Loading...
13-79 Resolution No. 13-79 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 1 WITH BURNS &McDONNELL ENGINEERING COMPANY, INC. FOR ADDITIONAL ENGINEERING SERVICES IN CONNECTION WITH THE 2014 NEIGHBORHOOD STREET REHABILITATION AND COMBINED SEWER SEPARATION-STANDISH/ELM PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R. Stegall,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute amendment agreement no. 1 with Burns&McDonnell Engineering Company, Inc. on behalf of the City of Elgin for additional engineering services in connection with the 2014 Neighborhood Street Rehabilitation and Combined Sewer Separation-Standish/Elm Project,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: May 8, 2013 Adopted: May 8, 2013 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AMENDMENT AGREEMENT No. 1 THIS AMENDMENT AGREEMENT No. 1 is hereby made and entered into this 8th day of May , 2013, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Burns & McDonnell Engineering Company, Inc, a Missouri corporation(hereinafter referred to as "Engineer"). WHEREAS, the City and Engineer hereto have previously entered into an agreement dated February 27, 2013 wherein the City engaged the Engineer to furnish certain professional services in connection with the 2014 Neighborhood Street Rehabilitation and Combined Sewer Separation -Standish/Elm Project (hereinafter referred to as "Original Agreement" and the "Project"); and WHEREAS, the parties hereby have each determined it to be in their best interests to amend Original Agreement; and WHEREAS, the City has determined that the proposed scope of the PROJECT should be modified to include design, engineering, administration and planning engineering activities for Basin 02A and Lord Street Phase 2B Areas Combined Sewer Separation which are directly adjacent to the original agreement area; and WHEREAS, the contract price for the Original Agreement is in the amount of$620,704.10, and the cost for the additional engineering services for the Basin 02A and Lord Street Phase 2B areas Combined Sewer Separation Project to be provided pursuant to this Amendment Agreement No. 1 is in the amount of$185,039.62; and WHEREAS, the circumstances necessitating the change in performance contemplated by this amendment were not reasonably foreseeable at the time the Original Agreement No. 1 was signed; the changes contemplated by this Amendment No. 1 are germane to the Original Agreement as signed; and this Amendment Agreement No. 1 is in the best interest of the City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual undertakings as provided 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. Section I of the Original Agreement is hereby amended by adding the following additional subparagraph D thereto to read as follows: "D. ENGINEER shall also perform the additional Services relating to the Basin 02A and the Lord Street Phase 2B areas Combined Sewer Separation Project as described in Attachment B, entitled," "DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES 2014 Neighborhood Street Rehabilitation Standish/Elm Project Amendment No. 1 - Lord Street Phase 2B and Basin 02A Areas" attached hereto and made a part hereof. No Supplemental Services shall be performed by the ENGINEER nor shall the City be responsible for payment of any Supplemental Services unless and until such Supplemental Services are authorized in advance in writing by the City. 3. Section IV of the Original Agreement is hereby amended by adding the following to the end thereof: "E. For additional services to be provided pursuant to this Amendment Agreement No. 1 as described in Attachment B, Engineer shall be reimbursed at the rate of 3.0 times the direct hourly rate, based on 2012 W-2 earnings, of personnel employed on this Project, with a total fee for the services described in Attachment B not to exceed $185,039.62 regardless of the actual time or actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the CITY. The aforementioned not-to-exceed fee includes all other direct costs incurred pursuant to and arising out of the Project which are not included in the invoiced rate for personnel. For purposes of clarification, the total not-to-exceed fees to be paid to the ENGINEER by the CITY are $620,704.10 pursuant to the Original Agreement and $185,039.62 pursuant to this Amendment Agreement No. 1, with the total not-to-exceed fees pursuant to the Original Agreement and Amendment Agreement No. 1 totaling $805,743.72." "F. A detailed Project Schedule for providing the Services described in Attachment"B" as attached hereto and made a part of hereof as Attachment B-1." "G. An Exhibit presenting the general location of approximately 5,200 linear feet of combined sewer to be separated per the Services described in Attachment"B" is attached hereto and made a part hereof as Attachment B-2." 4. "Section XXVIII is hereby added to the Original Agreement as follows: Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such audit." 5. The changes provided to the Original Agreement as provided in this Amendment Agreement No. 1 are germane to the Original Contract as signed and this Amendment Agreement No. 1 is in the best interests of the City of Elgin and is authorized by law. 6. That except as amended in this Amendment Agreement No. 1 the Original Agreement shall remain in full force and effect. 7. That in the event of any conflict between the terms of the Original Agreement, and the provisions in this Amendment Agreement No. 1, the provisions of this Amendment Agreement No. 1 shall control. