Loading...
12-99 Resolution No. 12-99 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ENGINEERING ENTERPRISES, INC. (2012 Combined Sewer Separation-Highland Avenue Phase II) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Sean R. Stegall, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement with Engineering Enterprises, Inc. on behalf of the City of Elgin for Hydraulic Study and Design Engineering in connection with the 2012 Combined Sewer Separation Project-Highland Avenue Phase II, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: June 13, 2012 Adopted: June 13, 2012 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 13 day of June , 2012, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Engineering Enterprises, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2012 Combined Sewer Separation Project— Highland Avenue Phase II (hereinafter referred to as the PROJECT); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Water Director of the CITY, herein after referred to as the"DIRECTOR". B. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in B below. B. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including, but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 l shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Lump Sum Method) A. The CITY shall pay the ENGINEER for services under this Agreement a total lump sum of one hundred ninety two thousand four hundred thirty six Dollars ($192,436), regardless of actual costs incurred by the ENGINEER unless substantial modifications to the project are authorized in writing by the DIRECTOR. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted in writing by the CITY. Estimated Value Estimated Invoice Date Complete of Work Complete Value 31-Jul 10% $19,244 $19,244 30-Aug 20% $38,487 $19,244 30-Sep 30% $57,731 $19,244 31-Oct 40% $76,974 $19,244 30-Nov 50% $96,218 $19,244 31-Dec 60% $115,462 $19,244 31-Jan 70% $134,705 $19,244 28-Feb 80% $153,949 $19,244 31-Mar 90% $173,192 $19,244 30-Apr 100% $192,436 $19,244 $192,436 ENGINEER shall conform to the provisions and requirements of the Level of Effort and Associated Cost which are attached hereto and made a part hereof as Attachment C. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 2012 Combined Sewer Separation Project—Highland Avenue Phase 11 May 7,2012 -2- 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Article 5, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen (15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to Paragraph 4 hereof, no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act (815 ILCS 205/1, et seq.), as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -3- arose or the same will be time-barred. The provisions of this paragraph shall survive any expiration, completion and/or termination of 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, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owncd and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -4- C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. 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. 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -5- 16. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 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. 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -6- 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -7- 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement, ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. 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 Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Bradley P. Sanderson, P.E. Vice President Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, IL 60554 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this CONTRACT it is expressly agreed and understood that in connection with the performance of this CONTRACT that the CONTRACTOR shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies, represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to this CONTRACT shall be legal residents of the United States. CONTRACTOR shall 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -8- also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this CONTRACT. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. CONTRACTOR shall pay any and all costs associated with any such audit. IN WITNESS WHEREOF, the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By , By: /5/—Th Manager / Name/Print: Bradley P. Sanderson Title: Vice President Attest: City Clerk 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -9- Attachment A-Scope of Services Preliminary Engineering-Tasks and Services Task 1.1 -Project Management,Meetings and Coordination The Project Management Plan (PMP) will be modified and completed upon award of the engineering services. The final document will be distributed to the project team and utilized regularly to ensure that the project stays on track and that the team routinely verifies that the critical path items are being addressed. Additionally, budget tracking software will be used to track the progress of each stage of the engineering;doing so allows the project manager to identify any obstacles to be addressed. Early identification of any obstacles will ensure that they are dealt with timely, avoiding project delays and added costs. In addition to these documents, the QC/QA Plan will be reviewed with the City to ensure that all proper items are included. Any suggested modifications to the Project Management or QC/QA Plans will be incorporated into the final documents prior to distribution. EEI will schedule and attend a Kick-Off Meeting with the City to introduce the design team and review the items submitted in the proposal. In addition to review of the schedule and scope of work, EEI will obtain any additional information from the City. Particularly, this will allow the design team to gain knowledge that has been gathered over the years from resident complaints or staff observations. Per the PMP, a distribution list will be created to identify the necessary documents to be distributed to various parties throughout the project. In addition to the Kick-Off Meeting, EEI will attend periodic progress meetings with the City as necessary to review the project status. At this point,we envision two progress meetings. Additionally, EEI will attend meetings with any permitting agencies and project stakeholders as required. EEI will prepare all outlines,presentation material and minutes for any meetings attended. Task 1.2—Data Collection EEI will provide a detailed list of requested information prior to the Kick-Off meeting noted above. The information requested will generally consist of: 1. Existing models 2. Utility atlases 3. Existing survey data 4. Local benchmarks 5. Old plans for the area 6. CCDD Special Provisions on past projects Task 1.3—Stormwater Modeling/Basis of Design Report EEI will develop an EPASWMM model for the watershed and proposed storm sewer sizing and routing within the entire basin limits to allow the separation of target storm sewer inlets from the