERINTENDENT. City of Elgin, Illinois Lord Street Combined Sewer Separation Project -4- • 13. CONSTRUCTION MEANS,METHODS,TECHNIQUES,SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means,methods,techniques,sequences or procedures,or for safety precautions and programs in connection with the construction,unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex,age,race, color,creed,national origin,marital status,of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race,color,creed,national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agree that,if any paragraph,sub-paragraph,phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable,all other portions of this Agreement shall remain in full force and effect. City of Elgin, Illinois Lord Street Combined Sewer Separation Project -5- 19. H J ADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed,modified,discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County,Illinois. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the SUPERINTENDENT,nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the SUPERINTENDENT prior to said documentation becoming matters of public record. 23. COOPERATION WITH O 1'H.ER 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 5133E et seq.or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include,at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; City of Elgin, Illinois Lord Street Combined Sewer Separation Project -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 COM1VIUNICATIONS All recommendations and other communications by the ENGINEER to the SUPERINTENDENT and to other participants which may affect cost or time of completion shall be made or confirmed in writing. The SUPERINTENDENT 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 Jacobsen Water System Superintendent City of Elgin 150 Dexter Court Elgin,Illinois 60120-5555 B. As to ENGINEER: Michael E.Kerr Executive Vice President Christopher B. Burke Engineering,Ltd. 9575 W.Higgins Road, Suite 600 Rosemont,Illinois 60018 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with at 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 City of Elgin, Illinois Lord Street Combined Sewer Separation Project -7- products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY and shall pay all costs of any audit at ENGINEER'S sole expense. 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 TIE ENGINEER: By a �C/ By Wa/�� City ager Executive Vice President Attest: City Clerk City of Elgin, Illinois Lord Street Combined Sewer Separation Project -8 • CHRISTOPHER B.BURICE ENGINEERING,LTD. STANDARD CHARGES FOR PROFESSIONAL SERVICES CITY OF ELGIN JANUARY,2009 Charges* Personnel ($/I-ir) Principal 240 Engineer VI 210 Engineer V 173 Engineer IV 138 Engineer HI 125 Engineer 1/11 102 Survey V 178 Survey IV 132 Survey III 127 Survey II 100 Survey I 78 Resource Planner V 112 Resource Planner IV 108 Resource Planner HI 100 Resource Planner I/11 88 Engineering Technician V 150 Engineering Technician IV 132 Engineering Technician Ill 107 Engineering Technician I/II 97 CAD Manager 138 Assistant CAD Manager 126 CAD 11 125 CAD I 98 GIS Specialist HI 120 GIS Specialist i/Il 67 Landscape Architect 138 Environmental Resource Specialist V 154 Environmental Resource Specialist IV 134 Environmental Resource Specialist Ill 114 Environmental Resource Specialist I/II 94 Environmental Resource Technician 90 Administrative 88 Engineering Intern 53 Survey Intern 53 Information Technician III 97 Information Technician 1111 62 Direct Costs Outside Copies, Blueprints, Messenger, Delivery Services, Mileage Cost *Charges include overhead and profit N:tPROPOSALSISTANDARD CHARGEs1Eig;n20aestandardChames.1 I 1 sos.doc The Burke Group 9575 W. Higgins Rd. Rosemont, IL 60018 July 2, 2007 Code Description Price 111 8.S"x11"RIP'd Color laser copies,Fiery's 1.30/ea 117 11"x17"RIP'd Color laser copies,Fiery's 1.50/ea 121 Scanned color images-printed on bond paper 6.00/sq.ft. 122 Additional prints of your original 6.00/sq.ft. 151 Premium color poster 3.001sq.ft. 155 Operator required-Processing charge 25.00/quarter hr. 157 Small format color scan to PDF 2.00/sq.ft. 400 8.5"x11"B/W impressions .08/page 403 8.5"x11"Color paper stock .10/sheet 404 8.5"xi 1°Card Stock .12/sheet 405 8.5"x11"Sticky back 1.00/sheet 409 Clear 4 mil mylar cover .50/sheet 411 Variable Magnification .50/setting 413 e.5"x11"Monochrome scan .20/per side 413-1 11"x17"Monochrome scan 25/per side 414 8.5"x14"B/W impression .10/sheet 417 11"x17"B/W impression .12/page 418 11"x17"Card stock .19/sheet 419 11"x17"Colored Paper .16/sheet 420 1/4"Plastic comb binding 1.40/each 421 3/8"Plastic comb binding 1.60/each 422 1/2"Plastic comb binding 2.40/each 423 5/8"Plastic comb binding 2.50/each 424 3/4"Plastic comb binding 2.75/each 425 7/8"Plastic comb binding 2.90/each 426 1°Plastic comb binding 3.05/each 427 1-1/8"Plastic comb binding 3.55/each 428 1-1/4"Plastic comb binding 3.85feach 429 1-1/2°Plastic comb binding 4.00/each 430 1-3/4"Plastic comb binding 4.50 each 431 2"Plastic comb binding 4.70 each 438 Stapling .05/set 444-1 Plastic jackets 1.25/each 444 Misc.charges 1.25/each 455 Imaging on tabs .15/impression 456 Tab card stock .75/sheet 470 Handwork 45,00/hr 472 Fan folding-11"x17"to 8S"x11" .025/sheet 473 Inserting .04/sheet 474 Drilling-Standard 2 or 3 holes 2.50/500 sheets 500 8.5"x11" Color laser copy .90/per 502 8.5"x11" Small format color scan .50/per side 502-1 11"x17" Small format coir scan 1.00/per side 514 8.5"x14" Color laser copies,double-sided 1.50/each 517 11"x17"Color laser copy 1.50/per 580 Mounting on 3/16"foamcore 3.45/sq.ft. 73 Overtime 40.00/hr r m m i r t Paper per case or package 8.5"x11",8.5"114"&11"x17" Subject to change 800 Digital bond prints/plots .135/sq.ft. 800H Half size bond prints/plots .135/sq.ft. 802 Scan setup .50/sheet 822 Scan to file 2.00/sheet 850 Large document vellum prints .40/sq.ft 872 Folding .05/sq.ft. 870 Handwork $35.00 885 Mylar reproduction 1.95/sq.ft. 900 Digital bond prints/plots .135/sq.ft. 900H Half size bond prints/plots .135/sq.ft. 905 Color inkjet plots 2.40/sq.ft. 910 Mylar prints/plots 1.95/sq.ft. 924 Burn CD $20.00 925 File conversion processing .75/sheet 950 Vellum plots 1.25/sq.ft. i d 11\131N-0'41.A N3WN0d1. d Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES INTRODUCTION Christopher B. Burke Engineering, Ltd. (CBBEL) understands that the City of Elgin would like to construct new and separated sewers in the Lord Street Basin of their combined sewer area. CBBEL understands that the City of Elgin has a combined sewer system serving approximately 3,090 acres of the central part of the City with 10 combined sewer overflow (CSO) points. The CSOs discharge to the Fox River under Permit IL 0070505. We also understand that the City is required to minimize CSO frequency and volume, and actively work to reduce water quality impacts from CSOs. This is critical as the section of the Fox River where the City's CSOs discharge has been identified as being "impaired". Most importantly, CBBEL understands that the CEPA has requested that the water quality impacts of the City's CSOs be reevaluated in detail and it appears the direction being taken by EPA is to bring CSOs in line with historic procedures for wastewater treatment plants. This is the primary purpose of the sewer separation project. A secondary benefit of the proposed sewer separation project is to reduce localized flooding, sewer backups, and street ponding in the Lord Street Basin. The Lord Street Basin is one of 12 combined sewer basins in the City and is referred to as Basin 004. The Lord Street Basin consists of approximately 500 acres north of US 20, east of Commonwealth, southeast of South Street, south of Holly/Standish, and west of the Fox River. Included in this proposal CBBEL will provide the following services: I. Alternative Analysis and Concept Engineering The purpose of this phase is to evaluate alternatives and determine to the most cost effective strategy to separate the combined sewer system for the entire Lord Street Basin. CBBEL will collect all pertinent existing information; distribute, collect and tabulate flooding questionnaires; survey all existing mainline storm and sanitary structures within the basin; determine load and capacity of existing sanitary sewers; televise and smoke test all combined sewers; develop a computer model of the existing combined sewer system; analyze and model different strategies for separating the sewer, and conduct meetings with a stake holder group to reach consensus on the proposed solutions. IL Preliminary Engineering and Permitting The purpose of this phase is to design and permit preliminary plans for approximately 15,000 feet of the sewer separation. Note that the estimated amount of new sewer required to separate the entire basin is approximately 44,000 feet per the Carroll Report. CBBEL will prepare a full topographic survey of approximately 15,000 feet; perform a geotechnical investigation for approximately 15,000 feet of sewer separation; complete pre-final plans, specs and estimates for 15,000' of sewer separation; submit permit applications for 15,000' of sewer separation; and conduct a public information meeting. c,- 8:a" Elgin Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES III. Final Engineering The purpose of this phase is to finalize plans for the construction of the first phase of the sewer separation. Based on the City's preliminary budget numbers we estimate that the first phase of construction will consist of approximately 5,000' of sewer separation. The 5,000' of sewer separation that bidding documents will be prepared for will be a portion of the 15,000' of preliminary plans that are prepared in the Preliminary Engineering and Permitting Phase. CBBEL will finalize the plans for 5,000' of sewer separation, prepare bid documents for 5,000'of sewer separation and provide bidding assistance for 5,000' of sewer separation. UNDERSTANDING OF ASSIGNMENT The combined sewer system currently serving this area crosses the Fox River at Souster Avenue extended and has a 48" CSO at Lord Street extended. y �� !t' MzV'�n�oF _ .VT �n�l 7M4 � N'Y � ' .:�� ,,---0--,--;-- • . ' � : s � ri.+.0 � ... xP ���� s � r, � � `� ;7LMtV ra5v G ' ' a r��tt} #7r7a ,Yd� P4j ? xvr ,-m ���, 6, te �g. � sd-aV4s 'r"yksl'4(� Ncer , g it r ....:T: ••, i �. -as • Y� ^g .+`Y"s��z r.kr s �e six'!"'vie .7. sr �,. e y > � '�` �•1'1 .40 I.a�ai .x .+,� R..x i h. t .c.-5 4 i~ 1 v e 'r1 I- •5 'L�.c k,700). .d�^^''����"^a'�rC«, a "m'.,��'ia.,s t S �1"fiFi�, 2� 'r��,a YNh�ya�2 '"i n''l',` fan� `'.Y r», L Ys„,A„.zr, 'Y' y.a p s.. y.-t'K { yr 2 ,a f a� 4\t t,''.+Lt i>t w'teu-�t"x`�t, r � -"., �:a Y r-?:s�,��r •� r- �� �y3 �.ti�.' ' � �.n�? -4..,10,141b,..14-.� �, �. �y,.'G„? , .,C�y .i' �" M.m•Sa,. ,e,rirty'fa.�5.fkir.it'P-.' .,q,s,,,k -,."..'*,'Yrit.'<nosu zq 4;�. c:§srvi=4314ti�Pa� ,�t,• .. t 'a ,�°00t�p ,,vv,,g� •l".Ik� C 'a�4....J ,:,„ - i '1'.l Yj�t 1 �'\l• JN'•t•,0- �.� .("�ti igii, Ws�Y(117,,: ' �rq ieote,:4g1„. ige 7_cri,-- fzi t 4 tr ,w3 i r'�i w. R�`5.-k �^fl y �ti .slugi $Ss.... :o i�'4y1 .v l° '*i 'r�"! r-ra?s � ��Kzr x..yah ^? "-Y 4-fr-�n f.".;t . L� ' ,,t e' er ry;r'�r�31+ t�N - ,v t0% : tS fL • �� 4 k,C' r ,y 1,a ^t.. r b w ?hgr arf 2iZi `'j s S'�4" g.r tt•I'4�1 +.w . ,•�i• ' -pia•)`•-nii41,=,'3-:\ y'�N�''r11�• S.tfr•A, 17,"' i,.,.-^ !rr✓4i��d°r 3 ',4,'S.' 5 ...$;r'4". ( r r,z4, ,. (P >7"';"y.'r,»t spy,,_ Y >* Y ',`...a -y'�a+.i!i i Nt, �' 7' ;x rr ''i'^' i" s.• it_ny+it n, i,et�a'ifF.,l t. x.747. nt` yam fti...yip+..*.,��'htn7A::l=iti'�2"'.gi3% 'u:% '� i i" r "U"ia'ii 1c j j OFS"'`..rFr' ,gni.. Is4'3'�.Y�`L"�i'CaC•Cr'�`�''�{Ji�!1',,�'luT--.`^"k •�£'�l ax.�;, 4,..�n, i�? .�;?_Isar'h..,�iwM�+wC�.�iC^.e�:�j��c a�.e oY"��'��'�'�'����'1 - i i'% • jy.'Y/, { 4PV A4 > ++ TtrA" .r7 jr 5 ,e#, , f t"3 ` ,Z'' .h k::+.Y�".,,� pec , -4} n 5, . Y= 5 ,,F4. ,�na4,� 'L rs t'' t "i""�r�+,`u /C ,.y1 �6 1.!, v'�t'fgrki, V, Via, v'a N. �. ,.�R7 �z +�-K'J�$(���,����'i�.:�¢�.:riirt� "`s�.! y;,�ry��. , v .`Fi rj� %'�-�w��"'`^"a.� 1 'Y'�._ a�fZ.3:�'�"��l� �+t ti•xir,•,`ir.V.xk%+' t.4.' i.,,r`Y -''t,gr x� •tr`�k `N'C -�a+�S .c „c t 0.14`Y"3/t r ,g'It•L': 'T`''."1.agVi; :."kA* A. ^--•,•:'mr fir <, sr3x,,\aim�YJ,c<r�.lxu+, , .S0s_ ,!4. T 7"S , 'r 44,.P..'� {. 5, iYFt J. u1' %4 \+ t .•j,. ;� ��"i pR k: ��'Yj T �x t rvE[. , d t. r,}a to 7 1 5rx r;r, 4* 7'�". g-. ag,i"L . 1 4`;, t iI 1 ',y�,,•� c,.,z._,y,+',ck ttriv b,* �u�:r.rs F:�c Y,..�w� 'r<.«:r;<, �.rn=c��nt,�5':��tt�c;•� .ate-:TSP � �,,- `�rH 4 :.� �4,x,�'���: ..-Ale t r.1 r1 ,'S',t)ica,s rs'rrZ'as�u`1 fknl1.1 M h '! l u t�'iiel7( k,T4. ,'t 3 w".S'a 'f1 .r t ti r lF.'la ` rh' za-�,,,a,¢�s;s:r.r. r >y* R A., .� .rr tsLhS �";�gig.it.'Gaa.,�a'` i vs"•. at �t,xw.jal �{ S Hr� kr'''" -'4-F4'fi a 'yTi at: t'L Z r as"O1 'e"'fV't"f i. :' f isk*. s .t bx'4 ,rix ayt'r 1 .,..wi_"a a7'' ` t r,;t7,'7 :,,t-A #`7,("` '+.�i,esik•tr a't� .•e l 3;g r sxi =t `t'' G< x 8g P>1 siti-76f 1 '`"y ew :,. 3�i t'` 5r ` 0s � � t t� ? "� i. ,� ...3,i f t Si rr s A•<- A i, ny,m *,,- : , ��1 @^�'�re �! �";h "'i � �t i Mia.. '"'"r r" '"J.-5'14.��,'" 'Y""„ vLl y: Yt , 'c" i$c^f�.t# ri . �" x! 7CsZ..�n''C+.r ,n r+,� y.s'a r v<7Fp tt:Wg45 +. n 2' Y'2_�r..d�G*�f.+ta rn��"" ,S�A��"'�t q o c�. �d- C�..li���C'St >yir''g� ��"��r�7 y, /, ?�''wq¢lY �L e.'. :;,-...,t,<„.....,: );111.'.1:..a i,4_etiz. °7a• c. '�` ri-rst 1+u,,. " 4 41',E7. -nl✓f,,trr,! �fG,Y.K .k -r se,„Moat ,3,. c o-x k.rd' i t�.,h..S't5^"i�.'-rf ,... .,,44,,,,-.40it,, 20 ;=!..dr1 . 1] , ..;a 4'9:. `+Y'-, , t k s 1,4- �++��,':u a r' ". iy'^Ar.a 3,,. Gs . .6`tiii�5J';4A-.4,1:^tr ,n'r" Y+'4s c ., yr r1y J !C `k':'Rn..a'k.1,e....t ,:i. .1 / h y apl 7tt.7.1.• ,gje. 1,-, ,,y.,t.eJ og,,`�,�:4, k"AL; `ar'•� " 'L\ '�11;-r f.,:spAl Lr s^ ! '8 %`�,N'pr't V,1 4:4, 4144,,.a rfia ��,,��.. Sr. 'ak`s�atr, r > aa.xfi.:ic....-=.. . ' d�a.,cT K.,,� �fil„ (iY.ri„�Ffl�3'r .�'�S fCA4��'r" ' I� i "'''"w+7 r Mei+ v jai �a.y�.aZSrY/51r,:4£�a*--,� 'i"'m”' * W'i+` ^_:3 ar ..'f i lb >ei� it 0.:4 , S r__ ,yam+'. '+Y �.,LYL�L. "S.,R T.'.R+7. ^0:...�,:, yR b...�s ,.... `...,,,,t F.f/.,',�_3,,t i. ,y: , � ...N ��� w ',4:iJNS'�.e"C�,. ! a 4i i y.., ,„:„. "'.r) ,„,, _.i? A rr"'i'fM ,' , Z t\„:'it/p ,Lz., .,a" 9 - �:„.„,r ,,�. ,. �„,„,.. f , t 4q���rt G} ,..5. y�nJ��r y. u's .[ ��P.ys1 L a s>.-nl+” fit' r t 'k'G �Y•.,°r`l•'�+'aaYe <3atn. ,7.t � �N` !��{ ��}� .��,; ,,,.,br, aG 'S'c,•'•�rtt.."'e-. .4,tfi,,rt >,.cy «.o-,_r ,, .,, ,,,i F:, ,�'�'F}ya , 1 .'M+.v...�+sir 12: .� . .e v.}�,i'xs ,..„„,, S. j r r 1 ia90m1 �J p ys.?... +�,,,";Pr i.v, � :jrfG^+°17:,,t Hr:i 'e".1g I y•cf•"-K'.. `L. e4 v ,s•frz• F S'_Q.i1.•v,i,r. T .._r.. 7, ,v�4Z, ^.'4 1S •r a 1*:;:A ks grt -7A"`+"+c`.l'�' .W.Rk.r. � 14 • aa I--r en". faA riK'.•+,_-s,•:--1.4:4-,,,,,,-,:., ,'.r..'}il"A_4 . n.y!.!6,el„i y// !•°,„ 5 tvk 4,4.,...i. - ;tyi,L rj�-r ry+ '1°'' , a °,a.. ': rt}r 'L. ,�.. LNRMO►NQ IL SUM..r.+ce., r ..� � �mommorno I.Vr. Ia.. CM OF ELGIN wry wa'�u •lunaOa♦naA. �u-".ti7.eKi`.�I"��_— Y i'.SSr CBBEL has reviewed the 2008 Plan of Study for the sewer separations prepared by Carroll Engineering & Associates, Inc. The proposed plan for Basin 004 includes thousands of feet of r 2 Elgin Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES pipe; however, the suggested first phase of the project is to construct the most downstream portion of the system including the outlet. This is currently contemplated to include the following sections of separate storm sewer: - 700' of 54"sewer along Souster Avenue from the Fox River(outfall)to Willis Street 500' of 54" sewer along Willis Street from Souster Avenue to Lord Street 1300' of 48"sewer along Lord Street from Willis Street to State Street - 200' of 48" sewer along State Street from Lord Street to Morgan Street - 500' of 54"sewer along State Street from Morgan Street to Orange Street 1400' of 54" sewer along Orange Street from State Street to Elm Street � q,,,. "'+ F"-�' a,+ �ti �� r3•'vQ ti s$•rl'w'bpz" t'+`}r�y'kk�''4-ilits �' °�tr;;;;;jswwwwww " .'iia-air»" i w M° :' n.44;a; "ia c'_`4i- rrLt??v�:14 ,, aNr. w x tier �l ,- 44 a- � 1W'ar � �e e �,,,� .Ryft`+-.^c�.y '}:-r a.y1 iC' e. �3'Y`'� -f. a .ic x Xr" } V e }rt•'t ' e }i+ - '�) 2 7" 5 a.�iL4 N '- ar•` .7". w'wj Pta.",.,7�� r,c.'"ix 'k'�S„.J. r, 'j'• wM',� �•7,4i: ,1','�"R. S r', t'r„.'',..r �i1.a ,17rdp ";''',��ro};`'' ;*.� 7 ,re t;A:W. t.. td taoa d y 1 ,PS' -�as-.. iia �= ` - 3' ra7ny"• .10.: :s • < >'..50144 Y o- t Vt --- . tic-.9 ��-�p w 54.,;* r t S, h 9.s.h r ree 4 q26 S '(„� ..�':��..q. aS. .a.>� .�.ya u:�� 'C,... a'➢"'SW� � �a7�,rktt?'�3�'6� - �-z•*tr �c Y'ae�?iz��. r '.sh �a r,� J4 s .! Y .