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY OF ELGIN CONSULTANT By: �2,�'0 • WBy: City Manager Attes : Attest: af ,Dee6 City Clerk Attachment B DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES 2014 Neighborhood Street Rehabilitation Standish/Elm Project Amendment No. 1 - Lord Street Phase 2B and Basin 02A Areas 1. OVERALL 1. General: Burns &McDonnell Engineering Company, Inc. (Design Engineer)will serve as the City of Elgin's representative for the entire design and administration of the planning for the 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 Desgin Engineer shall 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 bidding and planning documents in accordance with the City's objectives of cost, time and quality. The Design Engineer will work closely with and report to the City Engineer or his designee. It shall be understood that the Design Engineer will act as the City Engineer on this project and shall coordinate with other City entities such as the Legal Department, City Clerk, Purchasing Director,Water Director, Sewer Director and Street Director. The Design Engineer shall be responsible for acting as the City Engineer on this project in regards to Federal, State and County issues as well. 2. Law: The Design Engineer is expected to understand all State, County and City Laws governing the implementation of his bidding and planning documents. 2. DESIGN a. Project Location: Exhibit 1 establishes the streets and/or areas to be included in the Design Engineer's bidding and planning documents. b. Project Kickoff: 1. Introduction of Project Team 2. Establish lines of communication 3. Present a work plan for the project including schedule milestones, design criteria (utilize existing standard City contract as a base model), list of information needed to begin design 4. Acquire existing information including previous reports and plans of recent development and relevant site information 5. Acquire existing storm water modeling information in the project areas including previous reports and available current models 6. Collect water and combined sewer atlases 7. Interview and document same, the Sewer, Water and Street departments for their knowledge of issues within the project location 8. Collect and analyze public utility records and notify utility of pending project c. Inspection of Project Location: The Design Engineer shall provide site inspection of the entire area as well as immediately adjacent area. The following shall be included: 1. Internal Televising of all combined sewer mains 2. Physical inspection, including photographs of all manholes, valve vaults, catch basins and inlets 3. Video recording of existing improvements within and adjacent to the project location. Also,private property as it abuts the project 4. Complete geotechnical investigations where deem necessary by the Design Engineer 5. Signage inventory 6. Pavement marking inventory 7. Trees inventory 8. Lighting inventory 9. Video Inspection of entire project d. Stormwater Data Review: Design Engineer shall utilize data obtained as a result of the project kick-off meeting and inspection of Project Location to complete an evaluation of how to efficiently manage stormwater in the Project Area. This will include review of existing reports and stormwater models; as well as modeling of any changes to existing drainage patterns. Existing City stormwater models will be used. If existing models are not available; Engineer shall develop"trunk line interceptor" model to complete sizing of the new storm sewer. If a model is developed,the Engineer shall use the XP-SWMM or Hydraflow modeling program, or approved equivalent. e. Routing Evaluation: Within approximately two weeks of completion of the inspection of the Project Locations Burns &McDonnell will complete an evaluation of the routing options for new and relocated City water main, storm sewer and separated sanitary sewer. The evaluation will be based on criteria established during the project kick-off meeting. It will include a recommendation for review and acceptance of the routing of the new and relocated utilities. Burns &McDonnell will present the routing evaluation to the City. A site walk of the proposed routing will be included. f. Geotechnical Investigation: Burns &McDonnell will review available geotechnical information and obtain additional geotechnical information through the acquisition of up to 12 subsurface borings to assess subsurface conditions for the project. This soil boring work will be subcontracted directly with ECS or another acceptable geotechnical investigation firm. g. Clean Construction Demolition Debris: Engineer shall complete industry standard environmental survey consisting of a PESA and limited soil borings, as necessary,to determine if potentially impacted soils exist in the project area. A summary report will be provided to the City prior to completion of the final design. h. Scope of Work Refinement: Based upon the collection of the above information, the Design Engineer shall refine the scope of work, including an estimate of cost, and obtain approval from the City. The Design Engineer shall include alternatives sufficient to insure the base bid will be below the total budget(when considering testing, publications, inspections and other typical costs found in construction projects). i. Construction Documents: Design Engineer will complete plan sheets as necessary, construction estimates, construction specifications, bid and contract documents utilizing a City format. Any alterations