combined sewer. We will use the aerial topography provided by the City along with our field investigations to define the watershed tributary area and delineate drainage sub areas for storm sewer inlets within the study area. EPASWMM model input parameters will be 52 Wheeler Road, Sugar Grove,IL 60554- (630)466-6700 tel - (630)466-6701 fax—www.eeiweb.com Attachment A-Scope of Services developed based on the drainage area delineations, the aerial topography, and observations about land use and ground cover based on aerial photos and our field investigations. The modeling will confirm, or be used to adjust as necessary, the proposed sizing of the sewers that were originally established in the CSO Long Term Control. The storm sewers will be routed to intercept the target inlets, have a design slope based on the aerial topography, and have a capacity designed for the 10-year storm event utilizing Bulletin 70 rainfall data in accordance with the City's stormwater ordinance. The model will be used to develop an overall sewer separation plan for the basin. The modeling effort will be summarized in a memo report, which will also include the proposed phasing/implementation plan for the construction of the separated sewers in the basin. A phasing/implementation plan will be established that fits within the City's budget constraints. The phasing/implementation plan would be utilized to establish the next priority project within the basin. It is our understanding that the City will have approximately $2.00 - 2.25M budgeted towards the construction in 2013. Based on the budget and preliminary discussions with the City on the basin priorities, we are estimating that the project limits for the first phase will include approximately 5,000 linear feet of storm sewer construction. As we understand,the following tasks are to include the anticipated next phase of construction. Task 1.4—Conduct Topographic Survey EEI will conduct a topographic survey of the project limits (approximately 5,000 linear feet). The survey will be used as a base map for the design. The survey would include the following tasks: 1. Horizontal Control: Utilizing state plane coordinates (NAD '83, Illinois East Zone, 1997 Adjustment); EEI 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 approximate right-of-way and boundary lines throughout project limits. 6. Perform spot elevations and cross sections at 50 foot stations for approximately 5,000 linear feet of roadway. 52 Wheeler Road, Sugar Grove, IL 60554- (630)466-6700 tel - (630)466-6701 fax—www.eeiweb.com Attachment A -Scope of Services 441 7. Locate all trees of 6-inch caliper or greater. Provide tree size,location and elevation on survey. 8. Locate all visible 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. Locate existing hardscape improvements located in the project limits including paving,curbs,light fixtures, walks,street signs,parking,fencing and gates,approximate Right-of-Way and buildings(if any). 10. Provide office calculations and plotting of field and record data. 11. Provide office contouring of field data and one foot contour intervals. 12. Drafting of an Existing Conditions Plan at a scale of 1".20'. After collecting any existing information from the City,the design team will utilize the draft topographic survey and conduct a thorough preliminary field inspection. Task 1.5—Geotechnical Investigation EEI will coordinate with our proposed sub-consultant, Rubino Engineering, Inc., to obtain sufficient information to evaluate the existing pavement conditions and underlying soil properties. Borings will be obtained every 500 feet, or more frequently as determined in the field within the project limits (approximately 5,000 linear feet). Rubino will prepare a detailed report describing the conditions and will make recommendations for any remediation. EEI will analyze the recommendations and review any issues in detail with the City. Prior to conducting the geotechnical investigation,we will review the latest CCDD regulations with the City and the City's general policy on the issue and will jointly determine what our best course of action will be. Task 1.6—I/1 Investigation EEI will coordinate with our proposed sub-consultant, Sewer Systems Evaluations,Inc. (SSE),to clean and televise the existing combined sewer within the project limits (approximately 5,000 linear feet). In addition to the main lines,it is also recommended that the lateral sewers be televised at a minimum of manhole upstream or downstream of the main line to ensure integrity beneath any potential roadway improvements. EEI will review the televising and will make recommendations as to the need for point repairs,lining,replacement and/or other methods of rehabilitation. SSE will also conduct smoke testing and dye water testing as needed to determine sources of infiltration and inflow and identify undocumented sewer systems or drain tiles near the proposed main line trunk storm sewer and adjacent sewers. As we discussed with City staff, smoke testing may not provide a significant amount of information and may be able to be eliminated from the scope. A more detailed discussion on the benefits of smoke testing will be performed during preliminary design. 52 Wheeler Road,Sugar Grove, IL 60554- (630)466-6700 tel - (630)466-6701 fax-www.eeiweb.com • Attachment A-Scope of Services 441 EEI will also coordinate with City staff to mail out survey forms to each of the residents and businesses located within the basin to gather any pertinent data that would aid in the investigation. Task 1.7—Preparation of Preliminary Documents(Alignments,Estimates,Exhibits,etc.) After a thorough review of all existing data, EEI will prepare preliminary alignments for the new storm sewer (approximately 5,000 linear feet) within the project limits. EEI will also provide alternatives as necessary and will be prepared to discuss the advantages and disadvantages of them in detail. Also during this time, it would be appropriate to discuss and evaluate possible best management or sustainable practices that may serve to reduce stormwater runoff within the basin, such as utilization of porous pavements and/or conveyance of flows utilizing vegetative bio-swales. In addition, preliminary cost estimates will be prepared. The alignments will be reviewed with City Staff prior to proceeding with final design. Task 1.8—Utility Coordination EEI will submit exhibits to the necessary utility companies and obtain atlas maps to begin the process of identifying any potential utility conflicts. Throughout the duration of the Preliminary and Final Design Engineering, EEI will provide updated drawings to the utility companies showing the scope of improvements such that conflicts can be pinpointed and either avoided or the appropriate utility relocations can be designed. Final Design Engineering—Tasks and Services Task 2.1 —Project Management,Meetings and Coordination EEI will continue to provide project management throughout the duration of the project and will update the PMP as necessary. EEI will meet with the City to review the project status and discuss any critical elements at regularly scheduled status meetings, pre-determined milestones or as otherwise needed to discuss critical design elements. The purpose of these meetings is to allow the City to review the progress and provide comments or suggestions. Additionally, EEI will attend any meetings with permitting agencies, project stakeholders, the City Council or other City departments as needed. EEI will continue preparing all outlines,presentation material and minutes for any meetings attended. Task 2.2—Final Plans and Specifications Plans will be developed in accordance with IDOT, IEPA and City standards. Plans will be prepared in the general format as follows;however,additional information may be included as necessary: • Cover Sheet— Project Title, Location Map, City Officials, Index of Sheets, Engineer Seal and Signature, Plan Approval Signature Block. • General Notes Sheet—Project specific comments,information and requirements. 