+.,�.+'_ w.3-t e`nr' a .✓' '�a X ?Lrw.-iy +!.5 ° y'9rc„�sx ri����'v'�..,•,,.�w,ft a a`�y ".ii ,y}„�RG d�.�Y rr'' �-"��'•r ^u'r.�V``.�a_}t`'`�".�w.,�it ,� 7�t"��;c . ,a i a mtiv't••l 1 N _ `, �:n; ��3�.��� , ,- s`�"kkt 4 k.+ . R: ro"E'.. *r '*'Lc'A�' I z w. ''e0: A '1 n^'a !r, o- 1< , r y". }' ' i } -':'!.- 'y5 y,C'r 1 '"?3, 1 3 >'7 T�' ` �+G"''a'"r� ,.�rri ra �R-mit' u��.--r � ., ..stir. y f� .e� .3�F f S�'z y. }t"`"�.��'s a' £ ...+c-Z};;;141�,.7 ki„i.L.17f.t:. i r. •�?'� "';`�..'} Viet R ti ro rh Ada'A ak', ry ..d,trs'16_,41 r,.¢f° 'o,a°'z y"� ..SS.4,. .-4,.-- ,*. �~ q1 •..o �+ei Ar r;: re.�.- .._-:llat 4,= ., •-i'-3°j t":Sa'3'.c w 7J" .V •"•.'s- .1 .t 7.°•'Y T S �i 1• .. ?..ems_ ' .f„t 'S 1.,�Y si "� �� �aT'+,�.iA=•1 j.C,N�.r�i.,.•,},1 t` +9�'"�ka , uxM .y-5 ,r"*�, .w„s.,•ti a � •R }a„,;/t''' } ..,... w" fr} 't tdl+"P " "t` r 1CR'av' a�,4 . 3 ...-.1 m�tf akc^,at. c.ts+ �• .... 01 ... ". e u ,,,:.-10....-...vt 1''' s� �4,-, a 'j'.r i`u -r -z �w 5j r s?' -a ry .,} F,.-L A Y ' ,": °' LSr' F• .1., x.J ° }. K .0 cq,1'.,p.} s r x j J • �3' tolly',"4M + �, •1. �'i.,�.'�'",Peri: ,.. ,. �7..•...,::-'A'S� nJ�c wrs-, ..,Tj•-•4:1,^.. • u.r i ..;rx Ea' „lt i+it i.R � .s - rt t.�h swfi e„4, 1 �7� A.,t+`tu; .t. eY. Y-A `-r. �t ;w'i t� m y, ,, i.�++. ..J�ti."""" `� �5:a w3"�'{�S>a t }� �' � u'4s ,y� ,> �jf te w ::'Y a� 1: r rt"' os < .t'"K t-fit .w.m i'n s• F1'+'ka: •‘ ii r'f"X t3i..,. t5,+i ,. 4,,,f,-7. .' a �*h.i i �e ' �`'�' '4'������' �' {�", _9 �y s^ft3` �' a� s 2��.4Lgtpw Y '�`rw�`'�, .tV �� "`�."'t..a�+. ° "yam t �a��'��.'iry..v� .t. c F •-...7� W.44 "" {H .d '•�+.*^. Vt.E'L.�..ilT r .47.: ti r,+r7'..� k a I, n'�1 a 4 i• , rc .K s '{'I'�, '� .. .a`r+',�'ie at'w 5 +' S .y, .y � t`t" a"! '3�'i.�'° s^'1"'v .-f t t'w. d 1..., n h.�'°,l . r,}..t�" •4. r C 5 '} '}tn�1''i i,+'?1-3n�S .:wv43 S' a.. -� ,t ,.. .Q2r - i ., v r .zi;.:y,�`4.. atd s.'T.e""•.a,i� 'S^a'"- x^.. 4c y•tR�C N• :, . F*. «,P4`M* .^ ^r•----'�'- 4 " •e»;.,'n , 'd`e" "'. , K ^�4P{c i, a .e'-'<.. "rt r's° { .hi aw.i¢F.rv�F^.,", qrc„y 'may•.'`�'�,3tc t i"' `rsy .'t ry F,S,a n�J t,,,�ty�. X..��'�,"'�.,-r- � !Z���n .ar ��G�c rpyr�,,,yr�, a. sW'Le +w z}.':e...: a l~" 3 y. .C.`.4 , " "+.}�'�''i yk t. 1,-t* +. n,? G3�., t "d, #RM.., ` -e - PZig asc :ms`s °*'....44%,..,44.1.: . l -R y a-r4`ti.4 C< eC- '. W' 'ro 2k. 4ii41s`Y ltr. 4,,zw " 't /4 ,} Lr^,IF r p'H�. t i '� t J i - ''�' , o. a+2 r a' E yK .Fp. '"] .'�` J u- a 4 4 �.k ,yt, 1'i i.. .4 L 1 aa'r C4 Yj ti� 7 b �,y,'Z, ` '`�ry + '^M y�°' w.. ...{0y pp 'ig..` r'" $ 1r.:.,,.. , 4�s£7.: 7t-N t, • cw •x:.a.'a. '±�§. ?. �.04-:',:ft t • •Ety`n.w ia, ..y, $-. 3 pl v Y }yam i x.�,t�'� Y 2%..wrir:,t f . { may^e' o`y�(,,4 9. .r. ,,+y, .,� .ar - " y,:mr.: .r4 'M.b',tea-' rt i s"t r •v r _T� ,.< M,�S�r 5-Vita 'ij3r„a��' ",t:f 5 ir}r -a4•i'.5.�', ,>;4, j, 1.`? '.?„90::54..t.N+.�y ,�s'r�. 4=•b •.- 4 Y a '1 a't44.k m �' e s s .'"t:.:ry..r> w a , is ' 11" a. 5„s 'L ° .'{r"R - . r �r � x rty aKr ?' Y tau :. 'yp. a res,, x}a s >t ms' F" ,u't• its -t�L-s^ .3. `� L!' ". f` . •• ,sts/aye +t.4;:t..'.G�!"240� j}✓: M ,{ i.^f4,y1" "K''''..N!�kti. A . .1 ct•t.V.Aecr 'Z,14.+uY i ON S �, 1�4 +Slr'r yl� •:y kf`� N k FS SCS ,.y..' � h k t H�' ��Y' ryt.MSL 'i 9`P N a J d'.!t,9 r y.l t t, Turns i"a3,e t .v- a i'4� F 4 : r�,3� x.7.1 ESt '^t.. ' tl 1t r a• S 14:43".•7s " {i ..4& r e4W- q .l 3ti 7Ys,'v t^.y.'v •- txi iri.-- r ,'s.`° ,.&i -vS'Wt '�ir-11:+['x'�+•�' j.X.4: 4` ^�.y �t + .,,,4t� �. Jak 'S j' .,, 43ir �'«7+n 5 ',A -3" � � T 4 S'ArS "`s'S" ., 'Its' .,.. '�s �'"`^t '� �3� h i..n�-s.4,1)1.-41� ' un. � xS' ,.!��"' � < .:,-.7,1 rVOf• •2 t t� . t N 1,:$4 - �a ` _:1 `7'. 1+1'' d , "�4: - ' M S �'�.,."t,t Iha.., ..cJ.1*,:,ti''$'y tv. `_" ^s• t' i*'' i`t 2 `R�.Sr� "a�J ,4;S,1-04- Yh..,s,s3.,vs : ktr lyr, ;47,, Y d.47, y y,�..tit-,,:...w.,. "r�y `a a•.4,,. �y,s..- r ten' -+;,J'.t. . 4.fir^-''i '..,,,,.--,!....44.4 aw'" ,raid.v t'4'" 0k•s�'c"' •.�' 'f:" 'Fx E.t '+'a' <...n,. 5 ',j- "yh¢.4 "a'" ,� }''t��',`.'C='"a`'• «�-d'ar �h "• ;�,..• . ._.c . r . .�v;;t+t s,.^;.•o ir, .ra.:< i ,wi _'ice: �fi:h"°� rG:.r of _ a• I- i1113 �E.µKNE mm�savr. CITY OF 8041 1...... ^ 'W� ti i._. t+. _ VRtlitr9FA SiONNi strap +. � =-r^. 1 The proposed sewer routing, as originally contemplated above, includes approximately 4600' of sewer. The sewer separation project as proposed will also include the installation of new drainage structures and sanitary sewer repairs. The need to replace existing water main and reconstruct the roadways within the project limit will be evaluated early in the project process. a= 3 Elgin Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES CBBEL has identified the following challenges associated with the contemplated alignment. ���•-�� •' • The outfall into the Fox River will require a ,__..... .,.._...._.:._.,. ..-.•_._.._... ..^�_ .. 'r significant permitting effort. Permits will be 4,,, `4K{ required from 1DNR and the USAGE. 1 1.a z,X. x 3 x•r� - Y, r ^Y�N^t Z.t T'R� X yr.i,..^x + i Y, a .? a,u t t�� . ■ Constructing the 54" outlet beneath the facilities of 1, . •; N,t a , 1 cM both the UP Railroad and the Metra Railroad will „,:q.--.., °..r-'��t� t;rx ,&,4�E ),4 ._�i,nJk..^•4To f T��TA ei ro. require close coordination and permits from both � 's u �r�. : r<, > railroads. 4,-: r .zT`Y'tc ' F +nea r t h•"4.,`a 1- avL�wxCF' 4 �. rt rY i ,•�, b- , .,.7. �~ ,r4,," •. y� The access road between the railroads, utilities 14 4 .41:31,0210-5within the railroad corridor, depth requirements a.�-...4.0,44*,. beneath the tracks, and outfall into the Fox River ? ' j °" 4' ' . e will all affect the elevation at which the 54" pipe J ''�' " ;�" ,� ',` may be jacked through the railroad embankments. . . ,a.t .S r V 4 \. 7 t o..1„, !_v; C- .Y� aV :a54,'''K YFtililrtr�* t T [i k 4 ag 1 rI*1: g y„ a. ■ The longitudinal installation of large diameter pipe along State Street between Lord Street and Orange Street will be very disruptive to this high volume two lane roadway and will require a permit from IDOT. rt' t;! •'C' T£'a s f t ”. _...r 55:4te' _ ,;, ':•s !-, �...' (c-t4• VesTe ....• ,j't < ..'P4•••: }4 .4,-;‘:-....._ w` tr t•aI: wplI.-4,:' w r or ,,e-a,,,.:=,;••Xa-�F' r '',"'x' ,lj hi'.*4,�C,.»� 1CS,p�,"�h ii}�+ ,rtet. .• i it e' y pi 11, t 'Y�.�.••••'�: r' rii)tge 4: 1 •. i..�= ,�, ne I• Y •-s. C .."7:,...'";'4,1:1t'F Sp£ • `......1 Lk''�'f w •'7.-+,4s.—..a...._ r,474:' "7 cy�tn-4,0..5 ftp'fel w sr 4421. +l(^ •$.L- R R State Street at Lord Street State Street at Orange Street g�: 4 Elgin Combined Sewer Separation Project . Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES • The soils present may affect the construction limits _: ;fes - ` t Y °�• associated with trench excavation. Sand or other granular 4•h `", ":a .„ i..2- material will result in a much wider trench excavation and A g*4 -, -,. may affect other utilities and require complete *:IA reconstruction of the roadway. Y.� t .~,-..,,,_---.,--....--• 'C`lull''1 f r rr.;m--4.,„,,,„,t....., re"+•- 4:1. �1:P"-:-.7:7:::: i.[ A'<•If . .=�•�.,, x,1hirci t 1 ?r.{} 7C«+` r r 71, ! i t ,i4Ari <3} +to �` t� �, b. Lr w�a. f f s r'""•' frl-„ - "�� 'b� Yir"i'. • C'� wnr_rN .Sy a' tl-��. 1 .fiy�.3i•FiI V.`hy 7 "H" ;, ;i4S �', r ?' -Fy'�..r ;;;;,,.74......+,,,,,,./z,,,oak "''' �. 3. a a: 7v..`� p �',frT "+._, t....Pk .. ? '$xte,?'u^.1At {Fx �-t. K V'i.�,4"i.: 4 t }nJ� ., , a .,Ra�"r K to �' \ • .4....0.. s h p�'�f+ .s�3�i1 zfA, ,yam 4 •7:1,!... S...,..,"441.-/c- M. 4 1 1. ` �! ;,.•.,.,.;,.. W *•,. Ts ' l ii •..Y�,z'i0 e'�y.�, • • 7;. *. •'4z's _ `;':,'':-••••''• ti •j. c :,*--,7+, 't'}e.i. 4n. .•ph, ,.: • tin•• ‘`7. -••k ,, ,� . L ? ,3 _`�^'�, ,� + �*' -^� •,.;,..-.1:.' �• �;,.�y_ �. ` � , i' • '"•%•,-"z::,f } i .q As a result of the challenges listed above, CBBEL believes that verification of the modeling and results of the Carroll Study are a key component to the successful completion of the project. CBBEL also believes it is in the City's best interest to analyze several alignment options. A few promising potential alternative alignments include: Alternative 1 — The current plan calls for the separate sewer to be extended east from the intersection of Souster Avenue and Willis Street beneath both the UP and Metra Railroads and into the Fox River. Jacking the 54" beneath the railroads while maintaining the required track clearance may require significant modifications to the existing access road between the railroad tracks, will be difficult to permit, and will be costly. An alternative would be to construct the sewer along the railroad east of the park to an outfall location at US Route 20. Although slightly longer,this would eliminate the necessity to jack beneath the railroad tracks. ;11. i' ` hr "l,03. i Z � jr amii� y fY - r� 6314. ' `,V s s sr Tr. •"14 '�,yy)..„1,,g� rotx•.r 4�+ f4:1' - a ' `�Ytl ,,,;.a.c.,ty< '�.a.•'%_. ....4$ r7 1i 57w"'i'�+rx to�,, 'y `GYL•htZ.S1..- [i' SAL•� e'•••t., ,,,,,,,i„..,,, ?+ul c.A-y4'. 11° fu.` 'U'Y Se..1�L "P'• , ti$3 a+ 'h #x'01 ag,,, T � 4, -'.,...M \C. k r;:r4 't. ...iotx....04,m....,,:v....... .,41 ,:114.1t40.. tv. ,.crr.4 yy` -9�'�"„ $*.p1�u"..fy \Y KG ..a..lL .I ,5. ;'_. (Iii nf:+ �`1,t x`11\�i1 yµ„'iC° '„ k'+,';;. .t; z,,, x' .nt G', t r t ......eilt..: ...,-.t.44...-klmitrviligt-4-4. 0 t g n Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES Alternative 2 — Another alternative which may lessen the anticipated conflict with the access road would be to move the outlet to the current CSO location at Lord Street extended. A cursory review of the existing topography shows that this is possible and the location of the existing 48" CSO may provide a'window"for installation. �',�e4:0afr °y trtL.s ly x Kik r }rf^, 1 >x+ ,y r '''tz , 4......4 ::„.„.:,,t, cdr... �' .,�i_a)tt; Y � gg Sr.kK^�..:, t,...y�� z:Ai k b'4 �.,v7�'zivapiip-`l r l % ay tteRz •a kt r Y r y,��10.1, Th ,-,4( y•,, 4.'4',.zsi' i�'€N- f` a'-.t 1; 0,•j r F t h Sa*Zs:4'.4.'�'. l.r r^ •ilii w .a -. t�'e mrd 4 i yt4i I�•� . : �',.w, n"i lo. te,,•,..;r• .a �. ',•.}• t+lq mob, r.� ~~ ..fes,.s �.— +' y v t ° �£tit_. '$r't a Ext i *.d Si v• ie > . , L Sj� 1 F ^• 1 uZit'" ltm "' 3�.L�.a.:9.1�5 il�i'm--,r,-,•-:,;;$'iri- } i4"t^ ,1 z^ £"^i1`} . igr J 4r ,,ti hs`Yf^r0,A'-i�` pr..�.� ,.,',7^.�'•1%,sj� '�A,.: r r r� ` r 4yr"�('90 t t.',.r•"K's'y i. . a A>,' 73x,E r. •. '2. i �'� r �rr5.�' ''.. '.. f.�" i1 r t 41 �" pYlC 2 ; �',\ / St � 1 .2� ka ` '4164.),, �- �� a -cit u ,,' ..1 iF '�j 4 .1 ity. R,r y���'.yy� .s iKtjw,rv... J w�„ �( r i� xXXX�a t t '.,,5r'5r'+`��+`'" "` .r4t`ia`,�' s ,u� s1 ti7ftr rt'� M-1 • 'Sn 4cr(�, t °4.r>n*. vxf�Ca ^-1 ii, W{ . y+. 4 a.... S 'C'r. x4` 'y r' r"P0% :S1 li `,,4. 11 " ' I.ot4".11,-.., r ,rts,,,=,..;; t " `'wt } 1e $-: Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES Alternative 4 — Based on a meeting with FRWRD, there is capacity available in the 24" interceptor that runs parallel to and south of IL Route 20. There is also a 12" sewer that runs down Wilcox and ties into the 24". It may be possible to tie in the area near Wilcox into the existing 12"with a new sanitary sewer system. Additional connections to the 24" could be made to separate areas east of Wilcox. �<a .c^ s.s.,+. '^sit cwt+ `i `i �*. 1+.,4N- -x. .--i .,2=••, ..7.,z,...=--. -: �'.Gfi,+�-��•aa��,R„£z t� 3ka�" fit' 3. "k. S`a+C:t �.ct� �'f'r'1� 'c'.i,�".�"� `�L„tT"tn S 3` y�°"'F ,x r tc4,y}e f. 'Y`,4, `"vr�t 4 r,th9�,e, '4 ' v Sic�Ta' 7 �b an•t: 5s `e g,a,s^.:' az n;v w}e•.'`� Y",2„{r s.,,.d',y t �S `�i. �3.a,.1 x�r,, `�k '?ty rx."'..� J ^t'.rat .? t c t . fi - x �'st 1 N Fa Y , I t'n -.Y TP LY ' zt t • + �S§ ` +.a y 'F752k" ' 1d ;rltir115itv'NV414Ft ,. i {254r �F ' "" i t` t.4„ .1t* :,A71 � _ i �. � �y�', ,�y'-n" y;' �i. • > i 4� .tr�'q..t^q,_�y„e 3PZ'+„�'�N'1C , � `�.�L]� ��yk��: i�l tea+.t 5,)' M*s*.¢wiik.l I {^°i4,4i”, ^ . A ,k4 `�i u• a4 -4Ziikx"5`1'a".:' `'.- + .SA'�"„'+p{� � ,►: ,t44..4.',cE"tiltio�'�°, x t a+.t .:ar� v.�Y: � ry e:��sTi` �ri zf h�k'fi'1'��'�tt' .y 'lY. E $- L 61i t A i16 .*^1,0 --t fIA1:0 v�.t' ...,. it r a err zr,.r3 }`rix, t z .+ .,�` sr M*t"``.- f, '«J 3.w t`fit t, �`x vas,t 'a [ar ;.o Sr'7,}-*414,-rte ,;-M. ,--`> 'it{mo i" .Vft Y, • , '4 w,,.�"�+ ,z,,; p Y' � e,{•{ +'T�Vii.>.-e ipt t 'i •s^`+. rti .gw .-4. 4 a siY'to'�d"tli.:''w "°,'r a'rt�yh�.� t ^*' "``+3i•i faM�AAA I �..V-47,f5 a�t.),t....-..�..r.v-, }b•i.t f 1:i ..all-,, .7-v1,^1-..,v,-.7V46-4'3 fy^ tf' yi.*v +� ? .MZ etdil7.MY wF„ Z +rwt}sya)z.!..�Vs Y.4-�'x''1 . � 2 t. .2+�ca+s�>� '} ''�,r,.�t to .�ttt ,,'� =<ctilny a6� ,�. .^.,' .i[-:1.4i y. z7: £.'t1•;j '`r', i( � moi,.' 7i v 'rt�+kia I'. In ;i $ s Mecp� ''.` i +.+ ',%k 4Fwi.'a.,4 $`t!$q ;e, meg` ., 7,: .,s i y x.Y+ ,a r ��5 s-• R. P h e0 i. t es �Sa a �. $� + "':vy ski. j,,i.4 „. �„V214'rt air,L.:r'$\ w: ..vi..�*,Sy .t''N+ ' �SLxt.a.Fo,,al:.;:tril ,�,�y,4itt• 1 _.:.x.2y w.1 .-,._ t: S ... The alternatives described above and other alternatives should be evaluated early in the project process. CBBEL is committed to developing a solution which meets the City's schedule and budgetary constraints without belaboring the design process. Upon completion of the design, the first phase of the project will be let in spring of 2011 to allow work to proceed over the summer and fall of 2011. Ii 7 Elgin Combined Sewer Separation ProJe.t Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES SCOPE OF SERVICES I. ALTERNATIVE ANALYSIS AND CONCEPT ENGINEERING Task 1 — Data Collection: CBBEL will meet with the City to review the scope and collect, examine, review and evaluate data to be utilized for the development of the proposed improvements. This data will include the following: 1) Existing SWMM Model 2) Utility Atlases 3) IEPA Correspondence 4) Old Plans 5) Subdivision Plats 6) Standards CBBEL will attend a SWAN neighborhood meeting to discuss the project with residents. A flooding questionnaire will be distributed and collected by CBBEL. CBBEL will compile the data received from the questionnaires and use it to calibrate the model created in Task 6. Task 2—Survey of Existing Drainage Structures: CBBEL will perform a survey of all existing mainline storm, sanitary, and combined structures within the Lord Street Basin. The survey will include horizontal locations, rim elevation, and invert and pipe size information. CBBEL will also perform pick-up surveys of low water entry points of affected homes and low areas subject to ponding. The survey will be used to build the XP-SWMM model in Task 6. CBBEL will utilize the current City atlases,which are inaccurate and outdated due to the improvements implemented in recent years,to expedite the start-up of this project. The basin area covers approximately 477 acres of densely populated residential properties. Within the basin area there is approximately 16,300 lineal feet of stormwater lines, 75,400 lineal feet of sanitary line and 300} structures. Utility atlases for the basin area will be developed based on field observations with the use of GPS and conventional surveying methods. These methods will require field crews to collect pipe sizes and inverts by opening each structure. Our field crews will survey the locations of all storm, sanitary structures for the entire area. Task 2.1 — Locating Structures: This task will consist of locating all storm and sanitary manholes, catch basins and inlets using standard GPS and conventional surveying methods. The horizontal locations and rim elevations (as applicable) will be determined based on the City of Elgin horizontal and vertical datums. It is estimated that our two man crew with GPS equipment will be able to locate approximately 100 structures per day depending on weather and the condition of the structures. As the structures are downloaded into the digital orthophotography mapping, CBBEL will print out atlas sheets showing the location of each of the structures. These sheets will be given to the field crews r 8 Elgin Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES to open each combined sewer structure and determine pipe sizes and inverts. The crews will measure down from the known rim elevation to determine the pipe flowline elevations. Pipe sizes will be determined by measurement and the manhole will be rated by condition, it is estimated that our two man crew can complete 75 structures per day. Task 2.2 — Data Base/Drafting: CBBEL will utilize the information collected above to develop a data base and a utility atlas for each stormwater and sanitary utility. Drafts of each sheet will be submitted to Public Works for review and comment. For difficult locations, CBBEL will ask Public Works to clean/inspect structures prior to re-surveying them. Atlases will be developed