or additions to the City format shall be highlighted and fully explained to the City Engineer or his representative. Plan sheets shall be provided for all underground work including water main, storm sewer and combined sewer improvements. j. Scheduling: For this agreement, the Design Engineer shall develop a schedule for all steps from execution of this agreement to contract award. The schedule shall be updated at a miniumum of every two weeks and submitted to the City Engineer or his designee. k. Surveying: The Design Engineer shall provide a topographic survey of the portions of the project that require water and combined sewer construction or separation. The survey shall also pick up existing underground improvements that the City is not improving if the City does not have as constructed drawing for same. Base plan sheets will be developed from this survey at a maximum scale of 1"=50'. 1. Construction Estimate: The Design Engineer shall prepare several estimates related to the work the City desires to have completed under this project. Separate estimates are required for each of the utilities and separate locations should the project include multiple locations. In addition, the Design Engineer shall set the project estimates up to allow for alternates to insure a project may be bid and awarded as close to the budget as possible. m. Agency coordination: At a minimum, the Design Engineer shall schedule meetings with the City and any other interested agency, at about the midway point in their plan and specification development to insure they are meeting the expectations of the City. A second meeting shall be held with the City at approximately 95%completion to finalize the bid, specifications and planning documents. The Design Engineer shall prepare any and all necessary permits and documents required by the Illinois Environmental Protection Agency, United States Army Corps of Engineers, the Illinois Department of Natural Resources, Metra,the Illinois Department of Transportation, and any other governmental agency that have a regulatory interest in the project. The Design Engineer shall coordinate with all public utility companies including verification of the soundness of their structures and any potential relocations/delays. n. Open House: The Design Engineer shall locate, schedule and hold open houses for the properties abutting the project location. Up to three (3) open houses are included in this scope of work due to the number of institutional and commercial properties in the Project Area. The Design Engineer shall hand deliver or U.S. Mail to each abutting property a notice of this open house a minimum of seven calendar days in advance. 3. BIDDING 1. Prepare bid forms,notices and addendum as necessary for bidders. 2. Coordinate with the local newspaper to insure the notice is published 10 days in advance of the bid opening. 3. Provide(25) sets of drawings and specifications to be issued by the City to prospective bidders. 4. Attend pre-bid meeting with prospective bidders to provide clarification for issues and concerns from bidders. The Engineer will also distribute minutes from pre- bid meeting to the City and all meeting attendees with written answers to concerns/questions from the meeting. 5. The selected Engineer will receive bidder questions and requests for clarification. Based on these questions and requests,the selected Engineer will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders. 6. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Following this review, a recommendation will be presented to the City for award of the construction contracts. 7. Prepare tabulation of bids for distribution to City agencies and interested bidders. 8. Assist the City in the preparation of six (6)copies of final contracts for execution by the successful bidder and the City. Attachment B-1 Amendment No.1-Lord Street Phase 28 and Basin 02A Project Schedule -Standish/Elm Area liut-nti_ City of Elgin -2014 Neighborhood Street Rehabilitation Project c1_)on ttcl I Combined Sewer Separation,Water Main and Street Rehabilitation 11141, 10,1 March 7,2013 2013 PROPOSED PROJECT TASKS March April May June July August September October November December Notice To Proceed Task 1.1-Project Kick-off Meeting Design Task 1.2-Inspection of Project Location Task 1.3-Stormwater Data Review - Task 1.4-Routing and Geotechnical Investigation Task 1.5-Clean Construction Demolition Debris Evaluation Task 1.6-Plan Submittals to City - . ■ ■ Task 1.7-Construction Estimate IMMEr. rlFg_II" Task 11.1-Provide Twenty-Five(25)Sets of Final Bid Documents i Task 11.2-Assist the City with Contactor Requests&Addenda Task 11.3-Bid Review Faigui`- '! • Plan Submittals to the City of Elgin • Prefinal Plans and Specifications `j Final Plans and Specifications ... ..ii.: :$4".:1 . .,..., , --ta'. . .a %. ,,,.:„:„.......,,,„ , i„ : . ,,,,o,.. ..., • ., ...:.: ‘ .. , .. . ‘., .\., • \ 44 Al. *sip . f ~ f nu • .ti + I • - •yy, n•-fi'r i� g • ' • , } 5 \ _ i ,4- s i • v - , $fI Ito vs 4...... .. gyp *t', u, i U 111 .....i an r : , .11 , 0,. ....., . rill- ....: : .1 Pa., , ., . i ',.. : 2 , A .... „ , . ,,.,te- • '.. ,!'' d I' ' :rcairq -4.,,,, '0% Abtrit,.. ..:).\ is 1 : 11111111111 ::,.*.M I :..', . . • . 1 ''. '1- . '4. • 2.,, , iii NM* .. ..• . , .tilible . ::,,,,er\`‘...," ::::„. ,.C....: . • ;: .:.: ‘: :.N...,, 'I'll': -:...'i 'ill, , r...., .u.oura:" .:00V.. , an , . , lip tili , is . . .. . ii. . , . , .. ,... s • ..... , . . :: ....„ . . .. . ). . '., 913 :;;,,.N. .:'''''•,:i:;1 ' ' , . .'.: I , IP°. s ' .. ? 