52 Wheeler Road, Sugar Grove, IL 60554— (630)466-6700 tel — (630)466-6701 fax—www.eeiweb.com Attachment A -Scope of Services Akor • Summary of Quantities Sheets—Pay Items,Units and Quantities. • Schedule of Quantities Sheets—These sheets will be developed and included to provide specific information for structure installation with stations and offsets, pavement construction details from station to station and other pertinent data useful during the bidding and construction phases of the project. All other information will be contained on the plan sheets for each roadway. • General Plan — Include a general plan with any overall specific project notes; identification of project limits, R.O.W.,easements or other general data will be provided. • Benchmarks, Alignments and Ties Sheet — Provide all relevant horizontal and vertical data, and sufficient information for project layout. • SWPPP-Outline the measures to be followed as the work progresses as needed to minimize sediment laden run-off. • Removal Sheets — If necessary due to the quantity of information provided on the Plan and Profile Sheets, specific Removal Sheets will be developed to clearly identify removal limits and quantities. • Plan and Profile Sheets — Standard sheets prepared detailing the project limits, pay items, quantities, dimensions and all other pertinent construction data. • Traffic Control and Staging Sheets — Provide detail regarding the staging of the work, staging areas, suggested truck traffic access routes, traffic control to be utilized during various stages of installation, and other key data. • Project Specific Details Sheets— Include all City construction details and details prepared by EEI specifically for this project. • Highway Standards — Include all required City and IDOT Highway Standards to serve as reference during construction. As plan development progresses, the design documents will be submitted at the 60% and 90% completion milestones(or completion percentage targets as requested). Specifications will be developed based on the most recent versions of the IDOT Standard Specifications for Road and Bridge Construction and the Standard Specifications for Water and Sewer Main Construction in Illinois Other provisions, such as standard City special provisions, will also be included and shall prevail over the typical construction specifications when necessary. When needed, EEI will develop project specific special provisions to provide the necessary detail related to construction, materials, measurement and payment for items that are not covered in the standard specifications or any existing supplemental specifications. Provisions related to the Quality Control testing measures to be implemented by the Contractor will also be developed. In addition to the Standard Specifications, the Project Procedures Guide will be referenced to establish the necessary tests and testing frequency. In addition to the special provisions, the Contract Documents will contain the necessary bidding and contracting information, schedule of quantities, prevailing wage requirements, key dates for construction and all other City 52 Wheeler Road,Sugar Grove, IL 60554— (630)466-6700 tel — (630)466-6701 fax — www.eeiweb.com Attachment A -Scope of Services 4koHr requirements for project bidding. Task 2.3—Preparation of Quantities and Estimates As the preparation of plans and specifications progresses, the design team will use the drawings in conjunction with field measurements to develop quantities for bidding. All calculations will be kept on file for verification by the City as needed. While preliminary estimates will be prepared as necessary, the final estimate of cost will be prepared based on final quantity calculations and the most recent bid prices for similar work in the region. Task 2.4—Permits EEI will prepare all permits and provide direct coordination with permitting agencies throughout the early development stages of this project. Plans and Specifications will include the necessary language for any and all permits to ensure that the Contractor is in compliance. At this time, we anticipate the need for the following permits: • IEPA—Watermain and Sanitary Sewer Improvements • IEPA—Notice Of Intent • City of Elgin—Stormwater Management Permit Task 2.5—Stakeholder Coordination EEI will submit plans and/or meetings will be held with the various stakeholder groups(Utility Division,Department of Public Works, Engineering Division, etc.) to keep them in the lines of communication and to properly address their concerns. A submittal log and meeting minutes will be maintained. Task 2.6—Utility Coordination EEI will have previously made contact with each utility company during Preliminary Engineering. At the time of the initial contact, it was necessary to obtain atlas maps and identify key routes for new utility installation. Once the preliminary alignments for the underground utilities are approved by the City,the information will be provided to the utility companies such that their review and design process can commence. Task 2.7—Land Acquisition EEI will conduct legal surveying and prepare appraisals, plats and legal descriptions for any and all required easements to accommodate the construction of the project improvements. The need for these documents will be determined as early on in the design process as possible. Task 2.8—Project Funding EEI, along with our grant consultant will research potential available sources of funding assistance for the construction of the Project and also assist City Staff in preparing applications for and securing all possible sources of project construction funding. Additionally, we will provide technical and administrative assistance to potential 52 Wheeler Road, Sugar Grove, IL 60554 (630)466-6700 tel — (630)466-6701 fax — www.eeiweb.com Attachment A-Scope of Services 410, grant/loan agencies in supporting successful acquisition of project construction funding. Task 2.9-Bidding and Contracting Upon completion and final approval of the plans and specifications, EEI will assist in the advertising, bidding, review, award and contracting phase of the project. During the bidding phase, EEI will answer questions from prospective bidders and will prepare addenda as necessary to respond to any questions. EEl will also establish the criteria necessary for bidding, such as the need to provide a copy of the contractor's IDOT Pre-Qualification, or other references for determination of the bidder's ability to perform the work. The Project Manager will attend the bid opening,and thereafter EEI will review the accuracy of the bids and prepare a tabulation of bids. Based on the final review of that information, EEI will review any references and prepare a formal recommendation of award letter for submittal to the City. Upon award of the project, EEI will prepare at least three (3) complete contracts to be executed by the City and the Contractor. Upon successful completion of the contract preparation,the project will move into Construction. 