in both a MicroStation and Arc GIS format. Task 3—Stakeholder Meetings: CBBEL will retain Millennia Consulting to facilitate a series of stakeholder meetings to discuss project issues and potential solutions. A stakeholder committee will be formed and will consist of residents, City staff, and CBBEL. We anticipate that 4 meetings will be required to reach consensus on the preferred solution and desired staging of the sewer separation. Task 4—Sanitary Load and Capacity Analysis: Task 4.1 — Flow Monitoring: Install 4 temporary meters for the purpose of collecting data to be used for evaluating existing base line sanitary flows for the Lord Street Basin.The flow data will be used in the hydraulic capacity evaluation of the existing 12" Wilcox Avenue Sanitary Sewer (WASS) and the 24" SW Interceptor (SWIS) that runs along the south side of Route 20. The meter locations will be coordinated with the City and are anticipated at the downstream and upstream extents of the 12" WASS, on the 24" SWIS, and on the 18° combined sewer basin outlet pipe that crosses under the Fox River. The flow monitoring will be performed by CBBEL's subconsultant, Sewer System Evaluations, inc. (SSE), and the proposed fee is based upon collecting data for 4 meters for a period of 1 month. Task 4.2— Evaluate Sanitary Design Flow Values: Evaluate the data collected in Task 4.1 to determine per unit sanitary base flows typical for the Lord Street Basin. Using this evaluation together with IEPA's unit values for sanitary flow design, establish the per unit sanitary design flows to be used in the evaluation of the alternative improvements under consideration for the basin. Consideration is to be given to the design flow values whether the improvement alternative uses new separated sanitary sewers or new storm sewers for separating the existing combined sewer system. Task 4.3 — Hydraulic Evaluation of the existing 12" Wilcox Ave. Sanitary Sewer: Determine the available hydraulic capacity in the 12" Wilcox Ave. Sanitary Sewer. Using the available hydraulic capacity evaluation, determine the portion of the Lord Street Basin that could be diverted into the existing 12" Wilcox Ave. Sanitary Sewer that is tributary to the 24" SWIS. Evaluate additional areas of the Lord Street Basin that could be diverted to the 24" SWiS by upsizing the Wilcox Avenue sewer within the limitations of using the existing 30' casing pipe that crosses under Route 20. Task 4.4— Hydraulic Evaluation of the existing 24" SW Interceptor Sewer. Determine the available hydraulic capacity in the existing 24" SW Interceptor Sewer. Using the c• g:w • g Elgin Combined Sewer Separation Protect Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES available hydraulic capacity evaluation, determine the portion of the Lord Street Basin that could be diverted into the existing 24° SW Interceptor Sewer. Task 4.5 — Hydraulic Evaluation of the existing 18" River Crossing Combined Sewer: Evaluate hydraulic operating conditions for the 18" Lord Street Basin combined sewer outlet pipe that crosses under the Fox River. The objective of this evaluation is to determine what, if any, effects that high wet weather flows in the collection system that receives the Lord Street Basin flow have upon the Lord Street Basin sewer system. Task 5 —Televising and Smoke Testing of Sewer: We have budgeted to televise all of the main line sewers in the entire basin; however, this scope may be reduced. If so, the savings could be used for additional plan preparation. Our subconsultant, Sewer System Evaluations, Inc. (SSE), will perform smoke testing in designated lines within the combined sewer of the city of Elgin Illinois. Under the direction of SSE, National Power Rodding (NPR) will televise those same lines. SMOKE TESTING SSE proposes to smoke test approximately 88,683 feet of 6-inch through 54-inch combined sewer in Elgin Illinois. SSE will furnish a 2-man crew, testing equipment and smoke bombs. SSE will also distribute doorknob hangers advising the residents of the impending tests at least two days before testing begins. The local fire and police departments will be contacted on a daily basis. Testing will be done only under dry soil conditions. Sewer segments will be sealed off where possible with sandbags on either end, and filled with non-toxic, non-staining smoke. All significant smoke locations will be digitally photographed and documented. Sewer roof vents that do not smoke will also be noted by address. The distance between manholes will be walked off with a measuring wheel. The position of each smoke location will be established by measuring its distance from two fixed objects. Buried or unlocated manholes will be reported but not exposed. Upon completion, completed field logs and photographs will be submitted within a bound data report. TELEVISING National Power Rodding, Inc. (NPR) will televise approximately 88,683 feet of the above 6-inch through 54-inch combined sewers. A survey of the lines revealed that cleaning will not be necessary. The City will provide access to all manholes and sewer lines. A computer log printout of each line segment will be provided as well as color videotape recordings. Task 6—Existing Conditions XP-SWMM Modeling: A concept-level XP-SWMM model of the proposed storm sewer network for the Lord Street Basin was previously prepared and provided to CBBEL for review. This model does not include any of the existing combined sewer system, only the larger pipes of the proposed storm sewer network. if the entire system was being constructed at the same time, an existing conditions model may not be important. However, Ct. s�• 10 Elgin Combined Sewer Separation Protect Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES since the proposed storm sewer system will be constructed in phases over several years, it is critical to have an existing conditions model so that phasing scenarios can be considered. This task will allow us to verify the existing flooding conditions that have been reported, which will improve the accuracy of the proposed modeling, as well as to evaluate the benefits that sewer separation will have on the remaining combined sewer systems. It will verify that the proposed improvements will not worsen any drainage problems on an interim basis. We will create an XP-SWMM model of the existing Lord Street Basin combined sewer system using the City's aerial topography, and the utility survey to be completed in Task 2. We expect to model all combined sewers within the basin that are 10" diameter and greater, and to delineate subbasins on a block-by-block basis.We will run the existing conditions model for the 10- and 100-year critical duration storm events, and any historic storms the City may have flooding information for. The results of the existing conditions evaluation will be summarized in a memorandum or report and presented to the City for their concurrence. Task 7 — XP-SWMM Alternatives Analysis: CBBEL will develop and evaluate several scenarios for sewer separation to determine the most cost-effective option. Once an option is selected, we will begin the final hydraulic design. The proposed conditions XP-SWMM model will be revised based on any alignment, profile, or other changes that will occur during final design. This model will also be used to develop an overall sewer separation plan for the Lord Street Basin, including the areas of the basin that will not be included in this design contract and will be separated in the future. Our XP-SWMM model will be consistent with the previously completed XP-SWMM analysis, when possible, but will have a greater level of detail as a result of the existing conditions model. CBBEL will prepare concept level plan alternatives and construction cost estimates. The plan alternatives, as discussed in the Project Understanding, will include different routing and outlet options for the proposed storm sewer. The alternates would also consider phasing the construction to fit within the City's allocated budgets. A technical memorandum will accompany the plans and estimates that will outline the advantages and disadvantages and permitting issues associated with each option. Task 8 — City Coordination: CBBEL will present the options determined in Task 7 to City Staff. Upon consensus of a preferred alternate, CBBEL will go forward with the design and permitting. CBBEL will continue to coordinate the design and permitting throughout the project. in addition to phone conversations, written and electronic coordination, it is anticipated that six coordination meetings will be held with City Staff. II. PRELIMINARY ENGINEERING AND PERMITTING PHASE Based on the City's engineering budget for this project and the estimated fee for the Alternate Alternative Analysis Phase, CBBEL estimated that we can permit and prepare pre-final plans, specifications and estimates for approximately 15,000 feet of sewer separation. Cr- 1 1 Eigln Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES Task 9—Topographic Survey/Boundary Survey: CBBEL will complete a topographic survey of the project limits (approximately 15,000 ft.). The survey will be used as a base map for design purposes. included are the following survey tasks: 1. Horizontal Control: Utilizing state plane coordinates (NAD '83, Illinois East Zone, 1997 Adjustment); CBBEL will establish recoverable primary control. 2. Vertical Control: Establish site benchmarks for construction purposes, tied to the NAVD 88 Vertical Datum. A level circuit will be run throughout the project, establishing benchmarks and assigning a vertical datum on the horizontal control points. 3. Research at the Kane County Recorder's Office. 4. Field reconnaissance and survey to locate existing monumentation and boundary evidence. 5. Analyze Record and Field Data necessary to compute Right-of-Way and Boundary lines throughout project limits. 6. Spot elevations and cross sections at 50' (ft) stations for approximately 15,000' (LF) of roadway 7. All trees of 6 inch caliper or greater to be surveyed. Provide tree size, location and elevation on survey. 8. All above ground utilities including, but not limited to:water, sanitary sewer, storm sewer, telephone, electric, cable and gas, etc. identify size, type, rim, and invert elevations. 9, Existing hardscape improvements located in the project limits including paving, curbs, light fixtures, walks, street signs, parking, fencing and gates, approximate R-O-W, and buildings (if any). 10.Office calculations and plotting of field and record data. 11. Office contouring of field data and one foot contour intervals. 12. Drafting of an Existing Conditions Plan at a scale of 1"=20'. Task 10 — Geotechnical investigation: Our subconsultant, Testing Service Corporation (TSC), will complete a geotechnical investigation of the project limits. TSC will drill up to 50 borings at approximately every 300' along the proposed sewer alignment (approximately 15,000'). TSC will prepare a report describing existing soil conditions and make recommendations for remediation. Task 11 — Preliminary Plans, Specifications & Estimates: Upon selection of a preferred alternative, CBBEL will prepare preliminary plans, specifications and a cost estimate. CBBEL will prepare pre-final plans and permit approximately 15,000 feet of sewer separation. Plans will generally follow!DOT, IEPA, and City standard and specifications. c,_ [s. 12 Elgin Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES a.Y-g'r � 1w u t tt ,y � Title Sheet 1 6 6 General Notes 1 12 12 Summary of Quantities 2 16 32 Alignment,Ties & Benchmarks 6 6 36 Existing Conditions& Removal Plan 12 8 96 Roadway Plan&Profile 24 12 288 Utility Plan & Profile 24 24 576 Maintenance of Traffic Plan 9 8 72 Erosion&Sediment Control Plans 7 6 42 Typical Section &Construction Details 5 10 50 Structural Details 9 32 288 Cross Sections 50 8 400 Specifications - - 60 Cost Estimate/Quantities - - 120 TOTAL 150 2,078* Note:This sheet count and total hours are representative of Tasks 11, 12,20 and 21. Task 12 — Permitting Plans: Upon City review of the preliminary plans, specifications and estimates, CBBEL will make revisions and prepare plans to be submitted with the required permit applications. Task 13 — City of Elgin Stormwater Management Permit: The City of Elgin is a certified community with respect to the Kane County Stormwater Ordinance. Our subconsultant, Wills Burke Kelsey Associates, Ltd. (WBK) will prepare the necessary documentation to submit a Stormwater Management Permit Application to the City of Elgin based on the engineering drawings. WBK will meet with the City of Elgin to discuss the application package and provide one set of revisions based on their requests. Task 14 — Wetland Permitting: The following services are proposed to comply with Section 404 of the Clean Water Act and the Kane County Stormwater Ordinance. Task 14.1 — Field Reconnaissance: An investigation of the project site will be completed to delineate the limits of wetlands and waters of the United States. The delineation will be completed based on the methodology established by the U.S. Army Corps of Engineers. Also during the site visit, wildlife and plant community qualities will also be assessed. The limits of any identified areas will be field staked so that they can be located by CBBEL in relation to the project coordinate system. Task 14.2 — Boundary Confirmation: WBK will be responsible for coordinating and attending a wetland boundary confirmation site visit with the appropriate County/Federal Wetland Specialist. a- s- 13 Elgin Combined Sewer Separation Project Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES Task 14.3 — Threatened and Endangered Species Consultation: WBK will submit a consultation request to the United States Fish and Wildlife Service (USFWS) in compliance with Section 7 of the Endangered Species Act. We will prepare the initial response to any requests made by USFWS for additional searches for T & E species. We will submit an Illinois Department of Natural Resources (IDNR) Agency Action Report Consultation for state threatened and endangered species. WBK will prepare the initial response to any requests made by IDNR for additional searches for T&E species. These consultations will be required prior to obtaining permits or authorizations to develop the site. Task 14.4 — Illinois Historic Preservation Agency Consultation: WBK will submit a consultation request with the Illinois Historic Preservation Agency (IHPA) in compliance with the Illinois State Agency Historic Resources Preservation Act. They will prepare the initial response to any requests made by IHPA for additional searches for historical or cultural resources. Task 14.5—Letter Report: The results of the field reconnaissance will be summarized in a letter report. The wetlands' generalized quality ratings, according to the Swink and Wilhelm Methodology (1994), must be included along with exhibits depicting the approximate wetland and project boundaries, National Wetland Inventory, Soil Survey, floodplain, Hydrologic Atlas, appropriate county wetland mapping, USGS topography, site photographs and their locations, and the U.S. Army Corps of Engineers (COE) Routine On-Site Data Forms. The wetland delineation will be depicted on an aerial photograph along with all data point locations clearly identified. The letter will also include a discussion of relevant county, state and federal regulations. Task 14.6 — Kane County Ordinance Wetland Submittal Preparation: A Wetland Submittal in accordance with the Kane County Ordinance will be prepared containing the required exhibits, specifications, data and project information will be compiled and assembled for placement in permit application package to the appropriate Stormwater Administrator. The stormwater and floodplain portion of the submittal will be prepared under a separate task. Task 14.7 — USACE Section 404 Permit Application: WBK will prepare the necessary documentation to submit to the USAGE an application for a Section 404 Permit based on the engineering drawings. WBK will meet with the USAGE to discuss the application package and will provide one set of revisions. Task 14.8 — IEPA Section 401 Permit Application:. WBK will prepare the necessary documentation to submit to the Illinois Environmental Protection Agency an application for a Section 401 Water Quality Permit based on the engineering drawings. WBK will meet with the IEPA to discuss the application package if requested. WBK will make one set of revisions to the application as requested by IEPA. The budget provided for this task does not include any application fees,which may be required of the landowner. 