'is:. -- 111111111ibillin '' . .-- ' - L - . 3 - .. ' ' ' .'" ' .-Rua , .' " i71-.'. '.14°``i" . is . .v . ..,.. .,. .._ , • • , _.._ , 1 1 .,..r.s.„. , . . .„, 1 . • .: • .... ....,.. ......, ,,,;.. . . 25 . I . 1 :- .s.. t 1• ' i4„ - ''!✓ :it, c i ^• Jr R / .. , my!q: Iand�s'&McDonnell En ineN,. ► •,,.. • !..4c : endmen fr,, ••••••,,;=. f i- ... -. '� * Am clunen�6-2 y a « - A' a1N I„t, Atta --*• 5; . Lege .• `,r..' M:;' M vR •IN 5. pratna9eArea mendrnent Z It •x, ` + I Areas Included In A .tnal A mens 1 •ree • p7?., •1.'.: i . 4 �•, _J- ` a.- , ' -''l.. •3 �• Areas Include tri W �%✓ M WN i44 d to S tri ffR fir ,i,S •ce y :74117 q' o C z. S u a i u Original Agreement AGREEMENT THIS AGREEMENT is made and entered into this 27thday of February,2013,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Burns&McDonnell Engineering Company, Inc. (hereinafter referred to as"ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2014 Neighborhood Street Rehabilitation and Combined Sewer Separation - Standish/Elm (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 City Engineer of the CITY,herein after referred to as the "DIRECTOR". B. The Engineer will provide survey,detailed design, permit acquisition, and bidding phase services for approximately 24,000 linear feet of combined sewer separation, water main replacement and street rehabilitation. Project includes the design of new storm sewer, combined sewer separation, water main replacement, sidewalk replacement,combined sewer utility adjustments, sewer point repairs,water testing stations, survey monuments and other appurtenances consistent with City requirements. Project also includes street rehabilitation and television inspection of all combined sewer in the Project Area,and due diligence required to for certification of clean construction debris disposal in accordance with Illinois Environmental Protection Agency. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. a. Preliminary Plans and Specifications: June 10,2013 b. Prefinal Plans and Specifications: August 26, 2013 c. Final Plans and Specifications: September 20, 2013 d. Bid Review:November 30th, 2013 B. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule.A brief narrative will be provided identifying progress,findings and outstanding issues. 3. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER (Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 3.0 times the direct hourly rate of personnel employed on this PROJECT,with the total fee and expenses not to exceed$620,704.10,regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus 5%. Any such amounts shall be included within the not to exceed fees and expenses of$620,704.10 provided for in Section 4A hereof. C. Other reimbursable components of the fee include: a. Survey Total Station or GPS $250 per day. b. See Attachment C for labor breakdown and other reimbursable components. Such other reimbursable components of the fee are included within the not to exceed total fee and expenses of$620,704.10 provided for in Section 4A hereof. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Full payment for the project shall not be made until the project is completed and accepted by the DIRECTOR. 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 task amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and,unless terminated for cause or pursuant to Article 5,shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition,if either party,by reason of any default, fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. Notwithstanding the foregoing or anything else to the contrary in this agreement,with the sole exception of the monies the CITY has agreed to pay to the ENGINEER pursuant to Section 4 hereof, no action shall be commenced by the ENGINEER or any other related entity against the CITY for monetary damages. 10. INDEMNIFICATION To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify,defend and hold harmless the CITY, its officers,employees,agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY,its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration,completion and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official,director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance; alternatively,if the insurance states that it is excess or prorated,it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES. PROCEDURES AND SAFETY 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 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. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion,shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 27. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid, addressed as follows: A. As to CITY: JOSEPH EVERS,P.E. City Engineer City of Elgin 150 Dexter Court Elgin,Illinois 60120-5555 B. As to ENGINEER: RANDALL L. PATCHETT,P.L. Regional Global Practice Manager Burns&McDonnell Engineering Company, Inc. 1431 Opus Place Downers Grove, Illinois 61515 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with all applicable Federal,State,City and other requirements of law,including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By ,2 � y /City anager Avej / Attest: Arrest: -41 [(1 ( Cary Clerk )c4L (5;cb44-1 F:1Publc_Woda\Engineering\Capital Projects\2011 Street Rehabilitation12010 AGREEMENT Street Rehab.doc Attachment A DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES 2014 Neighborhood Street Rehabilitation Standish/Elm Project OVERALL 1. General: Bums &McDonnell Engineering Company, Inc. (Design Engineer)will serve as the City of