52 Wheeler Road, Sugar Grove, IL 60554— (630)466-6700 tel - (630)466-6701 fax —www.eeiweb.com 11*It Standard Schedule of Charges January 1,2071 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $171.00 Principal E-3 $167.00 Senior Project Manager E-2 $155.00 Project Manager E-1 $142.00 Senior Project Engineer/Planner/Surveyor II P-6 $130.00 Senior Project Engineer/Planner/Surveyor I P-5 $121.00 Project Engineer/Planner/Surveyor P-4 $111.00 Senior Engineer/Planner/Surveyor P-3 $102.00 Engineer/Planner/Surveyor P-2 $ 93.00 Associate Engineer/Planner/Surveyor P-1 $ 83.00 Senior Project Technician II T-6 $121.00 Senior Project Technician I T-5 $111.00 Project Technician T-4 $102.00 Senior Technician T-3 $ 93.00 Technician T-2 $ 83.00 Associate Technician T-1 $ 74.00 Administrative Assistant A-3 $ 78.00 CREW RATES,VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $133.00 2 Man Field Crew with Standard Survey Equipment $207.00 1 Man Field Crew with RTS or GPS* $164.00 2 Man Field Crew with RTS or GPS* $238.00 Vehicle for Construction Observation $15.00 In-House Scanning and Reproduction $0.25/Sq.Ft.(Black&White) $1.00/Sq.Ft.(Color) *RTS=Robotic Total Station/GPS=Global Positioning System 52 Wheeler Road, Sugar Grove, IL 60554— (630)466-6700 tel - (630)466-6701 fax—www.eeiweb.com I •• E LGIN EPORT TO MAYOR & MEMBERS OF CITY COUNCIL THE CITY IN THE SUBURBS- AGENDA ITEM: E MEETING DATE: May 23, 2012 ITEM: Engineering Services Agreement with Engineering Enterprises, Inc. for the 2012 Combined Sew- er Separation - Highland Avenue Phase 2 ($192,436) OBJECTIVE: Provide professional engineering design services for combined sewer separation. RECOMMENDATION: Approve the professional engineering services agreement with Engineering Enterprises, Inc. for a fee of$192,436. BACKGROUND Combined sewers collect and convey both storm water runoff and individual property wastewater discharges. The combined sewers convey daily wastewater flows to the wastewater treatment plant; however, during rain events of substantial storm water runoff, the combined sewers will surcharge and result in combined sewer overflow to a surface water course. The city has a combined sewer system serving approximately 3,000 acres of the central part of the city. There exist eleven combined sewer outfalls that discharge combined sewer overflow into the Fox River. Regulation of combined sewer overflows is covered in the city's existing Na- tional Pollutant Discharge Elimination System (NPDES) Permit (IL 0070505). The conditions of the NPDES permit require the development of a Combined Sewer Overflow Long Term Control Plan consistent with the requirements of the federal Clean Water Act and federal Combined Sewer Overflow Control Policy of 1994. The city's Combined Sewer Overflow Long Term Control Plan identifies the city's intention to separate all of the storm water flows from the combined sewers in order to reduce overflow volumes and thus improve the water quality of the Fox Riv- er. The Combined Sewer Separation Study and Combined Sewer Overflow Plan Study completed in August 2008 by Carroll Engineering identified twelve combined sewer basins. The basin pro- posed for work at this stage is the continuation of separation in the Highland Avenue Basin. The Highland Avenue Basin consists of approximately 330 acres and is roughly describe as the area surrounded by Highland Avenue and Larkin Avenue on the north, McLean Boulevard on the west, Erie Street and South Street on the South and the outfall at Fox River on the east. Proposals were solicited from five engineering firms to further study the Highland Avenue Basin and provide professional engineering services including an overall basin separation strategy and then to further identify and design the second phase of the Highland Avenue Basin Sewer Sepa- ration Project. The first phase of the basin separation was completed with storm sewer in- stalled from the Fox River discharge point at Highland Avenue to the intersection of West Chi- cago and Sheridan Streets. Please see the map (Attachment A) of the Highland Avenue Basin area and existing separated storm sewers in the basin. Upon completion of Phase 2 of the High- land Avenue Basin, the Long Term Control Plan schedules work in other combined sewer basins. While compiling the schedule 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 of Phase 2 of Highland Avenue Basin is planned to be followed in 2014 with the initial phase of the Bluff City Boulevard Basin. Upon completion of the qualification selection process, price proposals from the five firms were opened. Engineering Enterprises had proposed the lowest fee for the work to be completed. Staff determined that no further negotiation was necessary, and recommends that the Council approve the agreement with Engineering Enterprises, Inc. in the amount of $192,436. The pro- posal evaluation and fee comparison are attached as Exhibit C. OPERATIONAL ANALYSIS Qualification proposals were solicited from five engineering firms to further study the Highland Avenue Basin to provide an overall basin separation strategy and then to provide design engi- neering with the completion of plans, specifications and bid documents for the second phase of the Highland Avenue Basin Sewer Separation Project. A staff selection committee evaluated the qualification proposals and unanimously selected Engineering Enterprises, Inc. as the most qualified firm for the project. A copy of the proposed agreement is attached as Exhibit B. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS Staff recommends that the council approve the agreement with Engineering Enterprises, Inc. in the amount of $192,436. Funds to construct the second phase of the Highland Avenue Basin Sewer Separation Project will need to be budgeted in 2013. 2 BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE Riverboat 275-0000-791.92-41 340050 $57,189 $57,189 2001 G.O. Bond 381-4200-795.92-41 340050 $47,597 $47,597 2003 G.O. Bond 383-4200-795.92-41 340050 $46,550 $46,550 2004 G.O. Bond 384-4200-795.92-41 340050 $41,100 $41,100 LEGAL IMPACT NONE. ALTERNATIVES The city council may choose not to authorize the agreement with Engineering Enterprises, Inc. 