14 Elgin Combined Sewer Separation Projecf Attachment A PROJECT UNDERSTANDING & SCOPE OF SERVICES Task 14.9—IEPA Antidegradation Analysis: WBK will complete the background research and data collection to prepare the necessary documentation required for an Antidegradation Analysis of the Fox River due to the placement of a new outfall. WBK will meet with the necessary agencies, which will provide data, background, and review of the project and will provide one set of revisions to the report based on requests from the reviewers. Task 14.10 — SWPPP Preparation and Submittal, if necessary: CBBEL will prepare a SWPPP for the project in accordance with Part IV of the General NPDES Permit No. ILR10. CBBEL will also submit the SWPPP and Soil Erosion and Sediment Control Plans (to be prepared under a separate task) to the Natural Resource Conservation District for review and approval. Please note that completion of this task will require signed certification statements from the community, contractors, subcontractors, and the operator as identified in the SWPPP. This task also covers the preparation and submittal of an electronic copy of the SWPPP to the IEPA. As required by the NPDES ILR10 Permit, an up-to-date copy of the SWPPP must be maintained on the project site during construction activities and kept for a three-year period following final stabilization of the site. Task 14.11 — Agency Coordination and Permit Application Resubmittals: During the permit review process we expect to have follow-up meetings with the regulatory agencies, project engineer, and client, may be required, as well as resubmittal of application materials to address comments. We have budgeted for up to 5 meetings, if more meetings are necessary they will be billed on a time and materials basis. Task 15— IEPA Watermain/Sanitary Permits: CBBEL will prepare and submit an IEPA permit for all watermain and sanitary sewer improvements associated with the project. Task 16— IDOT Permitting: Because IL Route 31 is a state route, a highway permit from IDOT will be required. CBBEL will submit the plans to IDOT Bureau of Local Roads and Streets for review and approval. Task 17 — Railroad Permitting: Depending on the preferred sewer alignment, a permit from the UP and Metra Railroads may be required. The permit would be for work within their right-of- way and potentially for a new sewer under the railroad. CBBEL will prepare the necessary application forms and coordinate with the railroad until the permit is received. Task 18 — Utility Coordination: CBBEL will obtain all available information and atlases from the utility companies within the project area. CBBEL will draft existing utilities on the plans and send them back to the utility companies for verification of their locations. CBBEL will identify potential conflicts and coordinate any relocations if necessary. Task 19— Public Information Meeting: Although not specifically requested in the RFP, it may be beneficial to hold a public information meeting for the residents affected by the proposed construction. CBBEL will prepare exhibits and answer resident's questions about the project. CBBEL will record and respond to written comments submitted by the public at the meeting. C'- a:- 1 5 Elgin Combined Sewer Separation Project Attachment A. PROJECT UNDERSTANDING & SCOPE OF SERVICES If the City chooses not to have a public information meeting, this task and the associated fee will be removed from the contract. III. FINAL ENGINEERING PHASE Task 20— Final Plans, Specs and Estimates: Based on the City and permit agencies review comments on the preliminary plans, CBBEL will revise the plans, specifications and estimate for the first phase of construction (approximately 5,000 feet of sewer). The final plans will be resubmitted to the City and permitting agencies for final comments and approval. Task 21 — Bid Documents: CBBEL will finalize the plans, specifications, and estimate for the first construction phase based on final review comments. CBBEL will provide the City with 20 full size hard copies, 10 half-size hard copies, and an electronic PDF format of the plans and specifications. All bid documents will also be provided in Word, Excel, and AutoCAD format. Task 22 — Bidding Assistance: CBBEL will attend the bid opening, tabulate the bids and make recommendations to the City, prepare contracts for the successful bidder, and attend the preconstruction meeting. N;IPROPOSALS1ADMIN12C051P09045e Eig,n Lord Stool Combmed Sewer Separa4mt AOREENIENT NOV 2wtnAdaUvnont A.Understand,na E Scape.173009.doo r 16 Elgin Combined Sewer Separation Project g _i2 5^� 4O-ape.4.15_2.,,,-41y 1, ��"�qie ircxtI o�m i �7; . 1 4ais-' I H ,, ,-$g-a. 81 �'I S s en f i j• a e, 7, $'M1...T,.,.4..-1,-*.E2g..... ] V. ' 441 a 2 Frtyey� ::::::: :: O^0�4'>] m. ::c :1i m kr1 tfSgoiF wa , ,'+ ao *'' Leak n - -. e y� Kip i'g7.4 t n 2 mt4 P 41 n � �, g $r' 3 2 1 1 - i la 411 P 1 , w f L 41 sxsi,!q,204 [ a~ a >N,�,....n1No Pwa,� F 2Wi'ga HPPA1NN+i.Nwu,wn,Na.I ;:tt41NP m vi P k. ,gti' 9m{ v a /O Eel E I L4 0 'wg 4 $ i 828 }V .O Y }y�� 2 bo cVA .0,4 bo c�oa e ' $ m{p•,�t{.a ��+'o� o$�i"8a ya aiss:—.....8,„ ,. 1N3 W HJV11V ATTACHMENT B 2009 SEWER SEPARATION PROJECT _ ID .... Task Name Dorelion Start Finish 2010 2011 op'alct'0Iov.0iec'0 an'tTab'1ter'lIPr'1(avIlun'Ou1rt Ian 9IPP'1Ict'1lov'1Iec'1 en'lIshii ar'1Ipc'1Iay'1Wel 1 1 Eil Data Collection 2 wks Mon 121109 Fd 12/18/09 oR 85 I 2 Survey of Existing Drainage Structures 2 wits Mon 1221/09 Fri 1l1/10 108 ..._ 3 Stakeholder Meetings 10 wks' Mon 12/21(09 Fri 4/9/10 !fi:.saT.}::�>~--: Od--�- 4___._._._._ I 4 Sanitary Load and Capacity Analysis 7wka Mon 12/21/08 RI 2/6110 -�—_-- 55,3:/>,z<- 114 "'•"'"'�"-"_..---r..-- _.—...._....._.-- 5 Tetevtstng said Smoke Testing or Sewers 14 wks Mon 12/21/08 Fri 3/28/t0 x43.: reird;N,,�;;;, 94 j 9 Exist/rig CondlUana XP-SWMM Modeling 8 wks Mon 1(4110 Fd 7120110T: f 294 1___— 7 XP•SVAI1II Alternatives Analysis 10 wks Mon 311(10 Fd 5/7/10 1 n5,,^-..twri.t,w 322 I I 8 City Coordination 74wks Mon 12/21/09 Fd 5/20/11 r;tr - ..-_. ^�:?�a:73:�:-.,y:,.J7�'7!_.n:.n ..k ,.,.•? .i4' w;ts:-'y. KF`-Y w x:'.;ix?u.-'T� 59 9 'Topographic Survey/Boundary Survey 8 wks Mon 5710/10 Fd 711/10 rr Zm;.e^Mr.+ SOB ir 1 10 OBMecnlcet Investigation 14 wks Mon 5710110 Fri 8113110 �'��-- ---- 49 "-_--_--'--i----------'----- 11 Pre-Final Plane,Spec/tic/glans8.Eakmotea 18 wks Men 7/5110 Fd 10722/10 —_ — -- ??^ +t<T:g_.:^r�7 1418-'- --�_�' 12 Permitting Plans 2 wks Man 10/23710 Fd 1175110— 1 S ---__I -- ' In Stotmwaler Management --��_ 1 V_-^ --- _.r 13 City of Elgin Permit 18 wks Mon 1118/10 Fd 225711 �— a 21 , 14 Wetland Permnlln9 18'eke Mon 11/8/10 Fd 2/25/11 15 EPA Watannain/Sanitary Pomat 18 wks Mon 11/8(10 Fd 2/25/11 — ------ - tlt�+A:'-7.4.tai J13 86 Id IDOT Permitting 16 wks Mon 11/8/10 Fd2/25/Il _ I --------Ir�:naa::,es;M.45_a _n:"731:; 70 1 17 Railroad Permitting 18 wks Mon 1178(10 Fd 2/25711 ,p,y�-:Aa;x.... :rG"!�:,.50 18 "Utility Coordination 18 wks Man 10/25710 Fd 2125711 '--_ ------ .__..-__ tnFj.,._,;;Y.`.:Y-. 60 _.______._.______-- 19 Public inronna9an Meeting 0 days Fd 1175710 Fd 11/5/10 -_- I - - ��4 11/5 20 'Final Piens,Specs.and EsUmetea 0 wks Mon 2128171 Fd 478171 i _- -- ^-- t _~i 3 T'--- 21 Bid Documents 2 wks Mon 4/11/11 Fd 4121111 ---�__^ 102 I- 22 _22 BiddingAsdtenoe 4wks Mon4/25/11�Fri 520111 I !-.j 18 1 Task Milestone O External Tasks Protect 12/11/0il Split SummaryExternal Milestone d' Data:Fri 17/11709 Progress worworsoorsawweawo Project Summary - Deadline // Page 1 1N•aw\.vyd yd 7 SEWER SYSTEM EVALUATIONS, INC. 2500 West Arthington Street Chicago,IL 60612-4108 Phone: (312)666-2295 Fax (312)666-5810 Toil free: (800)621-4342 alb@sseservice.corn November 23, 2009 Proposal to: Christopher B. Burke Eng., Ltd. 9575 West Higgins Road Suite 600 Rosemont, IL 60018 Attention: Mark Emory Project Manager Re: Elgin Flow Monitoring Sewer System Evaluations, Inc.(SSE)proposes to perform flow monitoring at four manhole locations within the combined sewer of the City of Elgin Illinois for a period of thirty days. Following OSHA Confined Space Requirements, SSE's field crew will inspect each potential metering site. Hydraulic characteristics will be noted, avoiding sites with too much turbulence or debris buildup in the lines. A Marsh-McBimey Flo-Tote 3 meter will be installed at each location. The Flo-Tote meter accurately measures flow depth and velocity even under surcharge and reverse-flow conditions. Each meter will be programmed to record a level and velocity reading every 15 minutes. All pertinent information will be entered onto a meter maintenance sheet. Each meter will be serviced weekly to check for proper operation. Rain data will be collected by a tipping-bucket digital logger installed at a secure location. Each meter will be set up using a laptop computer or PDA device, entering the location, meter identification, pipe size and any sensor offsets. The actual measured flow depth will be compared to the level sensed by the meter and any level adjustments are noted. A Marsh-McBimey Model 2000 FloMate portable velocity meter will be used to determine the velocity profile of the flow at various flow levels. As an additional check for accuracy, the tabular and graphical raw data are reviewed before leaving the site. Any significant problems with the data were corrected before leaving the site. Data will be reviewed and analyzed especially during periods of rainfall. Flow components of base flow, infiltration and inflow will be calculated within the report Invoices will be submitted monthly based on work completed. If adequate rainfall does not occur during the initial 30-day metering period, additional metering on a weekly basis may be authorized at the weekly charge listed below. Terms and conditions are attached. The charge for our services include the analysis report and are as follows: Flow monitoring for thirty (30)days Four(4) locations @ $1,600.00 per location ... $ 6,400.00 One rain gauge @ $ 500.00 per location $ 500.00 Additional weekly monitoring Four(4) locations @ $ 300.00 per location $ 1,200.00 One rain gauge @ $ 100.00 per location .$ 100.00 If acceptable, please sign and return this proposal or submit a contract for our signature. Page 2 of 2 GENERAL TERMS AND CONDITIONS General Conditions: These general conditions are incorporated by reference into the proposal and are part of the Agreement under which services are to be performed by the Contractor for the Customer. Contractor will follow Customer's instructions both verbal and written at all times. Customer Provided Labor: Where the Customer provides labor for the Contractor,the Customer will indemnify the Contractor for liability, loss or expense for work related injuries to those laborers not provided by the Contractor. The Customer agrees to waive all rights of subrogation against the Contractor arising out of the work in this Agreement. The Customer agrees to comply with all local, state and federal regulations,including regulations governing issues pertaining to the environment, employee safety and health,public safety, and vehicular safety, such as those regulations enforced by the United States Occupational Safety and Health Administration, Environmental Protection Agency, Mine Safety and Health Administration and Department of Transportation. This includes all training of customer's employees and provision of suitable and safe equipment,as required by the applicable governmental regulations. Customers Responsibilities: Customer will provide mechanical services. Operation and control of Customer's equipment is the Customer's responsibility. If Contractor cannot continue its work due to circumstance caused or allowed by Customer and of which Contractor was not apprised prior to starting the work,an hourly fee will be charged. Damage Limitations: Under no circumstances will the Contractor be responsible for indirect, incidental or consequential damages. The Contractor also is not responsible for the rendering of or failure to render architet nal, engineering or surveying professional services. Pre-existing Conditions: The Contractor will not be responsible for liability, loss or expense (including damage caused by the backup of basement sewers) where the primary cause of the claim or damage is pre-existing conditions including faulty, inadequate or defective design, construction, maintenance or repair of property or contamination of the subsurface where the condition existed prior to the start of the Contractor's work Customer is responsible for Ioss of service equipment caused by the pre-existing conditions at the job site. Environmental Conditions: The debris is represented to Contractor to be non-hazardous,requiring no manifesting or special permitting. The Customer will be responsible for any additional costs or claims associated with the treatment,storage, disposal of the removed debris, or breach of the above representation, at any time during or after the completion of this project. Indemnification: The Customer and the Contractor will each indemnify the other in proportion to relative fault for liability,loss and expense incurred by the other party resulting from a negligent act or omission in performance of work under this Agreement The Customer also will indemnify Contractor for liability, loss and expense resulting from Contractor's services if the Contractor is acting at the direction or instruction of the Customer,or where the primary cause of any damages is due to information provided by the Customer. Credit Policy: Regular Terms are Net 30 Days. The company may charge interest at the rate of 1-1/2%per month on all invoices outstanding 60 days past invoice date. Entire Agreement This proposal together with any written documents which may be incorporated by specific reference herein constitutes the entire agreement between the parties and supersedes all previous communications between them,either oral or written. The waiver by Contractor of any term,condition or provision herein stated shall not be construed to be a waiver of any other term,condition or provision hereof. Respectfully Submitted, SEWER SYSTEMS EVALUATIONS, INC. (91/4.._.; A<F44---1 Allan J. Berkner, P.E. Accepted this day of , 2009 Contracting Organization By: Name and Title SEWER SYSTEM EVALUATIONS, INC. 2500 West Arthington Street Chicago, lL 60612-4108 Phone:(312)666-2295 Fax (312)666-5810 Toll free:(800)621-4342 ajb@sseservice.corn December 2, 2009 Proposal to: Christopher B. Burke Eng., Ltd. 9575 West Higgins Road Suite 600 Rosemont, IL 60018 Attention: Mark E.Wrzeszcz Project Manager Re: Elgin, IL Smoke Testing and Television Sewer System Evaluations, Inc.