Elgin's representative for the entire design and administration of the planning for the 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 Desgin Engineer shall 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 bidding and planning documents in accordance with the City's objectives of cost, time and quality. The Design Engineer will work closely with and report to the City Engineer or his designee. It shall be understood that the Design Engineer will act as the City Engineer on this project and shall coordinate with other City entities such as the Legal Department, City Clerk, Purchasing Director, Water Director, Sewer Director and Street Director. The Design Engineer shall be responsible for acting as the City Engineer on this project in regards to Federal, State and County issues as well. 2. Law: The Design Engineer is expected to understand all State, County and City Laws governing the implementation of his bidding and planning documents. 2. DESIGN a. Project Location: Exhibit 1 establishes the streets and/or areas to be included in the Design Engineer's bidding and planning documents. b. Project Kickoff: 1. Introduction of Project Team 2. Establish lines of communication 3. Present a work plan for the project including schedule milestones, design criteria (utilize existing standard City contract as a base model), list of information needed to begin design 4. Acquire existing information including previous reports and plans of recent development and relevant site information 5. Acquire existing storm water modeling information in the project areas including previous reports and available current models 6. Collect water and combined sewer atlases 7. Interview and document same,the Sewer,Water and Street departments for their knowledge of issues within the project location 8. Collect and analyze public utility records and notify utility of pending project c. Inspection of Project Location: The Design Engineer shall provide site inspection of the entire area as well as immediately adjacent area. The following shall be included: I. Internal Televising of all combined sewers 2. Physical inspection,including photographs of all manholes, valve vaults, catch basins and inlets 3. Video recording of existing improvements within and adjacent to the project location. Also,private property as it abuts the project 4. Complete geotechnical investigations where deem necessary by the Design Engineer 5. Signage inventory 6. Pavement marking inventory 7. Trees inventory 8. Lighting inventory 9. Video Inspection of entire project d. Stormwater Data Review: Design Engineer shall utilize data obtained as a result of the project kick-off meeting and inspection of Project Location to complete an evaluation of how to efficiently manage stormwater in the Project Area. This will include review of existing reports and stormwater models; as well as modeling of any changes to existing drainage patterns. Existing City stormwater models will be used. If existing models are not available; Engineer shall develop"trunk line interceptor" model to complete sizing of the new storm sewer. If a model is developed,the Engineer shall use the XP-SWMM or Hydraflow modeling program, or approved equivalent. e. Routing Evaluation: Within approximately two weeks of completion of the inspection of the Project Locations Burns&McDonnell will complete an evaluation of the routing options for new and relocated City water main, storm sewer and separated sanitary sewer. The evaluation will be based on criteria established during the project kick-off meeting. It will include a recommendation for review and acceptance of the routing of the new and relocated utilities. Burns&McDonnell will present the routing evaluation to the City. A site walk of the proposed routing will be included. f. Geotechnical Investigation: Burns&McDonnell will review available geotechnical information and obtain additional geotechnical information through the acquisition of up to 20 subsurface borings to assess subsurface conditions for the project. This soil boring work will be subcontracted directly with ECS or another acceptable geotechnical investigation firm. g. Clean Construction Demolition Debris: Engineer shall complete industry standard environmental survey consisting of a PESA and limited soil borings, as necessary,to determine if potentially impacted soils exist in the project area. A summary report will be provided to the City prior to completion of the final design. h. Scope of Work Refinement: Based upon the collection of the above information,the Design Engineer shall refine the scope of work, including an estimate of cost, and obtain approval from the City. The Design Engineer shall include alternatives sufficient to insure the base bid will be below the total budget (when considering testing,publications, inspections and other typical costs found in construction projects). i. Construction Documents: Design Engineer will complete plan sheets as necessary, construction estimates, construction specifications,bid and contract documents utilizing a City format. Any alterations or additions to the City format shall be highlighted and fully explained to the City Engineer or his representative. Plan sheets shall be provided for all underground work including water main, storm sewer and combined sewer improvements. j. Scheduling: For this agreement, the Design Engineer shall develop a schedule for all steps from execution of this agreement to contract award. The schedule shall be updated at a miniumum of every two weeks and submitted to the City Engineer or his designee. k. Surveying: The Design Engineer shall provide a topographic survey of the portions of the project that require water and combined sewer construction or separation. The survey shall also pick up existing underground improvements that the City is not improving if the City does not have as constructed drawing for same. Base plan sheets will be developed from this survey at a maximum scale of 1"=50'. 