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 de- sign 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. Agreement with Engineering Enterprises, Inc. C. Proposal Evaluation Results and Fee Tabulation I i 4 J EXHIBIT A: LOCATION MAP Highland Ave. Combined Sewer Basin (Basin 002) N h " a ss E f.' , H�O J v < ' �: < . �ir0 Q4-- Ye.� �� a� as P I a 1 4 e a i h �� Legend a. „,,,14;: .,,, _ Highland Ave. Basin 002 • St �� €� — Separated • ,, . . r '� Storm Sewer �XXr g �"�:'} kx °4 R Y X�-.ief� F 4;:;,,i,-.,” n .SAL 4 '�� �T'b`,� E-R.o-a,� = �i 9 aFP � ��� i Nt � �� � <� �<, ' y _ �"j y�# fi y x } k3� " hale ` T. :,_ i �' ' i�e �F 7-mss ' " ,., ''.1.4. . , c a s a � s - S' ' �11 6 Ft � g � �� Iq � .� a � i -� c -� B� IL, s a r ■_ ,„ s tt £ a - •..1 < ,r ; - Y �� � 0 465 930 60 Feet j -. ".m A< W qx •.e,r ,,, �« z 5a. + i,:t .i ;,...�, ,r,.." s ,Friwr 1 AGREEMENT THIS AGREEMENT is made and entered into this day of , 2012, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY")and Engineering Enterprises, Inc. (hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2012 Combined Sewer Separation Project—Highland Avenue Phase II (hereinafter referred to as the PROJECT); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Water Director of the CITY,herein after referred to as the"DIRECTOR". B. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in B below. B. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including, but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY 2012 Combined Sewer Separation Project—Highland Avenue Phase 11 May 7,2012 shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Lump Sum Method) A. The CITY shall pay the ENGINEER for services under this Agreement a total lump sum of one hundred ninety two thousand four hundred thirty six Dollars ($192,436), regardless of actual costs incurred by the ENGINEER unless substantial modifications to the project are authorized in writing by the DIRECTOR. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted in writing by the CITY. Estimated Value Estimated Invoice Date Complete of Work Complete Value 31-Jul 10% $19,244 $19,244 30-Aug 20% $38,487 $19,244 30-Sep 30% $57,731 $19,244 31-Oct 40% $76,974 $19,244 30-Nov 50% $96,218 $19,244 31-Dec 60% $115,462 $19,244 31-Jan 70% $134,705 $19,244 28-Feb 80% $153,949 $19,244 31-Mar 90% $173,192 $19,244 30-Apr 100% $192,436 $19,244 $192,436 ENGINEER shall conform to the provisions and requirements of the Level of Effort and Associated Cost which are attached hereto and made a part hereof as Attachment C. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 2012 Combined Sewer Separation Project—Highland Avenue Phase 11 May 7,2012 -2- 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Article 5, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen (15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to Paragraph 4 hereof, no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act (815 ILCS 205/1, et seq.), as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action C 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 =3_ I arose or the same will be time-barred. The provisions of this paragraph shall survive any expiration, completion and/or termination of 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, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE • A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and$1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30)days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -4 C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES1 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. 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -5- 16. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 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. 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -6= 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. r 2012 Combined Sewer Separation Project—Highland Avenue Phase II May 7,2012 -7- 26. SUBSTANCE ABUSE PROGRAM. 48/ As a condition of this agreement, ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. 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 Director 411 City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Bradley P. Sanderson,P.E. Vice President Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, IL 60554 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this CONTRACT it is expressly agreed and understood that in connection with the performance of this CONTRACT that the CONTRACTOR shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage,workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies, represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to this CONTRACT shall be legal residents of the United States. CONTRACTOR shall 2012 Combined Sewer Separation Project—Highland Avenue Phase 11 May 7,2012 .8- also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this CONTRACT. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. CONTRACTOR shall pay any and all costs associated with any such audit. IN WITNESS WHEREOF, the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By By: City Manager Name/Print: Bradley P. Sanderson Title: Vice President Attest: City Clerk 2012 Combined Sewer Separation Project—Highland Avenue Phase U May 7;2012 -9- Attachment A-Scope of Services gill Preliminary Engineering-Tasks and Services Task 1.1 -Project Management,Meetings and Coordination The Project Management Plan (PMP) will be modified and completed upon award of the engineering services. The final document will be distributed to the project team and utilized regularly to ensure that the project stays on track and that the team routinely verifies that the critical path items are being addressed. Additionally, budget tracking software will be used to track the progress of each stage of the engineering; doing so allows the project manager to identify any obstacles to be addressed. Early identification of any obstacles will ensure that they are dealt with timely, avoiding project delays and added costs. In addition to these documents, the QC/QA Plan will be reviewed with the City to ensure that all proper items are included. Any suggested modifications to the Project Management or QC/QA Plans will be incorporated into the final documents prior to distribution. EEI will schedule and attend a Kick-Off Meeting with the City to introduce the design team and review the items submitted in the proposal. In addition to review of the schedule and scope of work, EEI will obtain any additional information from the City. Particularly, this will allow the design team to gain knowledge that has been gathered over the years from resident complaints or staff observations. Per the PMP, a distribution list will be created to identify the necessary documents to be distributed to various parties throughout the project. In addition to the Kick-Off Meeting, EEI will attend periodic progress meetings with the City as necessary to review the project status. At this point,we envision