(SSE) proposes to perform smoke testing in designated lines within the combined sewer of the City of Elgin Illinois. Under the direction of SSE, National Power Rodding (NPR)will televise those same lines. SMOKE TESTING Sewer System Evaluations, Inc. (SSE) proposes to smoke test 89,183 feet of 12-inch through 54-inch combined sewer in Elgin Illinois. SSE will furnish a 2-man crew,testing equipment and smoke bombs or luiquid smoke. SSE will also distribute doorknob hangers advising the residents of the impending tests at least two days before testing begins. The local fire and police departments will be contacted on a daily basis.Testing will be done only under dry soil conditions. Sewer segments will be sealed off where possible with sandbags on either end, and filled with non-toxic, non-staining smoke. All significant smoke locations will be digitally photographed and documented. Sewer roof vents that do not smoke will also be noted by address. The distance between manholes will be walked off with a measuring wheel. The position of each smoke location will be established by measuring Its distance from two fixed objects. Buried or unlocated manholes will be reported but not exposed. Upon completion, completed field logs and photographs will be submitted within a bound data report. The charge for our services as outlined above will be a unit price of$0.27 per foot or $24,079.41 for 89,183 feet of testing. TELEVISING Our affiliate, National Power Rodding, Inc. (NPRC),will televise the same 89,183 feet of 12-inch through 54-inch combined sewer.A survey of the lines revealed that major cleaning should not be necessary in order to adequately view the pipe conditions. If heavy cleaning requiring more than two passes of the jetter nozzle or root cutting is necessary, a heavy cleaning charge will be negotiated. The City will provide access to all manholes and sewer lines. NPR will provide all traffic control. A computer log printout of each line segment will be provided as well as digital color recordings provided on a computer hard drive. No other reports will be provided. The charge for televising, including logs and video tapes, as described above is as follows: 89,183 feet of 12 through 54-inch line @ $ 1.49 per foot $ 132,882.67 if this proposal is satisfactory, please sign on the next page and return one copy or return your own contract for signature. Page 2 of 2 GENERAL TERMS AND CONDITIONS General Conditions: These general conditions are incorporated by reference into the proposal and are part of the Agreement under which services are to be performed by the Contractor for the Customer. Contractor will follow Customer's instructions both verbal and written at all times. Customer Provided Labor Where the Customer provides labor for the Contractor, the Customer will indemnify the Contractor for liability,loss or expense for work related injuries to those laborers not provided by the Contractor. The Customer agrees to waive all rights of subrogation against the Contractor arising out of the work in this Agreement The Customer agrees to comply with all local, state and federal regulations, including regulations governing issues pertaining to the environment,employee safety and health,public safety,and vehicular safety,such as those regulations enforced by the United States Occupational Safety and Health Administration, Environmental Protection Agency, Mine Safety and Health Administration and Department of Transportation. This includes all training of customer's employees and provision of suitable and safe equipment, as required by the applicable governmental regulations. Customers Responsibilities: Customer will provide mechanical services. Operation and control of Customer's equipment is the Customer's responsibility. If Contractor cannot continue its work due to circumstance caused or allowed by Customer and of which Contractor was not apprised prior to starting the work, an hourly fee will be charged. Damage Limitations: Under no circumstances will the Contractor be responsible for indirect, incidental or consequential damages. The Contractor also is not responsible for the rendering of or failure to render architectural, engineering or surveying professional services. Pre-existing Conditions: The Contractor will not be responsible for liability, loss or expense (including damage caused by the backup of basement sewers)where the primary cause of the claim or damage is pre-existing conditions including faulty, inadequate or defective design, construction, maintenance or repair of property or contamination of the subsurface where the condition existed prior to the start of the Contractor's work. Customer is responsible for loss of service equipment caused by the pre-existing conditions at the job site. Environmental Conditions: The debris is represented to Contractor to be non-hazardous, requiring no manifesting or special permitting. The Customer will be responsible for any additional costs or claims associated with the treatment, storage, disposal of the removed debris, or breach of the above representation, at any time during or after the completion of this project. Indemnification: The Customer and the Contractor will each indemnify the other in proportion to relative fault for liability, loss and expense incurred by the other party resulting from a negligent act or omission in performance of work under this Agreement. The Customer also will indemnify Contractor for liability, loss and expense resulting from Contractor's services if the Contractor is acting at the direction or instruction of the Customer, or where the primary cause of any damages is due to information provided by the Customer. Credit Policy: Regular Terms are Net 30 Days. The company may charge interest at the rate of I-112%per month on all invoices outstanding 60 days past invoice date. Entire Agreement: This proposal together with any written documents which may be incorporated by specific reference herein constitutes the entire agreement between the parties and supersedes all previous communications between them,either oral or written. The waiver by Contractor of any term,condition or provision herein stated shall not be construed to be a waiver of any other term,condition or provision hereof. Respectfully Submitted, SEWER SYSTEMS EVALUATIONS, INC. Allan J. Berkner, P.E. Accepted this day of ,2009 Contracting Organization By: Name and Title MILLENNIA CONSULTINGo November 18,2009 Christopher B. Burke Engineering,Ltd. 9575 W.Higgins Rd. Suite 600 Rosemont,IL 60018 Attention:Jason G.Souden,PE Dear Mr.Souden: In response to CBBEL's REP, I am pleased to present Millennia Consulting, LIC's proposal for services, entitled,Reducing and Eliminating Sewer System Challenges in the City of Elgin's Lord Street Basin:A Proposal to Facilitate Stakeholder Consensus. Company information is included in the proposal document. Given the short time frame between learning of this opportunity and responding to your deadline, I was unable to contact references in advance.However, if you decide to further consider our proposal,I shall be happy to provide them for you. I am a highly experienced group facilitator with a wide range of experience with community groups and stakeholders of all kinds. I also spent six years at the UIC Great Cities Institute, working with urban and regional planning faculty on a housing development certificate program as well as planning commissioner training. For this reason, I am interested in your project I am confident that Millennia Consulting can successfully facilitate the project's stakeholders towards consensus. Sincerely, Kate C. Pravera,Ph.D. Managing Consultant Millennia Consulting,LLC Mailing Address: 28 E.Jackson,Suite 1020—1023 Chicago,IL 60604 Contact Information; Mobile:708.309.3128 Pravera@consultmillennia.com 28 E.Jackson Boulevard Suite 1022 Chicago,IL 60604-2263 Tel:312922.9920 www.consultmillennia.com .. '.? c-+r rT..aei�wSx.° 4�>• "+`��nwLW."...?•sLifW. cis.y,•'�i.,liwa£r: iiDV3y�1�`ayz1�t -r�c h" �'• riTi1R2,...stlre" r • r .... xl T V.'6"4-••‘• rr ..� Reducing and Eliminating Sewer System Challenges in the City of Elgin's Lord Street Basin: A Proposal to Facilitate Stakeholder Consensus November 18, Zoog Millennia Consulting, LIC 2.8 E.Jackson Suite io2D-1023 Chicago, IL 60604 312-922-9920 MILLENNIA CONSTJLTING6 :72*' Lc " rr r T" `c' o� r• �. t - {a- t1, c u - t,/ • 2 y,.' •-!7••..-' V ` i t } i JN• ( f, 2 1.• =p E r^. '`.4."`17)-t .t k �Y rT F, ,1"-‘77-:r 1 �( y Y 5 \. ia,. L t (. i r .t ,x Company Information Millennia Consulting LLC,founded in i996,is an international enterprise guided by a partnership of slx consultants deeply committed to building communities and ensuring positive organizational change.Our multi-skilled and diversely-credentialed team of senior level consultants helps public and non-profit organizations achieve excellence through a wide array of services including facilitation of strategic planning, program development, policy analysis, evaluation, and leadership training and development Each of our consultants has had a distinguished career in the public or nonprofit sector before joining the firm, bringing to each engagement content area expertise and critical analytic skills. Millennia's approach to consulting is predicated on the belief that every client is unique and every challenge is different As such, our methods are collaborative and participatory, engaging stakeholders at all levels.Each of our consultants is a trained facilitator,skilled in group process techniques. Millennia Consulting,in an effort to live out its value of promoting a green lifestyle,has left our long established office space in the south loop to become a virtual company. Contact information for purposes of this proposal is as follows: Kate Pravera,PhD. Mobile:7o8-3o9-31 lennla.com For additional information on our company please visit our website at www.ConsultiViillennia.com. Our Understanding of the Project Purpose The City of Elgin intends to reduce or eliminate the undesirable effects of the combined sewer system(sanitary and storm)in the central part of the City known as the Lord Street Basin.Problems associated with the current combined system occur during heavy rains.These include: overflows into the Fox River, localized flooding events and residential sewer backups,and the amount of "clean"stormwater sent to the sanitary treatment plant Toward this end,the City of Elgin has hired Christopher B.Burke Engineering,Ltd.(CBBEL)to design a solution. Project Goal To engage approximately 11-16 representatives of key stakeholder groups in a professionally facilitated process that will result in stakeholder consensus on a preferred design solution. Consultant Role Millennia will fulfill the role of the facilitator as described in the CBBEL RFP:The Facilitator will set up clear,concise meeting agendas,manage the group discussion and promote participation while keeping the group focused on the specific goals of the meeting.The Facilitator will summarize the main points,decisions and accomplishments of each meeting and build upon those accomplishments to eventually reach group consensus.The Fadiitator may be responsible for setting up and maintaining a projectwebsite.. zfi Team The consulting team for the project will be led by Kate Pravera, Ph.D. Kate will be the primary contact and lead facilitator for all stakeholder group meetings.A second consultant may be called upon to assist her if needed. Kate is fluent in Spanish and will engage with stakeholders in Spanish as needed. Kate Pravera,PhD Kate Pravera, managing consultant, is an accomplished nonprofit executive and educator with more than 25 years experience working with community-based organizations,national advocacy groups,citywide coalitions and federal agencies. As founding CEO of the Chicago Community Loan Fund, Kate led a collaborative process involving financial institutions,religious congregations,individual investors and foundations to establish a loan pool for financing high-risk pre-development loans for community development initiatives.Kate's approach is highly participatory and results-oriented,shaping the successful design and facilitation of many professional development workshops, conferences, graduate-level courses and online classes in a broad range of fields. Most notably,she created the Online Certificate in Nonprofit Management Program while serving as senior fellow and director of professional education at the University of Illinois at Chicago's Great Cities institute. She is adroit at conceptualizing, designing, implementing and evaluating projects and programmatic initiatives, customizing and facilitating participatory processes to meet the needs of clients and stakeholders in matters of strategic planning, business planning, organizational development, board development and governance design, and program design. Her current practice serves human service and community development organizations,local and national advocacy groups and others. Kate also served as executive director of the Child and Adolescent Bipolar Foundation (CABF), a national advocacy and educational organization for parents and families of children and adolescents diagnosed with bipolar disorder. In this role she produced a multi- media CD entitled, "ABCs of Educational Advocacy: A Resource for Parents". As past president of the Sonia Shankman Orthogenic School Parents Association, she continues to advocate for children and adolescents with mental illness. Kate presently holds an adjunct faculty appointment at Spertus College, Chicago, in the master of nonprofit management program. She is an accomplished public speaker, with presentations to a variety of audiences to her credit.Kate is a member of the Association of Consultants to Nonprofits, and has co-chaired or served on the boards or advisory committees of Chicago Grantmakers for Effective Organizations,the Community Economic Development Law Project, the National Association of Community Development Loan 31 Funds, the Citywide Development Corporation of the Chicago Association of Neighborhood Development Organizations, Amoco Foundation Leadership Awards and other professional organizations,as well as being the recipient of several fellowships and awards. Kate holds a doctor of philosophy degree in social ethics from Northwestern University. Web Site Development Kate Pravera is affiliated with WebTrax Consulting, a communications and marketing firm providing affordable,high quality design and development.WebTrax is prepared to develop a basic web site for the project in a timely manner. Please see their web site for more information. th tp/fwww.webtraxstudio.comj Fee The total cost for these services is$13,831. A detailed cost breakdown by task is provided in the table below.Consultant costs are calculated at a rate of$1,400 per consultant day, based on 8 billable hours @$175/hour. CvnsultantDays. Costs Preliminary Meeting with CC8E1.(and City as Needed) 0.5 750 Stakeholder Partnership Agreement:Draft(based on group input),Prepare Final Version,Circulate and Secure Signatures 1.5 2100 Preparation,Facilitation and Written Summary for. Stakeholder Group Meeting#1 1 1400 Stakeholder Group Meeting#2 1 1400 Stakeholder Group Meeting#3 1 1400 Stakeholder Group Meeting#4 1 1400 Stakeholder Group Meeting#5 1 1400 Web site development (subcontract) 1250 Meeting supplies ffiip charts,copying 2.50 Light Refreshments @$12 x 16 people x 5 meetings 840 Administrative Fee(@13%) 1641 +s^"L`r='-a, .:F.�u��'^` .��._;� .�. ... '`�,� .�-x_.;`cJ'�e' �s.� ,,may.-,..g__.�. .�;;1.-: `:-t'"r'n-`C,�.c�-4147-i, ...��,,'.�`-i"s_ ,." ::_�t'.w�" ` r,L:a:R'... ra• «+; .:u'? `" ''r}__�S1,'x'cr`��`�:_r!xfr4.C� 7 41 Sample Contract Upon your endorsement, this proposal will serve as a contract for Millennia Consulting, LLC.,to provide the services described above.The payment schedule is as follows:$4,200 is due upon signature of the contract, $4,200 upon completion of the web site, partnership agreement,and first stakeholder group meeting;and the balance of$5,431 upon completion of the project. It is understood that Christopher B. Burke Engineering, Ltd. (CBBEL) will act in good faith to make the timeline feasible. To begin the engagement,please return one signed copy of this proposal-contract and the initial payment to Millennia. For Millennia Consulting,LLC For Christopher B.Burke Engineering,Ltd. Kate?revere,Managing Consultant 11__ 18__:too9 • 5t Elgin Project Work Plan Ob ectives Stakeholder Tasks and:Timeliii<, Meetings NOVEMBER-DECEMBER A. To establish a • Recruit/identify 6-S neighborhood leaders,City City of Elgin staff • Completed representative Project staff members,1 member from Fox River Water roster of group Stakeholder Group Reclamation District and employees of CBBEL participants with full contact Information DECEMBER-JANUARY(Preparation Phase) B. Develop and provide • Develop web site to communicate challenges to be • Millennia with • Web site with Information about goals addressed,technical information,maps,etc. CBBEL input project and objectives of project, • Prepare•PowerPoint presentation for Meeting#1: information, as well as design options, Overview of project goals and objectives • CBBEL including CCBEL as the project proceeds presentation MiD-LATE JANUARY(Begin Stakeholder Meetings) C. To execute a Stakeholder • Role and function of stakeholder group • Millennia to • Stakeholder stakeholder partnering Group Meeting • What is consensus? prepare for and group has agreement signed by all #1 • Establish key points of partnering agreement facilitate ownership of stakeholder members at (small group/large group work) meeting partnership the beginning of the (3 hour • Presentation of problem statement,project goals agreement process minimum) and objectives • CBBEL • Discussion and Identification of consensus criteria • Millennia for assessing design options EARLY FEBRUARY(Secure signatures before ed mtg.) Post-meeting • Prepare draft partnership agreement for review • Millennia/CBBEL • Stakeholder and secure sign-off agreement • Circulate and collect partner agreement for signed by all signatures participants FEBRUARY-MARCH(Review process) D. Engage In project design Stakeholder • Meeting preparation,facilitation and summary • Millennia • Documentation and review process Group Meeting • Present preliminary design options to group • CBBEL of Stakeholder #z • Review and discuss design options In light of Group progress consensus criteria (using structured facilitation process) • Summarize reviewprocess and determine next _ *Note: Time frame Is estimated. 