1. Construction Estimate: The Design Engineer shall prepare several estimates related to the work the City desires to have completed under this project. Separate estimates are required for each of the utilities and separate locations should the project include multiple locations. In addition, the Design Engineer shall set the project estimates up to allow for alternates to insure a project may be bid and awarded as close to the budget as possible. m. Agency coordination: At a minimum, the Design Engineer shall schedule meetings with the City and any • other interested agency, at about the midway point in their plan and specification development to insure they are meeting the expectations of the City. A second meeting shall be held with the City at approximately 95% completion to finalize the bid, specifications and planning documents. The Design Engineer shall prepare any and all necessary permits and documents required by the Illinois Environmental Protection Agency, United States Army Corps of Engineers, the Illinois Department of Natural Resources,Metra, the Illinois Department of Transportation, and any other governmental agency that have a regulatory interest in the project. The Design Engineer shall coordinate with all public utility companies including verification of the soundness of their structures and any potential relocations/delays. n. Open House: The Design Engineer shall locate, schedule and hold open houses for the properties abutting the project location. Up to three(3) open houses are included in this scope of work due to the number of institutional and commercial properties in the Project Area. The Design Engineer shall hand deliver or U.S. Mail to each abutting property a notice of this open house a minimum of seven calendar days in advance. 3. BIDDING 1. Prepare bid forms,notices and addendum as necessary for bidders. 2. Coordinate with the local newspaper to insure the notice is published 10 days in advance of the bid opening. 3. Provide(25)sets of drawings and specifications to be issued by the City to prospective bidders. 4. Attend pre-bid meeting with prospective bidders to provide clarification for issues and concerns from bidders. The Engineer will also distribute minutes from pre- bid meeting to the City and all meeting attendees with written answers to concerns/questions from the meeting. 5. The selected Engineer will receive bidder questions and requests for clarification. Based on these questions and requests,the selected Engineer will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders. 6. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Following this review, a recommendation will be presented to the City for award of the construction contracts. 7. Prepare tabulation of bids for distribution to City agencies and interested bidders. 8. Assist the City in the preparation of six(6) copies of final contracts for execution by the successful bidder and the City. `�.- -""YAl .no- a.y i �, `,;"4}, ,: r' A O• 2. *I.• 1 .1 st lir o a y t o 3�'I i a r,i e ., ° iia b, •i, v bP Std ..i .,. �, r^ a ;.�' ' 1' •2'4st"w�n�r /M* t'�� a ; d - Il'd ''"` w a i. w' 1, •-, frit %, -, ,q ! y pt� d twg .. • ii.c• ;• I Y�v,Y•i;`i � earwig ci ."I,i, ii ,. fU.•,,. �Sn' ty,' I \\ Cat i,v. f ,r I .,rt R .}� I, 6k " r, t N y swtt 2 : _ 'w f'+ in�'� # r 1 r r �.litI-. ., buott , q � � 1 1l p.11lctaStchw a;�. '� :,;a c EurkC u;-'i )a�, ,. f6 .`•�° r a ;� r 4�. + ✓<. aM¢ �to • ': O :0 N Of ;y�,,t .m. J I ,�YJ` ry e:.. i ! \ \c,,,, �` e •?y A�\ F• ) • ti ,� etre s ti .r! ) f.. ./,, a. .� ';,k_ „, ,,„,,, .., . ,1, ., • 5,`R;,i�''- f �"f 11nTr.nt��7 t- r :t $,,,,,t,,,,,,,,,, ,,, ar` , , sr . „ i , , . . #i. itseV ! iaNImyti „,.., t �1 '. , fes c a r p ? )}, „rf it,, �,,,� i '' "^.1f�%t St • �Aa !! 't`° kv, Jr„ ��v �o-F '... . tih, � ..� � .Atl1 )��{' of}hb ' :� $�-0.• k e, a 11)0 bt1q.51hfa�•)r%v a y � ?'�,>��y,1a�' - �ti i^ - i f 4,i '5.5' 4, stir• r !n 6. 1 y'� �3 i? �¢.. 6 L9 w •e -f ., � P ^.!p •r .r•)• �` '<"�S `'�'x�T.-.S t „t t ,:, V. ti!' wa N t wl Jost'vi aswA' o JJ p"a Ni i 5`s2 41'4 c. U e rn . r c �� 2. 'c a ft ;; F i�PMo, , ,:7 0 �'""a''Or 9 15ftiWa` }' I AR 3 ` y ) `t t 1 ' D- xv ,._ a t t� F •• `4'Peln" �� 'a 'i r arl teta:t,1"c', :r rr P _ 4 r -Ni 1 .. . I �,.' -, .;r d j .` , E,k t )Qnn S).y. di '5�avt.,,' 4 _ ...n -•, • n �F.•t v r 6ki'r I -�. inif•St;i4� �� • .' b� '> Rl�/ • l u `2 I ' ' I' r az t 3 `, e tN r r.J ', t If } t y'.• �, d •F 4 ..:dS .,i zv Pvi�'S p:` ;itsr n '- i ,,..r..!„.,:.„, P R''&ax C".., •.n r na,„,63 ' t ` �P}�+ 1t \ �z & 44 4,. ,v,F ,SPQIt^ere v�a0 i or,.‘r Kn1,q" it 1�I {�'p�! {Mfys�. �J to -'9 H i ' a..,, r1 tin • , bo!d`t? a.. L.:. .:4-...,.a. rr d4. IA iCck h t, • Legend �� • - Drainage Evaluation Area NORTH '44 ry '>tirh Exhibit 1 New Storm Sewers to be Designed v,l,,t,` ij.' 2013 Street Rehabilitation h„ � "4sn Standish,Locust,&Watnut Area �/ r Street Rehab,Comb. Sewer Sep.,New Water Main ), � a +' Swea.ESR1 and Bmta 4 McDanxit Engineering 3 SLi' 8 �rSW.e��uY^SA: 4 :f a.$•: a.4.,. . ,,.