two progress meetings. Additionally, EEI will attend meetings with any permitting agencies and project stakeholders as required. EEI will prepare all outlines, presentation material and minutes for any meetings attended. Task 1.2-Data Collection EEI will provide a detailed list of requested information prior to the Kick-Off meeting noted above. The information requested will generally consist of: 1. Existing models 2. Utility atlases 3. Existing survey data 4. Local benchmarks 5. Old plans for the area 6. CCDD Special Provisions on past projects Task 1.3-Stormwater Modeling/Basis of Design Report EEI will develop an EPASWMM model for the watershed and proposed storm sewer sizing and routing within the entire basin limits to allow the separation of target storm sewer inlets from the combined sewer. We will use the aerial topography provided by the City along with our field investigations to define the watershed tributary area and delineate drainage sub areas for storm sewer inlets within the study area. EPASWMM model input parameters will be 3 52 Wheeler Road, Sugar Grove, IL 60554- (630)466-6700 tel --- (630)466-6701 fax - www.eeiweb.com Attachment A-Scope of Services developed based on the drainage area delineations, the aerial topography, and observations about land use and ground cover based on aerial photos and our field investigations. The modeling will confirm, or be used to adjust as necessary, the proposed sizing of the sewers that were originally established in the CSO Long Term Control. The storm sewers will be routed to intercept the target inlets, have a design slope based on the aerial topography, and have a capacity designed for the 10-year storm event utilizing Bulletin 70 rainfall data in accordance with the City's stormwater ordinance. The model will be used to develop an overall sewer separation plan for the basin. The modeling effort will be summarized in a memo report, which will also include the proposed phasing/implementation plan for the construction of the separated sewers in the basin. A phasing/implementation plan will be established that fits within the City's budget constraints. The phasing/implementation plan would be utilized to establish the next priority project within the basin. It is our understanding that the City will have approximately $2.00 - 2.25M budgeted towards the construction in 2013. Based on the budget and preliminary discussions with the City on the basin priorities, we are estimating that the project limits for the first phase will include approximately 5,000 linear feet of storm sewer construction. As we understand,the following tasks are to include the anticipated next phase of construction. Task 1.4—Conduct Topographic Survey EEI will conduct a topographic survey of the project limits (approximately 5,000 linear feet). The survey will be used as a base map for the design. The survey would include the following tasks: 1. Horizontal Control: Utilizing state plane coordinates (NAD '83, Illinois East Zone, 1997 Adjustment); EEI 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 approximate right-of-way and boundary lines throughout project limits. 6. Perform spot elevations and cross sections at 50 foot stations for approximately 5,000 linear feet of roadway. 52 Wheeler Road,Sugar Grove, IL 60554 — (630)466-6700 tel — (630)466-6701 fax —www.eeiweb.com • Attachment A-Scope of Services • 7. Locate all trees of 6-inch caliper or greater. Provide tree size,location and elevation on survey. 8. Locate all visible 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. Locate existing hardscape improvements located in the project limits including paving,curbs, light fixtures, walks,street signs, parking,fencing and gates,approximate Right-of-Way and buildings(if any). 10. Provide office calculations and plotting of field and record data. 11. Provide office contouring of field data and one foot contour intervals. 12. Drafting of an Existing Conditions Plan at a scale of 1"=20'. After collecting any existing information from the City,the design team will utilize the draft topographic survey and conduct a thorough preliminary field inspection. Task 1.5-Geotechnical Investigation EEI will coordinate with our proposed sub-consultant, Rubino Engineering, Inc., to obtain sufficient information to evaluate the existing pavement conditions and underlying soil properties. Borings will be obtained every 500 feet, or more frequently as determined in the field within the project limits (approximately 5,000 linear feet). Rubino will prepare a detailed report describing the conditions and will make recommendations for any remediation. EEI will analyze the recommendations and review any issues in detail with the City. Prior to conducting the geotechnical investigation,we will review the latest CCDD regulations with the City and the City's general policy on the issue and will jointly determine what our best course of action will be. Task 1.6- I/1 Investigation EEI will coordinate with our proposed sub-consultant,Sewer Systems Evaluations, Inc. (SSE), to clean and televise the existing combined sewer within the project limits (approximately 5,000 linear feet). In addition to the main lines, it is also recommended that the lateral sewers be televised at a minimum of manhole upstream or downstream of the main line to ensure integrity beneath any potential roadway improvements. EEI will review the televising and will make recommendations as to the need for point repairs,lining, replacement and/or other methods of rehabilitation. SSE will also conduct smoke testing and dye water testing as needed to determine sources of infiltration and inflow and identify undocumented sewer systems or drain tiles near the proposed main line trunk storm sewer and adjacent sewers. As we discussed with City staff, smoke testing may not provide a significant amount of information and may be able to be eliminated from the scope. A more detailed discussion on the benefits of smoke testing will be performed during preliminary design. 