1 steps;request more info for second meeting? Exclude design option(s)from further consideration,etc. Continue with Objective Stakeholder MARCH-APRIL • Millennia • Documentation D as needed. Group Meeting • Meeting preparation,facilitation and summary • CBBEL of Stakeholder #3 • Presentation of additional information,design Group progress elements,etc. (and 4 • Repeat review process from above if necessary) • If consensus has been reached or if • additional meeting is needed APRIL-MAY • Consensus E. To achieve stakeholder Stakeholder • Meeting preparation,facilitation and summary • Millennia achieved on group consensus on the Group Meeting • Continue review process with structured facilitation • CBBEL preferred preferred design solution #5 (If until consensus achieved.This meeting may not be • Others as design solution necessary) necessary needed Note:A post-consensus meeting can be convened If necessary. 2 Local Office KEIS) November 23, 2009 TESTING SERVICE CORPORATION Corporate Office: Mr.Jason Souders 360 S.Main Place,Carol Stream,IL 60188-2404 Christopher B. Burke Engineering, Ltd. 630.462.2600 • Fax 630.653.2988 9575 W. Higgins Road, Suite 600 Local Office: Rosemont, Illinois 60018 457 E.Gundersen Drive,Carol Stream,IL 60188-2492 630.¢53.3920 •.Fax•630. 3 RE: P.N. 44,102 : :.• • Geotechnical Exploration ; 2 6 2009 Sewer Separation Project Lord Street Basin B.BURKE Elgin, Illinois gl'45I1,1RING LTD. Dear Mr. Souden: Testing Service Corporation (TSC) is pleased to submit this proposal to provide Geotechnical Engineering Services for the above captioned project. It responds to your email dated November 19, 2009,which includes a Project Understanding and Scope of Services. The objectives of the Geotechnical Study are to explore soil and groundwater conditions and provide recommendations in connection with the proposed sewer separation project. Project Description: Our understanding of existing site conditions and the proposed construction are as follow: • The Lord Street Basin (LSB)lies north of U.S. Route 20 and west of the Fox River in the City of Elgin. It is presently served by a combined sewer system. • Plans are being studied to construct new and separated sewers in the LSB. It is understood that they will have a total length on the order of 15,000 lineal feet. • It is assumed that the majority of the new sewers are to be located along existing residential side streets. One exception is a short section along State Street(IL • Route 31), a major thoroughfare. • It is also assumed that the majority of the new sewer alignment will have invert elevations ranging from about 10 to 15 feet below existing grade. • The outfall into the Fox River will have to be jacked below Union Pacific and Metro Railroad lines. If the location or type of the proposed structure(s)are changed,TSC should be promptly contacted to determine the relevance of our proposed boring program to the new project configuration. Boring Program: We are proposing to drill soil borings at approximate 400' to 500' intervals along the new sewer alignments. This will result in an estimated forty(40)borings at approximate depths of 15 to 20 feet below existing grade. An additional two (2) borings are planned at the ends of where the outlet pipe is Providing a Full Range of Geotechnical Engineering,Environmental Services,and Construction Materials Engineering& Testing Carol Stream.IL•Bloomington,IL•DeKalb,IL•Gurnee,IL•Shorewood,IL•Tinley Park,IL*Rockford,IL Christopher B.Burke Engineering,Ltd. P.N.44,102-November 23,2009 to be jacked under the Union Pacific and Metro Railroad tracks, preliminarily to be 40 feet deep. Total drilling footage on this basis is estimated to be on the order of 800 lineal feet. For the purposes of this proposal we have assumed that the majority of boring locations will be accessible to conventional truck-mounted drilling equipment. It is anticipated that an AN rig will be required for the borings by the jacking pits next to the Union Pacific and Metro Railroad lines. No provisions have otherwise been made for tree/brush clearing or other obstruction removal should borehole access be impeded. No borings are planned inside of existing structures. TSC will utilize personnel trained in layout procedures to stake the borings in the field. Ground surface elevations for each borehole will presumably be interpolated from topographic surveys which it is assumed will be provided. Utility clearance for the borings will be obtained by contacting JULIE (Joint Utility Locating Information for Excavators); secondary and private underground utility lines will have to be marked by the property owner or their agents. Soil samples will be obtained by split-spoon or thin-walled tube methods. Sampling will be performed at 2°h-foot intervals for the full depth of the majority of the borings,to at least 20 feet for those by the jacking pits. Representative portions of samples will be sealed, packaged and transported to our laboratory. Groundwater observations will also be made during and following completion of drilling operations, with those in the public right-of-way to be immediately backfilled and patched at the surface. In anticipation of shallow rock being present close to the Fox River, rock cores at two(2)boring locations are included in the budget. They will be obtained using an NX size core barrel,with 5-foot runs anticipated. One(1)groundwater monitoring well with flush mount protector is also budgeted. Access Permits and Traffic Control: It is understood that at least a couple of the borings will be located along State Street(IL Route 31), falling under IDOT jurisdiction. A permit will be required in order to perform them, in connection with bonding will have to be obtained by TSC. It has been our experience that it will take on the order of 6 to 8 weeks to process the iDOT permit. It is otherwise assumed that any permit or associated fees for the City of Elgin will be waived. Lane closures will presumably be required in connection with any work along IL Route 31. A professional traffic control firm will be retained for these services, being included in the project budget. Traffic control is not anticipated for the remaining borings,which is understood will be located on low volume side streets. However,four (4)days of an arrowboard is also budgeted. It is also assumed that the drilling work and lane closures can be performed on weekdays between the minimum hours of 8:30 a.m. and 3:30 p.m. No borings are presently planned on the Union Pacific and Metro Railroad right-of-ways. A right-of- entry permit will have to be obtained if this changes. Associated costs would be expected to be on the order of Five Thousand Dollars($5,000.00). This includes Railroad Protective Liability Insurance (RPLi) and flagman costs, but not a rush handing charge. -2- Christopher B. Burke Engineering,Ltd. P.N.44,102-November 23,2009 Laboratory Testing: Samples obtained from the borings will be examined by experienced laboratory personnel in order to verify field descriptions as well as to visually classify in accordance with the Unified Soil Classification system. Basic laboratory testing will include moisture content and dry unit weight determinations as well as measurements of unconfined compressive strength by direct or indirect methods, as appropriate. Four(4)Atterberg limit determinations,four(4)sieve analyses with hydrometer and four (4)sieve analyses with#200 wash are also included in the project budget. Other tests deemed to be necessary by TSC's Project Engineer may also be recommended for your approval. Engineering Report: Upon completion of sampling and testing,you will receive an engineering report summarizing field and laboratory test data, including a boring location plan and computer generated boring logs. The report will address anticipated soil and groundwater conditions impacting the new sewer construction, based upon the information obtained from the borings. It will also provide recommendations to guide design and specification preparation pertaining to geotechnical issues relevant to the structure or purpose described in this proposal. Fees and Scope: In accordance with the Cost Estimate attached,TSC is proposing a not-to-exceed budget amount of Thirty-Seven Thousand Five Hundred Dollars ($37,500.00)to provide the Geotechnical Exploration outlined above. Our proposal is based on the understanding that: the boring locations are accessible to a conventional truck or All-Terrain Vehicle (ATV)mounted drill; none of the borings will be located in standing water, wooded areas or on steeply sloping ground;and that the work can be performed during standard business hours. Our fee is further subject to this proposal being accepted and the work performed prior to February 28, 2010, The Illinois Department of Labor(IDOL)has taken the position that Core Drilling/Soil Testing is a covered activity under the Illinois Prevailing Wage Act(iPWA). Because this project is funded in part or total by state or local government sources, it is subject to IPWA requirements. The unit prices provided in the attached fee schedule are meant to comply with the IPWA. Should the study reveal unexpected subsurface conditions requiring a change in scope, you will be contacted before we proceed with further work. Our invoice would then based on the unit rates given in the attached Cost Estimate or as otherwise agreed upon. Please note that our quoted fee does not include plan review as well as excavation,fill, earthwork,footing or foundation observations during construction phases of the project. The project budget should include provision for these services. Consultation, preconstruction meetings or other professional services subsequent to delivery of TSC's report are additional services that will be covered by separate invoice. TSC's geotechnical investigation will not include services required to evaluate the likelihood of the site being contaminated by hazardous materials or other pollutants. Should an environmental investigation be desired, please contact the undersigned for a separate proposal. -3- Christopher B. Burke Engineering,Ltd. P.N.44,102-November 23,2009 Closure: The geotechnical services being performed are subject to TSC's attached General Conditions (as modified for CBBEL). Unless stated otherwise,TSC fees include all state and federal taxes that may be required. However,they do not include any license, permit or bond fees that local governments may impose. The local fees,if any,will be added to the invoice. Unless we receive written instructions to the contrary, invoices will be sent to: Mr. Jason Souden Christopher B. Burke Engineering, Ltd. 9575 W. Higgins Road, Suite 600 Rosemont, Illinois 60018 Telephone:(847)823-0500 Email:jsouden©cbbel.com If this proposal meets with your approval, please indicate your acceptance by signing one copy and returning it to our Carol Stream, Illinois office. When also completing the attached Project Data form, kindly indicate who Is to receive copies of TSC's report and other related information. Your consideration of our proposal is appreciated. We look forward to being of service to you on this project. Respectfully submitted, TESTING SERVICE CORPORATION chael V. achalinski, P.E. ice Pre ent MVM:cn Enc: Cost Estimate General Conditions Project Data Sheet Approved and accepted for by: • (NAME) (TITLE) (DATE) -4- Christopher B. Burke Engineering,Ltd. P.N.44,102-November 23,2009 COST ESTIMATE Sewer Separation Project Lord Street Basin Elgin, Illinois TSC P.N. 44,102 ITEM UNITS QTY RATE COST STAKING AND UTILITY CLEARANCE Two-Man Layout Crew to Mark Boring Locations,Obtain 1.1 Surface Elevations and Arrange for Clearance of Hour 0.0 150.00 $ 0.00 Underground Utilities 12 Layout Crew Chief Hour 16.0 90.00 $ 1,440.00 ACCESS PERMITS 2.1 Engineering Administration Hour 4.0 120.00 $ 480.00 22 Bond Permit Fees and Related Charges At Cost 1.0 400.00 $ 400.00 DRILLING AND SAMPUNG MOBILIZATION AND DEMOBILIZATION OF DRILL RIG AND CREW 3.1 Drill Mounted on Truck Each 1 450.00 $ 450.00 32 Drill Mounted on All-Terrain Vehicle Each 1 600.00 $ 600.00 ADVANCE BOREHOLES BY SOLID OR HOLLOWSTEM AUGER METHODS 3.3 0-25 Foot Depth Foot 770.0 14.00 $ 10,780.00 3.4 25-50 Foot Depth Foot 30.0 17.50 $ 525.00 3.5 50-100 Foot Depth Foot 0.0 23.50 $ 0.00 3.6 Surcharge for Hard Drilling(N z 60 bpf) Foot 0.0 4.00 $ 0.00 3.7 Surcharge for Use of ATV Drill Rig(Soft/Wet Ground) Foot 0.0 2.50 $ 0.00 3.8 Auger Refusal Above Planned Boring Depth Each 0 100.00 $ 0.00 SOIL SAMPLING , 3.9 Split-Spoon Procedure/0-50' Each 312 20.00 $ 6,240.00 3.10 Split-Spoon Procedure/50-100' Each 0 28.00 $ 0.00 3.11 Thin-Walled Tube Procedure Each 0 45.00 $ 0.00 BACKFILL BOREHOLES WITH BENTONITE GROUT OR CHIPS 3.12 Small Diameter Hole(<4'//") Feet 0.0 6.00 $ 0.00 3.13 Large Diameter Hole(>4I/2") Feet 0.0 7.50 $ 0.00 -5- Christopher B.Burke Engineering,Ltd. P.N.44,102-November 23,2009 ITEM UNITS QTY RATE COST ROCK CORING 3.14 Set-up Charge(Includes Casing to 40 Feet) Each 2 400.00 $ 800.00 3.15 Set Casing Below 40 Feet Foot 0.0 12.50 $ 0.00 3.16 Core with NX Size Barrel Foot 10.0 45.00 $ 450.00 DRILL RIG WITH 2-MAN CREW(Travel,Standby or Obstruction Time) k 3.17 Regular Time(Up to 8.0 Hours per Day) Hour 0.0 280.00 $ 0.00 r 3.18 Overtime(Over 8.0 Hours or Saturday) Hour 0.0 320.00 $ 0.00 GROUNDWATER MONITORING WELLS 4.1 Install 2"PVC Piezometer,15-25 Foot Depth Each 1 600.00 $ 600.00 (Time and Materials) 4.2 Well Protector/Flush Mount or 4"x 5'Steel Each 1 125.00 $ 125.00 . 4.3 Geologist to Develop and Read Wells(2 Trips) Hour 4.0 100.00 $ 400.00 DRILL CREW PREVAILING WAGE SURCHARGE • 5 1 2 Person Drill Crew,Regular Time Hour 64.0 25.00 $ 1,600.00 (Up to 8.0 Hours per Day) 52 2 Person Drill Crew,Overtime Hour 0.0 35.00 $ 0,00 (Over 8.0 Hours or Saturday) 5.3 Administration Fees LumSump 1 100.00 $ 100.00 TRAFFIC CONTROL 6.1 Single Flagman,Regular Time(Portal to Portal) Hour 0.0 95.00 $ 0.00 62 Single Flagman,Overtime Hour 0.0 115.00 $ 0.00 6.3 2-Man Flagging Crew,Regular Time(Portal to Portal) Hour 8.0 190.00 $ 1,520.00 6.4 2-Man Flagging Crew,Overtime Hour 0.0 230.00 $ 0.00 6.5 TSC Pickup and Arrowboard Day 4 140.00 $ 560.00 LABORATORY TESTING 7 1 Examine Samples to Describe by Textural System and Each 312 4.00 $ 1,248.00 Classify Using the Unified Soil Classification System 7 2 Water Content Determination(Includes Pocket Penetrometer Each 280 6.50 $ 1,820.00 Reading on Cohesive Samples) 7 3 Unconfined Compressive or Torvane Shear Strength of Each 72 13.00 $ 936.00 Cohesive Soils 7.4 Dry Unit Weight Determination Each 32 6.50 $ 208.00 7.5 Atterberg Limit Determination Each 4 75.00 $ 300.00 7.6 Sieve Analysis with#200 Wash Each 4 85.00 $ 340.00 -6- Christopher B.Burke Engineering, Ltd. P.N.44,102-November 23,2009 ITEM UNITS QTY RATE COST 7.7 Sieve Analysis with Hydrometer Each 4 115.00 $ 460.00 7.8 Consolidation Test Each 0 500.00 $ 0.00 7.9 Modified Proctor Test Each 0 175.00 $ 0.00 7.10 Loss-On-Ignition(Organic Content) Each 0 40.00 $ 0.00 ENGINEERING SERVICES 8 1 Prepare Geotechnical Report with Boring Logs and Location Lump 1 5,000.00 $ 5,000.00 Plan Sum 82 Geotechnical Engineer to Perform Special Calculations or Hour 0.0 120.00 $ 0.00 Run Slope Stability Analyses 8.3 Senior Engineer to Consult or Attend Project Meetings Hour 0.0 150.00 $ 0.00 ESTIMATED TOTAL: $37,382.00 RECOMMENDED BUDGET: $37,500.00 -7- Y la ' GENERAL CONDITIONS Geotechnical and Construction Services TESTING SERVICE CORPORATION 1.PARTIES AND SCOPE OF WORK: if Client Is ordering the with Its contract`Contractor"as used herein shall include .. ... .. . .. ... ..– services on batiallofarrather,do epresertis and warrants subcontractors,suppliers,architects, engineers and forwchlSC may be liable in accordance witothe p e ens(j}Y that Client is the duly authorized agent of saki party for construction managers. set forth in the preceding paragraph,upon request the purpose of ordering and directing said services,and in of Client received within five days.af Clien.: .cceptance of such case the term"Clienr shall also include the principal Information obtained hem boangs,obserratlonsand analyses TSC's proposal together with paym- • •s an additional fee for wham the services are being performed.Prices quoted of sample materials shalt be reported in formats considered in the amount of 5%of TSC's a. •. :d cost for Its services and charged by TSC for tis services are predicated on the appropriate by TSC unless directed otherwise by Client. (to be adjusted to 5%of• ' :• •unt actually billed by TSC conditions and the allocations of risks and obligations Such lefuncletion is considered evidence,but any inference for itsservices on the p e•..at time of completion),the limit expressed in these General Conditions. Unless otherwise or conclusion based thereon is,necessaniy,an opinion also an damages shall.