� TS w. ,.. ....,� .... !11 Attachment B City of Elgin ,2014 Neighborhood Street Rehabilitation Project Project Schedule -StandlshlRlm Ares __ Combined Sewer Separation,Water Main and Street Rehabilitation \Ir.1 h n_ii,'I1 7777— January 10,2013 i 20_13 PROPOSED PROJECT TASKS February March ril June July August September October November Mike To Proceed Task 1.1-Project Kick•oll Meeting Design Task 1.2-Inspection of Protect Location Task 1.3-Stotonvater Data Review Task 1.4-Routing and Geolachnkel Irweetgation task 1.5-Clean Construction DamoRinn Detain Fvahlallon Task 1.5-Plan Submittals to City _ j♦ task LT-Construction Estimate Task 11.1-Provide Twenty-Frye(25)Sats of Final Bbd Docwnents Task 112.Assist the City vAt Caaxis Request S Addenda task 11.3-Bid Review Nan Submittals m rhe Clry of Elgin® Pratninary Plans and Speefica5ons ® Pretwai Plana and Specitcations • Final Plans and Spec0fca30n3 Attachment C City of Elgin 2014 Neighborhood Street Rehabilitation StandishlElm Project Burns & McDonnell • Reimbursable Expenses City of Elgin . 7......, Engineering Services for 2014 Neighborhood Street Rehabilitation Standish/Elm (7ttI Th.& ( `"P.) Estimated Engineering Fees for Design and Bidding Support 1 I i t):';i ft'`, Marry 10,2013 Tuk I-Design Plisse 1.2 Preliminary Design Phut Proiecl Kick-Off Meeting 4 4 4 1100.00 14246 32.190.96 Site Visit&Routing Evalea1iot 16 24 40 8 1200.00 1315.04 111.115.04 Survey and Eagan=1 Preparatin 40 40 420 12.000.00 31.790.00 174150.00 Hydraulic Model Review and Modalag 8 08 120 20.00 074444 334,408.4 Geotechnical letavmation/Pavuieeat Cotes 4 1.6 41 0 160,000.00 0272.01 S72,24010 Tdev®g of Sewers A 24 4D 160.00000 1257.76 122.03176 Utility Sow=Inspection&inventory 4 24 120 120 _ S200.00 393944 040,203.44 5enage Inventory-included other tats 30.00 Lighting Inventory-%chided to other tads 10.00 Tree Inventory-Included in other lads *060 Video Ingxetiao•included in other task $0.00 Favi uomuatal Soil Testing 2 8 16 34,30000 593.01 16.109.01 Utility Coordination A 24 80 350.00 1400,96 118,466.96 Preliminary Project Plant 16 120 30 120 530000 11,202.88 032.950.11 1.3.Technical Design Memorandum with Recommenda$ions to City A 24 -4030.00 $11456 15.70036 1.1.tieing:and Preparation efConsevelion Bid Documents Additional Survey and Dem Acquisivon 4 40 45 020 5400,00 ST3032 530.442 32 Pr-Final Design Do42rmeats 1 40 020 120 8 5100.00 slims' 044327.61 Technical Quails.Maumee /0 40 1429.60 123.189.40 PMar imfa *Damn Dechment Review with City 12 16 20 40 010.00 1315.04 313,629.04 Real Desi1'n(100%)and&Awaitlal 4 s0 10 120 16 1100.00 51,06132 141,460.32 Specifications&Quantities 4 16 40 125.00 1244.80 19.919.10 1.4 Opinion of Prababie Costtrnctlon Coat 4 16 34 315732 07.741.32 LS - Submit Drawings and Specihem tothe City for Review ifio0000 50.00 -Tack L4 het been incorporated into Task 1.2 _ L6 Assist the Cite with Permit Appbations 2 16 24 A -1100.00 117900 31,177.00 1.7 Prepare Bid Forms,Notices,sad Addends 2 16 24 115036 '36.95136 Task II-Bidding Pbase 11.1 Provide 25 Sets of Final Demge Documents I 1 24 ` 20 13.00000 3289.74 210,025.74 1.1.3 + Assist City with Bidding Please 1 20 40 250.00 5243.44 011,597.44 (13 Assist Chi with Contractor Renown and Distribution of Addends 2 16 24 moo 0150.36 17,00036 HA Assist City with Rid Rev4rw 4 16 171.60 $3.311.60 IIS Auist City with Preparation ofBid Tabulations 7 8 53000 535.80 51,669.80 IL6 Preparation of 50061 Cootratts 2 4 8 330.00 050.12 52.396.12 Tial noxa 0 219 734 1064 1014 44 Haarly Billing Rae 0129.44 51.01.44 516100 5116122 3130.00 110.01 66bmnll 8600 141,172.00 1123,312.00 $163.904.00 5140920.00 13,432.00 3334.625.00 111,25910 3620,704.10 Total Fee 5620.704.10 Company Reprographics Billing Schedule Effective Date January 1, 2013 PHOTOCOPY Central Reprographics Only (Color Volume Discounts-per page) The photocopy process is used for either black and white or color copies/prints up to 12x18. Stock used can be 81/2x11/8'/x14 11x17 12x18 from 20 lb.bond to 100 lb.cover weight,including 1 -1,500 ..$0.50 $1.00 $1.50 index tabs. This process is best utilized by: 1,501 -4,500 $0.45... $0.90 $1.40 • Book printing • Specification covers 4,501 -7,500 $0.40.. $0.80 $1.30 • Letters and memos • Report covers • Line drawings • Specifications 7,501 -up $0.35 $0.70 $1.20 • Manuals • Addendums *Larger than 12 x 18-See Large Photocopy. • All preliminary • Newsletters documents • Booklets Handwork; Labor-charge$36.00 per hour. • Forms • Meeting handouts Overtime work will be billed at$54.00 per hour. Minimum overtime charge is one hour. PHOTOCOPY-Imaging/Printing on 20 lb.bond B/W Copies/Prints Binding/Finishing Up to 12x18 8'/2x11 to 84x14 $0.07 3 Hole Drill Per Drill $0.25 11x17 $0.14 12x18 .$0.24 Folding(machine) Per Page $0.03 Color Conies/Prints Folding(by hand) Per Page $0.10 Staple(machine) Per Staple $0.03 8'/2x11 to 8'/2x14 $0.50 Staple(by hand) Per.Staple $0.08 11x17 $1.00 12x18 .$1.50 Edge Bind .Per Book. $2.00 Acco Bind .Per Book .$2.00 Central Reprographics Only Standard Bind Per Book. $3.00 (B/W Volume Discounts-per page) GBC Plastic Bind. Per Book $3.33 8%2xll/8%2x14 11x17 12x18 Plastic Coil Bind.............._Per Book. $3.33 1 -2,500 $0.07 .$0.14 $0.24 Screw Post Bind Per Post $2.00 2,501 -7,500 $0.06 .$0.12 .50.22 Hand Inserting Per Page $0.15 7,501 -15,000 ..$0.05.............$0.10 $0.20 Laminating 15,001 -up $0.04... .....