52 Wheeler Road,Sugar Grove,IL 60554 (630)466-6700 tel - (630)466-6701 fax-www.eeiweb.com • QAttachment A -Scope of Services EEI will also coordinate with City staff to mail out survey forms to each of the residents and businesses located within the basin to gather any pertinent data that would aid in the investigation. Task 1.7—Preparation of Preliminary Documents(Alignments, Estimates, Exhibits,etc.) After a thorough review of all existing data, EEI will prepare preliminary alignments for the new storm sewer (approximately 5,000 linear feet) within the project limits. EEI will also provide alternatives as necessary and will be prepared to discuss the advantages and disadvantages of them in detail. Also during this time, it would be appropriate to discuss and evaluate possible best management or sustainable practices that may serve to reduce stormwater runoff within the basin, such as utilization of porous pavements and/or conveyance of flows utilizing vegetative bio-swales. In addition, preliminary cost estimates will be prepared. The alignments will be reviewed with City Staff prior to proceeding with final design. Task 1.8—Utility Coordination EEI will submit exhibits to the necessary utility companies and obtain atlas maps to begin the process of identifying any potential utility conflicts. Throughout the duration of the Preliminary and Final Design Engineering, ED will provide updated drawings to the utility companies showing the scope of improvements such that conflicts can be pinpointed and either avoided or the appropriate utility relocations can be designed. Final Design Engineering—Tasks and Services Task 2.1 —Project Management, Meetings and Coordination EEI will continue to provide project management throughout the duration of the project and will update the PMP as necessary. EEI will meet with the City to review the project status and discuss any critical elements at regularly scheduled status meetings, pre-determined milestones or as otherwise needed to discuss critical design elements. The purpose of these meetings is to allow the City to review the progress and provide comments or suggestions. Additionally, EEI will attend any meetings with permitting agencies, project stakeholders, the City Council or other City departments as needed. EEI will continue preparing all outlines, presentation material and minutes for any meetings attended. Task 2.2—Final Plans and Specifications Plans will be developed in accordance with IDOT, TEPA and City standards. Plans will be prepared in the general format as follows;however,additional information may be included as necessary: • Cover Sheet— Project Title, Location Map, City Officials, Index of Sheets, Engineer Seal and Signature, Plan Approval Signature Block. • General Notes Sheet—Project specific comments, information and requirements. 52 Wheeler Road,Sugar Grove,IL 60554 — (630)466-6700 tel - (630) 466-6701 fax—www.eeiweh.com Attachment A -Scope of Services A) • Summary of Quantities Sheets-Pay Items, Units and Quantities. • Schedule of Quantities Sheets—These sheets will be developed and included to provide specific information for structure installation with stations and offsets, pavement construction details from station to station and other pertinent data useful during the bidding and construction phases of the project. All other information will be contained on the plan sheets for each roadway. • General Plan— Include a general plan with any overall specific project notes; identification of project limits, R.O.W.,easements or other general data will be provided. • Benchmarks,Alignments and Ties Sheet— Provide all relevant horizontal and vertical data, and sufficient information for project layout. • SWPPP-Outline the measures to be followed as the work progresses as needed to minimize sediment laden run-off. • Removal Sheets — If necessary due to the quantity of information provided on the Plan and Profile Sheets, specific Removal Sheets will be developed to clearly identify removal limits and quantities. • Plan and Profile Sheets — Standard sheets prepared detailing the project limits, pay items, quantities, dimensions and all other pertinent construction data. • Traffic Control and Staging Sheets — Provide detail regarding the staging of the work, staging areas, suggested truck traffic access routes, traffic control to be utilized during various stages of installation, and other key data. • Project Specific Details Sheets— Include all City construction details and details prepared by EEI specifically for this project. • Highway Standards — Include all required City and IDOT Highway Standards to serve as reference during construction. As plan development progresses, the design documents will be submitted at the 60% and 90% completion milestones(or completion percentage targets as requested). Specifications will be developed based on the most recent versions of the IDOT Standard Specifications for Road and Bridge Construction and the Standard Specifications for Water and Sewer Main Construction in Illinois Other provisions, such as standard City special provisions, will also be included and shall prevail over the typical construction specifications when necessary. When needed, EEI will develop project specific special provisions to provide the necessary detail related to construction, materials, measurement and payment for items that are not covered in the standard specifications or any existing supplemental specifications. Provisions related to the Quality Control testing measures to be implemented by the Contractor will also be developed. In addition to the Standard Specifications,the Project Procedures Guide will be referenced to establish the necessary tests and testing frequency. In addition to the special provisions, the Contract Documents will contain the necessary bidding and contracting information, schedule of quantities, prevailing wage requirements, key dates for construction and all other City ''") 52 Wheeler Road,Sugar Grove,IL 60554 - (630)466-6700 tel - (630)466-6701 fax- www.eeiweb.com Attachment A-Scope of Services requirements for project bidding. Task 2.3-Preparation of Quantities and Estimates As the preparation of plans and specifications progresses,the design team will use the drawings in conjunction with field measurements to develop quantities for bidding. All calculations will be kept on file for verification by the City as needed. While preliminary estimates will be prepared as necessary, the final estimate of cost will be prepared based on final quantity calculations and the most recent bid prices for similar work in the region. Task 2.4-Permits EEI will prepare all permits and provide direct coordination with permitting agencies throughout the early development stages of this project. Plans and Specifications will include the necessary language for any and all permits to ensure that the Contractor is in compliance. At this time, we anticipate the need for the following permits: • IEPA-Watermain and Sanitary Sewer Improvements • IEPA-Notice Of Intent • City of Elgin-Stormwater Management Permit Task 2.5-Stakeholder Coordination EEI will submit plans and/or meetings will be held with the various stakeholder groups(Utility Division,Department of Public Works, Engineering Division, etc.) to keep them in the lines of communication and to properly address their concerns. A submittal log and meeting minutes will be maintained. Task 2.6-Utility Coordination EEI will have previously made contact with each utility company during Preliminary Engineering. At the time of the initial contact, it was necessary to obtain atlas maps and identify key routes for new utility installation. Once the preliminary alignments for the underground utilities are approved by the City,the information will be provided to the utility companies such that their review and design process can commence. Task 2.7-Land Acquisition EEI will conduct legal surveying and prepare appraisals, plats and legal descriptions for any and all required easements to accommodate the construction of the project improvements. The need for these documents will be determined