•increased to$500,000 or the amount stated in writing,Client assumes sole responsibility for based on engineering judgment and shall not be construed of TSC's fee,.,.cliever Is the greater.This charge is not to determining whether the quantity and the nature of the as a representation of fact Subsurface conditions may not be co .is •i as being a charge for insurance of any type, services ordered by Client are adequate and sufficient for be uniform throughout an entire site and ground water but' - creased consideration for the exposure to en award Clients intended purpose. Unless otherwise expressly levels may fluctuate due to climatic and other variations. . . .. . . assumed in willing,TSC's services are provided exclusively Canstruction materials may vary from the samples taken. for client.TSC shall have noddy orobilgatonother than those Unless otherwise agreed in wertkig,the procedures employed 11.INDEMNiTY:Subject to the provisions set forth herein, defies and obligations expressly set forth Mthis Agreement by TSC we not designed to detect intentional concealment TSC and Client hereby agree toindemnify and.hoidharmless TSC shall have no duty to any third party,Client shall or misrepresentation of tads by others. each other and their respective shareholders,directors, communicate these General Conditions to each and every officers,partners,employees,agents,subsidiaries and party to whom the Client transmit any report prepared by 7.DOCUMENTS AND SAMPLES: Client is granted an division(arid each of their heirs,successors,and assigns) TSC.Ordering services from TSC shail constitute acceptance exclusive license to usefinrfmgs and reports prepared from any and all claims,demands,liabilities,suits,causes of of TSC's proposal and these General Conditions. and issued by TSC and any sub-consultants pursuant to action,judgments,costsand expenses,including reasonable this Agreement for the purpose set forth in TSC's proposal attorneys'fees,arising,or allegedly arising,then personal 2.SCHEDUUNGOFSERVICES:The services set forth inthis provided that TSC has received payment in full for its injury,including death,propertydamage,including loss ofuse Agreement wit beaccomplished inaemetyand werkmanlike services.TSC and,if applicable,Its sub-consultant,retain thereof,due In any manner tothe negligenceofeither ofthem manner tf TSC is required to delay any part of its services all copyright and ownerstfp interests In the reports,boring or their agents or employees or independent contractors.In to accommodate the requests or requirements,of,(lient, togs,maps,field data,field nates,laboratory test data and the event both TSC and Client are found to be negligent or regulatory agencies,or third parties,or due to any cause similar dements,and the ownership and freedom to use at fault,then any liability chat be apportioned between them beyond its reasonable control,Client agrees to pay such ail data generated by It for any purpose.Unless otherwise pursuanttat elrpro rata share of negligence erlault.TSCand additional charges,if any,as may be applicable. agreed in writing,test specimens or samples will be Cllentfuritter agree that their liability to any Vika partyshall, disposed immediately upon completion dare test All drilling to the extent permitted by law,be several and trot joint The 3.ACCESS TO SiTE:TSC shall lake reasonable measures samples or specimens will be diseased sixty(60)days after Gabilty of7SC under this provision shall not exceed the policy and precautions to minimize damage to the site and any submission of TSC's report. limits of insurance carried by TSC.Neither TSC nor Client improvements located thereon as a result of tis services or shall be bound under this indemnity agreement to tiabfttty the tier of ita equipment;fmwever,TSC`has'nntlrehltiettin—/al IMINAROfF'TSCbdagabon to provide services may be determined In a proceeding in which ft all not partIcipale its fee the coot of restoration of damage which may occur.if terminated by either party upon(7)seven days prior written represented by ILs own independent ceunsei.The indemnities Client desires or requires TSC to restore the site tofttermer notice. In he event of termination of TSC's services,TSC provided hereunder shall not terminate upanthe termination condition,TSC will,upon written request,perform such shall be compensated by Client for aft services performed up or expiration of this Agreement,but maybe modified to the additional work as is necessary to do so and Client agrees to and including the termination date,including reimbursable extent of any waiver of subrogation agreed to by TSC and to pay too1SCtie cost thereof pies TSC's normal markup for expenses.The terms and conditions of these General paid for by Cite at overhead and profit- Conditions shall survive the termination of TSC's obligation to provide services. 12.SUBPOENAS:IBC's employees shall nut be retained as 4.CLIENT'S DUTY TO NOTIFY ENGINEETidl€entrepresents expert witnesses except by separate,written agreement 4hat Client has advised IGC of any known or 9.PAYNIENli CGentshall beinvoiced periodically for services Client agrees to pay TSC pursuantto TSC's then current artufes suspected hazardous materials,utility lines and underground performed. ':•::: :•:::: '. ••.: - •:-. . •...a• schedule for any TSC employee(s)subpoenaed by any party at any site at which TSC is to perform services days of Its receipt Client further agrees to•. •• ee an as an occurrence wffness as a result ofTSC's services. under this agreement, all amounts invoiced and not paid oro•': ••d to in waling for valid cause within sixty(•r at the rate of twelve 13,OTHER AGREEMENTS:TSC shall not be bound by 5.DISCOVERY OF POLLUTANTS:TSC's services shall not (124}per annum(or th• mum brianeetrale permitted by any provision or agreement(I)requiring or providing for include investigation for hazardous materials as defined by applicable la• •-• everts the lesser)until paid and TSC's etiolation of disputes or controversies arising out of this the Resource Conservation Recovery Act,42 U.S.C.§6901, costs•• >• action of such accounts,including court ,63 Agreement or its performance,(II)wherein TSC waives any et seq,as amended("RCRA7 or by any state or Federal ..••:e-..:•-:. .. ••: :. 1r rights to a mechanics pen or surety bond Maine NOthat statute or regulation.In the event that hazardous materials f'' conditions TSC's right to receive payment for its services are discovered and Identified by TSC,TSC's sole duty shall 10.WARRANTY: TSC's professional services U be upon payment to Client by welled party or fry)that requires be to notify Client performed,Its findings obtained aril its reports prepared TSCto indemnify any party beyond bston negllgenceThese in accordance with these General Crnrditions and with General Conditions are notice,where required,thatTSCshall 6.MONITORING: If this Agreement includes testing generaliyacceptedprbuuiplesand practices.Inperforming Its tie a lien whenever necessary to collect past due amounts. constructionrtrteriatsorobserving any aspectofconstructori professlairalservices,TSCv use that degree of care andskii This Agreement contains the entire understanding between of improvements,Client's construction personnel will ordewiyexerasedunder similar clrcumsttancesbymembers the parties.Unless expressly accepted by TSC in writing verity that the pad is property located and sized to meet of its profession in performing physical work in pursuit of prior to delivery of TSC's services,Client shalt not add any Clients projected building loads.Client shall cause all its professional services,TSC will use that degree of care conditions or Impose conditions which are In conflict with tests and inspections of the site,materials and work io and side ordinarily used under similar circumstances.This those contained herein,and no such addItiona€orcorffiding be timely and properly performed In accordance with warranty is in lieu Vali ether warranties or representations, terms shall be binding upon TSC.The uneidorceablitty or the plans,specifications,contract documents,and TSC's either express or implied.Statements made m TMC reports invalidity of airy provision or provisions shall riot render any recommendations. No claims for loss,damage or injury are opinions based upon engineering judgment and are n.� other provision or provisions unenforceable or Invalid.Tits shalt be brought agalnstTSC unless all fasts and inspections to be constmed as represendatons of fact. \Agreement shall be construed and enforced in accordance have been so performed and unlessTSCs recommendations ii with the laws atm State of Illinois.In the evert of a dispute have been followed. –•• . . . �> ,.'• • gouty:fnue:MtiigtofheperiormanceoftrisAgreement, negligentinperforming prolessirxnatservices orto 0: -made Its•breach thereof or TSC's services,the parties agree to TSC's services shall metieridedeomniningorimptementing and breathed any expresserimpfed7. . • :presentation try fn gond faith to settle the dispute by mediation under 'the means,methods,techniques or procedures of work or contract,Client,all parties claim': t rough Client and the Construction industry Mediation Rules of the American done by the centractar(s)being monitored or whose work is all parties claiming to have':r :,y way relied upon TSC's Arbitration Association as a condition precedent to filing any being tested.TSC's services strati not include the authority services orworkagree„.-ii-maximum aggregate amount demand forartatratfon,or any petition or complaint with any to accept or reject work or to In any mariner supervise ofdarnagesfcr r• ,tsoflcers,employeesand agues cant Paragraph hendings are for convenience only and shall the work of any contractor.TSC's services or failure to shall be G:• .limited to$50,0110 or the total amount of not be canstiued as emitting the meaning of the provisions perform same shall not In any way operate or excuse army the r: •A to TSC for its services performed with respect contained in these General Conditions. contractor from the performance of its work in accordance . •.--- •• •:-:••': nevozraa ATTACHMENT A-1 CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING ACTIVITIES A. CONSTRUCTION ADMINISTRATION 1. General: The Construction Administrator will serve as the City of Elgin's representative for the entire construction project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Construction Administrator will provide all Level 1 management services.These services are defined as all management functions and requirements over and above the daily routine project requirements.They will include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the construction project in accordance with the City's objectives of cost, time and quality.The Construction Administrator will work closely with and report to the Director or his/her designee. 2. Specific Duties and Responsibilities: a. Project Control: Establish and maintain lines of communication, authority, and procedures for coordination among the City, Director, Design Engineer, Contractors, and Construction Engineer as needed to carry out the project construction requirements. Provide a pre-construction video of the entire project. b. Additional Services: When required, identifies the need for, and retains professional services of a surveyor, testing laboratories and other special consultants, and coordinates these services during their performance. c. Contract Requirements: Administrates and monitors for the Director, contractors and other project consultants, the contractual requirements for items such as insurance, bonds, and general conformance with governmental regulations, including minority compliance. d. Construction Monitoring: Monitors the work of contractors and construction engineer to insure adequate quality control of the construction work and compliance with the design drawings, specifications and other required regulations. Page 2 e. Scheduling: Works with the contractor and Construction Engineer to insure that a workable construction schedule is developed and agreed to by all parties. Provide for continuous monitoring (WEEKLY UPDATES) of the schedule as construction progresses. Identify potential variances between scheduled and probable completion dates. Review schedule for work completed, not started or incomplete and recommend to the Director, Construction Engineer and contractors, adjustments in the schedule to meet the probable competition date. Provide summary reports of each monitoring and document all changes in schedule. Together with the Construction Engineer determine the adequacy of the contractor's personnel and equipment and the availability of materials and supplies to meet the schedule. Recommend courses of action to the Director when requirements of a contract are not being met. f. Shop Drawings: Monitor the submittal of all shop drawings, catalog cuts and material selections by the contractors and coordinate timely approval of the same by the Design Engineer.Review and monitor on a continuing basis the delivery status of critical material and equipment so as to prevent unnecessary delays. g. Administration: Handle all project administrative correspondence including preparation of all written documents and correspondence requiring the City's signature and authorization.Maintain a file on all project correspondence and records to include daily construction reports prepared by the Design Engineer's field Construction Engineer. Provide all necessary effort to work with IDOT, KDOT, CDOT, ACOE, TEPA, IDNR, and Union Pacific Railroad, in order to permit, obtain authorization,and close out the project. h. Contractor's Payment: Review and process for payment, though the Director, all applications by contractors and design consultants for progress and final payments. i. Change Orders: Recommend necessary or desirable changes to the Director and the Design Engineer, review requests for changes, and handle all administrative aspects to include contractor negotiations, formal preparation and submission with recommendation to the Director. j. Cost Control: Monitors all project costs and revises and refines the initially approved changes as they occur,and develop cash flow reports and forecasts as needed. I Y Page 3 k. Job Meetings: Conduct periodic(weekly in general)progress meetings with all associated parties to review construction progress, procedures, scheduling, design interpretation, problem areas and overall coordination. I. Reports: Provide a timely weekly status reporting system to keep the City abreast of all aspects of the project which will: a) emphasize problem areas to the Director on a by-exception basis; and b) present solutions for the problems which will enable management to make decisions on a go-or-no-go basis. m. Public Information: Provides advance and current information to the public as necessary and appropriate. Works with citizens directly impacted by contractor to protect citizen's interests. The Engineer shall cause the delivery of two letters to each resident and/or business abutting the project. The first letter will precede construction and the second will precede the placement of sod. n. Final Completion: Together with the Design Engineer and Construction Engineer conduct a pre-final inspection and develop a pre-final inspection and develop a pre-final punchlist for the contractor.Upon competition of the pre-final punchlist notify the Director that a final inspection is in order. Attend the final inspection with the Director and contractors. Advise the Director when all punchlist work resulting from the final inspection has been completed. Recommend, prepare, and process all final pay estimates through the Director and insure final invoice is submitted to the Director within 30 calendar days of the completion date. o. As-built Drawings: Review as-built drawings prepared by the Design Engineer to insure adequate information has been given to facilitate on-going maintenance work by the City. Coordinate distribution of copies to the Director, Public Works Operations and Water Divisions as appropriate. Final as-built drawings will be provided in an AutoCAD format and GIS format (ESRI format (shapefile or geodatabase), projection:NAD 83 state plane IL East.) B. CONSTRUCTION ENGINEER 1. General: The Engineer may serve as the City's on-site construction representative for the construction project as the Construction Engineer. He will be responsible for the general control and field inspection of the construction project and will provide all Level 2 management services. These services are defined as all management functions required for day to day control of the project.They will include field inspection, design interpretation, contract administration and general coordination and control of the day to day construction activities of the contractor to insure timely completion and quality construction in strict compliance with contract drawings and specifications. The Page 4 Construction Engineer will work closely with and report to the Construction Administrator. 