$0.08 $0.18 Double Sided 8.5x11 EA $2.25 11x17 EA $4.50 The rates shown above are effective for services through December 31,2013,and are subject to revision thereafter. REPRO13 1 LARGE FORMAT DISCOUNT TABLE/CENTRAL PHOTOCOPY/PRINTING/PLOTTING REPROGRAPHICS Square footage rounds up Black&White copy/prints up to 36"wide are available on the OCE TDS devices. Color copy/prints up to 42" Over 3.000 So.Ft.Per Order Unit Price wide are available on the OCE&BP devices.These copiers offer a 25%reduction to 400%enlargement. B/W Color These copiers scan the original drawings into memory then print the required number of sets. All plats will be 12x18 $0.36.. $6.75 on bond,vellum,or Mylar at client's request This process is best utilized by: 15x21 $0.54 $10.15 •Approval sets 18x24 $054 $10.15 •Draft sets •Preliminary sets 22x34 $1.08 $20.25 •Bid sets full or half size •Aerials 24x36 $1.08 $2025 These devices produce very high resolution,especially 28x40 $1.44 $27.00 on dot patterns,solids,photos,etc. 30x42 $1.62 $30.40 Unit Price: B/W=$0.24 sf Color=$4.50 sf 34x44 $1.98...... • $37.15 Square footages round up 36x48 $2.16 $40.50 B/W Color 12x18 $0.48 $9.00 15x21 $0.72. $13.50 Folding(by hand)__.._.__. SF $0.25 18x24 $0.72 $13.50 Staple(by band) per Staple $0.10 Staple with edge binder per Set $2.50 22x34 $1.44 $27.00 Post bind per Post $2.00 24x36 $1.44 $27.00 Handwork will be charged if total time needed to 28x40 $1.92 $36.00 complete is more than 15 minutes. 30x42 $2.16 $40.50 Labor charge is$36.00 per hour. 34x44 .._._$2.64 $49.50 Overtime will be billed at$54.00 per hour. Minimum overtime charge is one hour. 36x48 $2.88 $54.00 Larger than 12 sq.ft.: Actual square footage x$0.24 per sq.ft.B/W Actual square footage x$4.50 per sq.ft.Color For vellum,add$0.15 per sq.ft. For Mylar,add$0.75 per sq.ft. The rates shown above are effective for services through December 31,2013,and are subject to revision thereafter. REPRO13 2 SCAN TO DIGITAL FILE SMALL FORMAT Scan to file B/W(up to 11x17) 1 -1,000 $0.17 per scan 1,001 -up $0.15 per scan-Central Reprographics Only Scan to file Color(up to 11x17) 1 -1,000 $0.50 per scan 1,001-up $0.40 per scan-Central Reprographics Only LARGE FORMAT Scan to file B/W(larger than 11x17) I -500 $2.40 per scan 501 -up $2.00 per scan-Central Reprographics Only Scan to file Color(larger than 11x17) 1 -500 $7.50 per scan 501 -up $7.00 per scan-Central Reprographics Only CD BURNING CD Burn(1-10) $8.00 each CD Burn(11+) $5.00 each The rates shown above are effective for services through December 31,2013,and are subject to revision thereafter. REPROI3 3 Company Vehicle Billing Schedule Effective Date January 1,2013 Base Rate Burns&McDonnell fleet vehicle use is charged using Type-of Mileage an assigned time component and miles traveled Vehicle Daily Weekly Monthly Charge component.The assigned time component provides for Sedan 4 dr $60 $300 $1,195 $0.29 daily,weekly and monthly durations.The miles traveled component relates to variable costs such as fuel, Van $67 $335 $1,335 $0.34 lubrication,tires,maintenance,routine cleaning, etc. Van,12-15 The daily charge applies when a vehicle is assigned for 7 Passenger $109 $545 $2,175 $0.35 days or less.The daily charge is for each 24-hour period or fraction thereof.The weekly charge applies when a Truck-2WD $52 $260 $1,035 $0.32 vehicle is assigned for more than 7 consecutive days and Pickup, 1/2T less than 6 continuous weeks.For fractions of a week over 7 consecutive days,the weekly rate will be prorated Truck-2WD $62 $310 $1,235 $0.32 by the number of days and fractional days the vehicle is Pickup, I/2T Crew. Cab. assigned(one-seventh per calendar day). Truck-2WD $57 S285 $1,135 $0.32 Pickup, 112T Extended Cab. The monthly chargé applies when a vehicle is assigned for more than 6 continuous weeks.For fractions of a Truck-4WD $70 $350 $1,385 $0.35 month over 6 continuous weeks,the monthly rate will be Pickup, 1/2T Crew.Cab. prorated by the number of months and fractional months the vehicle is assigned(one thirtieth per calendar day). Truck-4WD $62 $310 $1,235 $0.35 Pickup, l/2T Employee-owned vehicles are charged at the per mile Truck-4WD $66 $330 $1,305 $0.35 amount allowed by the Internal Revenue Service for Pickup, 112T Extended Cab business miles.Vehicles rented at destinations as part of short duration travel,such as airports,are charged per Truck-4WD S64 $320 $1,275 $0.36 the receipt amount from the Rental Company,plus fuel, Pickup,3/4T Extended Cab insurance,and other directly applicable amounts such as extra cleaning. Truck-4WD $100 $500 $1,995 $0.36 Pickup-3/4T Crew.Cab. The base rate table displays Burns&McDonnell fleet Truck-2WD $67 $335 $1,335 $0.35 vehicle charges that,in addition to providing the vehicle, provides all fuel,maintenance,repairs,fleet care, Pickup,Iron scheduling and liability insurance required by statute. Truck-4WD $77 $385 $1,535 $0.36 For project needs involving any vehicle types that do not Pickup, 1Ton appear in the following table,charges will be established from prevailing market prices for the vehicle,miles SUV-4WD $67 $335 51.335 $0.35 traveled,and insurance premiums.For situations requiring higher insurance limits than required by statue, a vehicle high insurance limits charge can be prepared. Full Size SUV $77 $385 51.535 $0.35 The rates shown above are effective for services through December 31,2013,and are subject to revision thereafter. FLEETI3 ELGIN THE CITY IN THE SUBURBS` DATE: May 14, 2013 TO: Eric Weiss, Water Operations Engineer FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 13-79 Adopted at the May 8, 2013, 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. 1 with Burns & McDonnell Engineering Company, Inc. for Additional Engineering Services in Connection with the 2014 Neighborhood Street Rehabilitation and Combined Sewer Separation- Standish/Elm Project