as early on in the design process as possible. Task 2.8-Project Funding EEI, along with our grant consultant will research potential available sources of funding assistance for the construction of the Project and also assist City Staff in preparing applications for and securing all possible sources of project construction funding. Additionally, we will provide technical and administrative assistance to potential 52 Wheeler Road,Sugar Grove,IL 60554- (630)466-6700 tel — (630)466-6701 fax -www.eeiweb.com w . Attachment A -Scope of Services • grant/loan agencies in supporting successful acquisition of project construction funding. Task 2.9-Bidding and Contracting Upon completion and final approval of the plans and specifications, EEI will assist in the advertising, bidding, review, award and contracting phase of the project. During the bidding phase, EEI will answer questions from prospective bidders and will prepare addenda as necessary to respond to any questions. EEI will also establish the criteria necessary for bidding, such as the need to provide a copy of the contractor's IDOT Pre-Qualification, or other references for determination of the bidder's ability to perform the work. The Project Manager will attend the bid opening,and thereafter EEI will review the accuracy of the bids and prepare a tabulation of bids. Based on the final review of that information, EEI will review any references and prepare a formal recommendation of award letter for submittal to the City. Upon award of the project, EEI will prepare at least three (3) complete contracts to be executed by the City and the Contractor. Upon successful completion of the contract preparation,the project will move into Construction. 52 Wheeler Road, Sugar Grove,IL 60554-- (630)466-6700 tel - (630)466-6701 fax --www.eeiweb.com . • • • `. Standard Schedule of Charges k _ • January],2017 • EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $171.00 Principal E-3 $167.00 Senior Project Manager E-2 $155.00 Project Manager E-1 $142.00 Senior Project Engineer/Planner/Surveyor II P-6 $130.00 Senior Project Engineer/Planner/Surveyor I P-5 $121.00 Project Engineer/Planner/Surveyor P-4 $111.00 Senior Engineer/Planner/Surveyor P-3 $102.00 Engineer/Planner/Surveyor P-2 $ 93.00 Associate Engineer/Planner/Surveyor P-1 $ 83.00 Senior Project Technician II T-6 $121.00 Senior Project Technician I T-5 $111.00 Project Technician T-4 $102.00 Senior Technician T-3 $ 93.00 Technician T-2 $ 83.00 Associate Technician T-1 $ 74.00 Administrative Assistant A-3 $ 78.00 CREW RATES,VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $133.00 2 Man Field Crew with Standard Survey Equipment $207.00 1 Man Field Crew with RTS or GPS* $164.00 2 Man Field Crew with RTS or GPS* $238.00 Vehicle for Construction Observation $15.00 In-House Scanning and Reproduction $0.25/Sq.Ft.(Black&White) $1.00/Sq.Ft.(Color) *RTS=Robotic Total Station/GPS=Global Positioning System 52 Wheeler Road,Sugar Grove, IL 60554— (630)466-6700 tel — (630)466-6701 fax—www.eeiweb.com ATTACHMENT B- A PROPOSED SCHEDULE E LG-N 4if Engineering Enterprises,inc. 2012 COMBINED SEWER SEPARATION PROJECT-HIGHLAND AVENUE PHASE II City al Elgin.IL ne n..m..e amma WORN Eon __o�rr �eeee��� ITEM Mil®®�e�� � O.tober •.T.-nmber 1110=11.11=1.1 = '...fe0. .. 011®ENITI VaiJai�^ EMmCECmEI0MIM ' ® �Q�®m Q® �EN�®��mmd® 'RE,Immirre mi NEEpm ® .ii.i. ®..Alii iiiii... :ii.iiiiii..iii.iiR1=Ciiiiiii ii.... ' ��aaiiiaiiiiiiiiiiiiiiiiiCMI�Ciii:��MI:MI: Elm ii..iii. .ii..iiii..ii..ii.iii.i. :.........iiiii. ....iiiiii ��.. . i..ii.iii.i..ii iiiiii.iiiiiiii.i......iiiiiiiiiiimi u -®�®!l I��iiN:®r®.iiiii:__.-®_®-__:-®___-_:D___®_®® .o_sicn EnGPl .,.. iiiiiiiii..i.III i....III ill III i TM FM LT1 f17 .i.r.7. --7''-'" =MIN MI III NI ® ........III.ii...ii...... .i..i...i ! ne A..i .es �ii...i.....i.ii.i........ ..i....i M a iiiiiiiiiiiiiiiiiiiiiiiiiiii iiiii O®®®®®O®®E::MM:: :OM®®OMMEMM ®®®OI®I6 ifl .i.i.iii...i= =i i -iiiiiiii iii. ..iii ii.....iiiii . iiiiiiii iiiiiiii 1:. �i..ii.ii...�ii ii.ii.iii.i..iii......i..i t.liminary eet Mminlcfatlm!Manageliendment fhsl Design Inge Remit Submittals/Review s/Review Eng ,eedng _.Bidding and Cantaefng menim MadegngRtepoet.. Construction J J ,T _ 11 21Engineering Enterprises, ATTACHMENT C-ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST PROFESSIONAL ENGINEERING SERVICES E LG I N rtisnrvmnrE sri 2012 COMBINED SEWER SEPARATION PROJECT-HIGHLAND AVENUE BASIN PHASE II City of Elgin,IL ENTRY: ENGINEERING SURVEYING DRAFTING ADMIN. WORK PRINCIPAL SENIOR SENIOR ITEM COST WORK PROJECT ROLE: IN PROJECT TECHNICAL LEAD PROJECT PROJECT PROJECT CAD PROJECT HOUR PER REM CHARGE MANAGER RESOURCE MODELER DESIGNER DESIGNER MANAGER SURVEYOR I TECHNICIAN MANAGER TECHNICIAN ADMIN SUMAC ITEM.. NO, WORK ITEM . . ;r HOURLY RATE:... $187., ,.. .$187:_'. $167 $121 ,::..3142 ...1$121 ..: $142 .,$121. $102;, .$121 ,.$111 $78 PRELIMINARY ENGINEERING 1.1 Protect Management.Meetings and Coordination 10 22 1 7 28 1 1 1 3 72 . 10,658 1.2 Data Collection 2 2, 4 $ 618 1.3 Stormwater Modelint{1Basis of Design Report 2 8 2 118, 16 24 170 $ 21212." 1.4 Conduct T000Drephic Survey 2 5 45 27 85 , 164 S 19,371 1.5 Geotechnical Investigation 1 5 4, 10 $ 1,361 1.6 VI Investigation 7 20 56 _63 S. 10,785 • 1.7 Preparation of Preliminary Documents 9_ _ 43 38 10 10 110 S 14,527 1.8 111111 Coordination 3504 1 4 FINAL EIiGINEERRIG .�,��.��������__.. , .. 2.1 Protect Management,Meetings and Coordination 6 14 18 2 40 $ 6,052 2.2 Final Plans and Specifications 38 90 140 70 70 408 S 52,306 2.3 Preparation of Quantities and Estimates.. —_ 7 9 20 38 $ 4,867 24 Permits 4 10 8 10 _ 4 36 $ 4.536 2.5 Stakeholder Coordination 7 12 1 20 S 2,951 2.6 ,Utility Coordination 3 22. 1.._.... .__26 _3703 2,7 Land Acquisition 2 2 ____10 15 15 _ 44 $ 5.383 2.8 Protect Funding 4_ 8 2 14 $ t960 2.9 Biddin•and Contractin• 8 21 5 8 42 $ 5,547 X, r.11',. ;Sr : 'a 5 ,si 1:4 .R.-7,:..:.s ",T. .,.,n :,•w',,444,440,,],: .,...!..1,..:,‘, t ,rs,m',--- '57'.. 1d 81 6a-01,,,07,aat. ,:.. _... PROJECT TOTAL: 16 138 2 135 310 274 _ 105221,283 $ WAIT DIRECT EXPENSES LABOR SUMMARY Printing= $ 1,500 Engineering Expenses= $ 120,052 Supplies 6 Misc.= $ 1,000 Surveying Expanses= $ 23,234 Geotechnical 1Rubin01= $ 4.830 Drafting Expenses= $ 21,335 Ill Investigation(SSE). $ 16,259 Administrative Expenses= S 1,715 Funding)Schmutte)= $ 2,500DIR -144411,1$189. TOTAL LABOR.EXPENSES.. $ 188.947 ECT EXPENSES= $ "5 -" . . TOTAL EXPENSES= s I f EXHIBIT C: PROPOSAL EVALUATION RESULTS AND FEE TABULATION11) City of Elgin, Illinois Highland Ave. CSS Phase 2 Design Engineering Services RFP Evaluation April 30th, 2012 Proposal Evaluation Results Evaluators Total Firm's Name 1 2 3 4 Score Donohue & Associates 86 77 75 74 312 Engineering Enterprises, Inc. 94 81 86 91 352 H.R. Green, Inc. 91 74 84 75 324 Trotter & Associates 88 79 84 90 341 Stanley Consultants 86 65 80 86 317 Fee Proposal Tabuluation Donohue & Associates $199,545.00 Engineering Enterprises, Inc. $192,436.00 • H.R. Green, Inc. $302,754.00 Trotter & Associates $290,026.50 Stanley Consultants $261 ,544.00 •