2. Specific Duties and Responsibilities a. Liaison and Contract Control: Assist and provide guidance to the contractors in understanding the intent of the contract documents. Serve as the City's representative with the contractors working principally through the contractor's project engineer and on-site superintendent. Serve as the City's liaison with other local agencies, utility companies, state agencies, businesses, etc. keeping them advised of day to day activities. b. Review of Work,Rejection of Defective Work.Inspection and Testing: 1) Conduct on-site observations of the work in progress to determine that the project is proceeding in accordance with the contract documents and that completed work will conform to the requirements of the contract documents. 2) Instruct contractor to correct any work believed to be unsatisfactory, faulty or defective or does not conform to the requirements of the contract documents, or does not meet the requirements of any inspections,tests or approval required to be made; and advise Construction Administrator of action taken and if any special testing or inspection will be required. 3) Verify that tests are conducted as required by the contract documents and in presence of the required personnel, and that contractors maintain adequate record thereof; observe, record and report to Construction Administrator appropriate details relative to the test procedures. 4) Perform or cause to have performed as applicable,all required field tests such as concrete tests, soil compaction tests and insure such tests are made by as may be specified. Analyze the results of all field and laboratory tests to determine the suitability of materials tested. Unless the consultant has incorporated the Clean Construction and Demolition Debris (CCDD) into the construction documents, he/she shall be responsible for all costs to properly meet the requirements of the law. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over the project,record the outcome of these inspections and report to Construction Administrator. c. Contractors Suggestions and Requests: Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the Construction Administrator with any time and cost implications for final decision. Page 5 d. Shop Drawings: 1) Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit,but only for conformance with the design concept of the project and compliance with the information given in the contract documents: determine the acceptability of substitute materials and equipment proposed by contractor(s); and receive and review (for general content as required by the specifications) maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection which are to be assembled by contractor(s) in accordance with the contract documents. 2) Record and maintain a shop drawing submittal and approval log and notify contractor whenever submittals are lacking or untimely. e. Schedules: Review construction schedule, schedule of shop drawing submissions and schedule of values prepared by the contractor. Be alert to the construction schedule and to the conditions which may cause delay in completion and report same to the contractor and the Construction Administrator in sufficient time to make adjustments. f. Conferences: 1) Attend periodic progress meetings scheduled by the Construction Administrator with all associated parties to review the overall project status and problems. 2) Arrange a schedule of on-site job work meetings with the general contractor and sub-contractors to review day to day requirements and problems. Maintain and circulate copies of minutes thereof. g. Contract Administration and Records: 1) Handle all day to day contract administration and associated correspondence in accordance with the established procedures. 2) Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and sample submissions, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports,and other project related documents. 3) Keep a diary or log book, recording contractor's hours on the job site, wether conditions, data relative to questions of extras or deductions, list of visiting officials, daily activities, decisions, observations in general and specific Page 6 observations in more detail as in the case of observing test procedures. 4) Record names, addresses and telephone numbers of all contractors, sub- contractors and major suppliers of equipment and materials. h. Reports: Furnish Construction Administrator written reports as required of progress of the work and contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. i. Contractors Payment Requisition: Review applications for payment with contractor for compliance with the established procedure for their submission and forward them with recommendations to Construction Administrator, noting particularly their relation to the schedule of values,work completed and materials and equipment delivered to the site. j. Governmental Policies: Review contractor EEO policies and other governmental mandated programs to insure contractor compliance with the governing regulations. k. Change Orders: Perform initial evaluation of change orders and submit same to Construction Administrator with recommendation and cost estimate breakdown for final approval and processing. 1. As-built Drawings: Maintain an accurate record of all field conditions and upon completion of the project insure that the design drawings are revised to show the true as-built condition. In addition the Engineer shall verify proper installation of the benchmarks installed by the contractor including checks of the elevations and horizontal control. m. Final-Completion: 1) Together with the Construction Administrator conduct a pre-final inspection and prepare and give to the contractor a pre-final punchlist. Thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for fmal payment. 2) Together with the Construction Administrator conduct a final inspection with the Director,Public Works Operations,and Water Division as appropriate,Project Manager and the general contractor.Prepare a final punchlist and thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment. Attachment B•1 2009 Combined Sewer Separation Project-Lord Street Basin Project Phase 1 Elgin,IL Construction Schedule for Engineering Services _ ID Task Name Duration Start Finish Ayr 11 May'11 Jun'11 Jui'11 Aug 11 ^Se '11 Oct'11 -Nov'11 Dec'11 21 1 111.121 1 1121 .1 111121 1 111121 1.111121 ..1.(11121 1 111121 1.111121 1 111121 1 Construction Engineering Services 197 days Thu 3/31/11 Fri 12/30/11 to 2 Pre•Constructlon Meeting 0 days Thu 3/31/11 ' Thu 3/31/11 .@ 3/31 } 3 Pre-Construction Services 12 days Thu 3!31/11 Fri 4/15/11 I i 4 Construction Observation 165 days Mon 4/18/11 Fri 11/18/11 5 Documentation 155 days Mon 4/18/11 Fri 11/18/11 ..: ` ,.,:t; i 6 QA Testing 155 days Mon 4/18/11 r. Fri 11/18/11 .r;i -r_c _ 7 Record Drawings 20 days Mon 11/21/11 Fri 12/16/11 8 Project Close-Out 30 days Mon 11/21/11 Fri 12/30/111111111111111111 r. Task xa.°,T.K..1; :44e•.`• Milestone ® External Tasks Project Lord St.Basin Construction E splitn Date:Mon 3/14/11 Summary External MileTask 4ia Progress ammosagazsamousegra Project Summary 10iwargroas===zip Split d3 3 Page 1 M op Attachment C-i Engineering Services for Lord Street Basin Sewer Separation Protect Phase I Estimated Englneenng Fees for Construction Support Manhours Total Total Estimated Estimated Percent of Hours TASK__ DESCRIPTION Engineer V Engineer 1111 TSC** Manhours Cost ____ _ 1 Pre-Construction 24 0 0 24 $4,152.00 0.99% 2 Shop Drawing Review 50 0 0 50 $8,650.00 2.06% 2 Construction Observation* 1650 550 0 2200 $341,550.00 90.76% 3 Documentation 0 60 0 60 $6,120.00 2.48% 4 Quality Assurance Testing 0 0 17982 - $17,982.00 - S Flecord Drawing 50 0 0 ; 50 $8,650.00 2.06% . 6 Project Close-Out 40 0 0 40 $6,920.00 ^ 1.65% Totals(Task 1 through 6) 1814 610 2424 $394,024.00 Standard Charges$/HR $173.00 $102.00 Total Estimated Personnel Cost $313,822.00 $62,220.00 $17,982.00 Total Direct Costs $500.00 TOTAL COST PROPOSAL(Not to Exceed) I 5394, 24.6d D *Based on the contract completion date of November 18,2011 rt *'TSC-Quantity for Quality Assurance Testing represests the total cost,not hours. See TSC Proposal for breakdown. n BLS. CD n I R I �R• ELGIN THE CITY IN THE SUBURBS AGENDA ITEM: E MEETING DATE: March 21, 2012 ITEM: Amendment Agreement No. 2 with Christopher B. Burke Engineering, Ltd. to Add Construction Engineering Services for the Lord Street Sewer Separation Project— Phase 2 ($256,096) OBJECTIVE: Ensure quality infrastructure is constructed for the Lord Street Sewer Separation project. RECOMMENDATION: Amend the current professional services agreement with Christopher B. Burke Engineering, Ltd. to add construction services and a fee of$256,096. BACKGROUND When the city plans for infrastructure improvement projects, it seeks proposals from qualified engineering firms for both (1) the engineering or "designing" of the infrastructure project, and (2) the construction-related oversight the engineering firm will provide once work on the pro- ject begins. Once a qualified engineering firm is identified, the city contracts with that firm sole- ly for that infrastructure project's engineering design services. Without a completed engineer- ing design, the city cannot reasonably anticipate the full scope of the construction costs for an infrastructure project. After the engineering design is complete and the full scope of the infra- structure project costs are known, the cost for the engineering firm's construction oversight services is negotiated by the city and then added as an amendment to the engineering design service contract. This amendment occurs when the construction bids for the infrastructure pro- ject are being considered by the city. The city council awarded a contract to Christopher B. Burke Engineering, Ltd. (Burke) on De- cember 16, 2009 for the engineering design services for the Lord Street Combined Sewer Sepa- ration Project. The design services included a basin wide hydraulic study and final design of Phases 1 and 2 for the Lord Street Basin. The design encompasses installation of storm sewer, sanitary sewer construction, curb and gutter replacement, sidewalk and driveway replacement, street replacement and landscape restoration. The design services agreement with Burke to- taled $824,223.08. On May 11, 2011, the city council amended the agreement with Burke to r'' add construction engineering activities for the first phase of construction on the project. I Amendment No. 1 was in the amount of $394,524, which has brought the total engineering services contract to $1,218,747.08. The engineering study identified seven phases for sewer separation of the entire Lord Street Basin. The first phase was completed with storm sewer installed from the Fox River discharge point to the intersection of Adams and Gertrude Streets, and a branch to the intersection of Orange and Elm Streets. Please see the location map (Attachment A) for the first and second phases of the Lord Street Basin. Upon completion of Phase 2 of the Lord Street Basin, the Long Term Control Plan schedules work in other combined sewer basins. While compiling the sched- ule for separation, staff has made an effort to balance the concerns of residents experiencing basement sewer backups with the IEPA requirements for overflow discharge to the river. The scheduled 2013 construction will be Phase 2 of Highland Avenue Basin and 2014 will be the ini- tial phase of Bluff City Boulevard Basin. OPERATIONAL ANALYSIS The bid award for the Lord Street Sewer Separation — Phase 2 is included for the council's con- sideration at the March 21, 2012 council meeting. Amending the existing engineering design services agreement with Burke to provide construction oversight and engineering services dur- ing the project's construction will ensure the city receives the best possible infrastructure. The construction oversight and engineering services will include observation of construction proce- dures, quality control, quantity documentation and contractor payment processing. A well con- structed project will alleviate the combined sewers of surface water runoff from the Phase 2 area of the Lord Street Basin, which contribute to combined sewer overflows. A copy of Amendment No. 2 to the agreement is included as Attachment B. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS The proposed amendment of $256,096 for Phase 2 Construction Engineering will increase the professional services agreement with Christopher B. Burke Engineering, Ltd. to $1,474,843.08. In addition to the Phase 1 and Phase 2 Design Engineering and Phase 1 and Phase 2 Construc- tion Engineering, construction costs of$7,337,069 are budgeted. The total cost of this project is estimated to be $8,811,912. BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE Riverboat 275-0000-791.92-41 340044 $1,500,000 $1,500,000 1)► 2 LEGAL IMPACT None. ALTERNATIVES The city council may choose not to authorize Amendment No. 2 to the agreement with Burke. Choosing this alternative would require the city to discontinue other pending infrastructure projects and department activities because the city lacks sufficient staff to provide in-house construction oversight of a project with this scope. NEXT STEPS 1. Execute the amendment. 2. Issue directive to engineer to begin work. Originators: Eric B. Weiss, Water Operations Engineer I Kyla B. Jacobsen, Water Director Final Review: Colleen Lavery, Chief Financial Officer William A. Cogley, Corporation Counsel/Chief Development Officer. Richard G. Kozal, Assistant City Manager/Chief Operating Officer Sean R. Stegall, City Manager ATTACHMENTS A. Location Map B. Amendment No. 2 to Agreement 1/r ATTACHMENT A Lord St. CSS Phase II Route N y` � +$M ',---1 w..... p� .A i• ¢ ."ray - 'T -2L , ..,!�i i g _ � Z e. 0°, �w7 -.� ,pg ��� 444 �,,,� +.r-i' ,.� ti -� � 0 ]IO eao taeo Fe -i a�r , r 1 h r ,. ** '' x t` to i "u rd*✓'A • • r 1 t �` " Wit* t '' .l °` s X/ ,,,,,1„,,,,t.q �" sem- — ,�'m.,..n om» ` f� E s .: i417.•--'-'-'''' ti ,.1",44‘1,1---1,,, i. „:„:„.„,..,i i I �, n II:, ssd 3 « ,1 s?' k f''-••:t-•-'4e..-1 ,„ ...4‘.',--D''',1-; ,..4s _...D'' a °.i� ' 4 4J� r x * = a� ,- ',rte +''',._v?.-'',--..,-,-,;,,,-5,i.,----10,— , , '-'1.-..•''''-', dot .-1 4 �r_7 ^1:1-_ ? 1 t� ., I 1 1 , ' ' reg " �r 4 3. 1 4 E r 1 1 Thr''' ,y7 � F � $ i 1 -0-",•,r-2, t & Z^� A' w t L .. � � lr 4 � � --,,,'i," � �� � :IV; Yf �.T.r Y �J � � � ,€"� "4 _ I # � ...,71',.' S 7-,. -F� x ' � �� � ( YtY q,, ci s em � � * `T , � � s r � /rte -b ' " { . a� tier � `-. a • „".12°!-11••.,-'4 - ^` tt r 1 a l`ts 4 's.7 „A„,. _ 3 4 6 4 k '+'i tat s;, t -- _ 4 '"` ' r -';'..6--.— a .t 'ti � r � ,r alh 1 r r ” w s. .fir Phase II(TYP)— r $ a� ",r g,•,�"�" C-- ", ' I - .,}$14.-.1;°'t�4kr ,.; ' ' '- Phase l(Completer!2017)x.` c � ,Yap �"� � �„'ef _ .4 1 � � ,� ''‘'....'.-•."--- .. g �k'�,�i� 'z'�e-',$ _rAry� 3"� '#_.`"�°`�� �� e ,..�'f .{' 4 ° � d �, �"�'� ��°`�` � � �x� t '''.4 � 1 — -mak 7 i 1- w -+.a a. -,Y .1«s an ,.sem .rim^-4-'''a�a .s �., • .. 't '' ,"„17 ,•ev ,moi i'. ,:, < � rip.�. --.) 77- e t ' "k �' 3 � f • ELGIN THE CITY IN THE SUBURBS' DATE: May 17, 2012 TO: Eric Weiss, Water Operations Engineer FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 12-68 Adopted at the April 11, 2012, 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 Christopher B. Burke Engineering, Ltd. (2009 Combined Sewer Separation Project-Lord Street Basin Project-Phase 2) .: r •v