Loading...
13-88 Resolution No. 13-88 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ARNOLD & O'SHERIDAN, INC. FOR POLICE SECURITY SYSTEM ENGINEERING SERVICES 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 Arnold&O'Sheridan,Inc. on behalf of the City of Elgin for police security system engineering services, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: June 26, 2013 Adopted: June 26, 2013 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 26th day of June, 2013, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Arnold& O'Sheridan Consulting Engineers (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with Detention Security Related Engineering Services (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 Building Maintenance Superintendent, herein after referred to as the"DIRECTOR". B. Services to be provided by the ENGINEER are outlined as follows: • Programming • Schematic Design • Design Development • Construction Documents • Bid Review • Construction Oversight C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. 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 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 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 reimburse the ENGINEER for services under this Agreement a lump sum of $77,000.00 Dollars, 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 amounts provided in Attachment A hereto, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 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. 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 of the alleged cause of action arose or the same will be time-barred. The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. 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: Rich Hoke Building Maintenance Superintendent City of Elgin 1900 Holmes Road Elgin, Illinois 60123 B. As to ENGINEER: Jeff Pronschinske Project Manager Arnold& O'Sheridan Consulting Engineers 4125 N. 124th Street Brookfield, WI 53005 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: Ci Manager =f r- • . Pronschinsk- Director of Security Engineering Att-s : Arnold& O'Sheridan, Inc. 40)(a-62S. ity Clerk / F:U.egal Dept\Agreement\ENGINEERING AGREEMENT-FORM-04-17-08.doc ATTACHMENT A I. SCOPE OF SERVICES GENERAL SCOPE: 1. A complete evaluation and design of the security system for the detention facility. a. Develop an overall equipment replacement strategy for the system including: i. Cell electronic locks ii. Man traps at detention area entrances iii. Jail intercom/monitor iv. Prisoner elevator access v. Receiving garage access vi. All related control systems b. Develop a budget for the replacement of the equipment. c. Prepare bid specifications and drawings for the replacement. d. Project oversight and submittal review 2. A complete evaluation and design of the video surveillance system for the entire facility. a. Develop an overall equipment replacement strategy for the system including: i. New cameras ii. New DVRs iii. Monitoring and review stations b. Develop a budget for the replacement of the equipment. c. Prepare bid specifications and drawings for the replacement. d. Project oversight and submittal review Phase 1 —Programming Phase • Site survey existing security electronics design. Field verify location of equipment cabinets, cameras, intercoms, and all security electronic items. • Investigate existing cable infrastructure. Determine wheat infrastructure needs to be upgraded or replaced. • Interview Owner team to identify what works under the current security electronics design and what doesn't. Determine what security electronics items could be implemented so that processes are streamlined or security increased. • Provide physical security assessment. Investigate physical security components for condition, function, lifespan and durability. The fee for this phase of work is $8,500.00 Phase 2—Schematic Design Phase • Discuss security electronics design considerations. Review different components of security electronics design that could be incorporated into the design. • Discuss detention equipment design considerations. Review different physical security equipment components that could be incorporated into the design. • Provide a report identifying what security electronics components will be designed and implemented with this project. Provide cut sheets of products selected. • Provide an estimate of probable construction costs associated with the design. The fee for this phase of work is $12,000.00 Phase 3 —Design Development Phase • Incorporate schematic design decisions into preliminary documents showing required demolition and proposed layout of new components. • Provide door by door review of security electronics and detention equipment design. Discuss how the security system can be designed to support jail processes, functions and management. • Implement decisions into design development documents. • Develop preliminary project descriptions in the form of narrative specifications of selected design components. • Provide an estimate of probable construction costs associated with the design. The fee for this phase of work is $15,500.00 Phase 4—Construction Document Phase • Incorporate design development decisions into final construction documents showing all detailed information required for demolition and identifying the necessary components and processes to upgrade existing system. Provide compete floor plans of the security electronic system, enlarged plans of control rooms and equipment rooms, security details, riser diagrams,wiring diagrams. • Develop final project specifications and bid documents. • Identify construction packages, alternates and phasing. • Provide an estimate of probable construction costs associated with the design. The fee for this phase of work is $24,500.00 Phase 5 —Bid Phase • Coordinate and perform a pre-bid walk-thru with bidding contractors to explain project scope and requirements. • Review and pre-approve security electronics and detention equipment contractors qualified to perform the work. • Process contractor requests for information and generate documents and addenda as required. The fee for this phase of work is $6,500.00 Phase 6—Construction Phase • Attend monthly construction meetings to ensure the project runs efficiently. • Generate meeting minutes to document the progress per each construction meeting. • Process contractor requests for information. • Identify, review and process project Change Order requests. • Review equipment shop drawing submittals to ensure conformance with the Construction Documents. • Generate and distribute a punch list of corrective items to the contractors based on a fmal inspection at the end of construction. Review to ensure corrective action is taken. • Provide record drawings based on contractor-provided mark-ups of Construction Documents. The fee for this phase of work is $10,000.00 ATTACHMENT B Phase 1 —Programming Phase Start Date: 6/12/13 Completion Date: 8/7/13 Phase 2 — Schematic Design Phase Start Date: 8/8/13 Completion Date: 10/23/13 Phase 3 —Design Development Phase Start Date: 10/24/13 Completion Date: 1/22/14 Phase 4—Construction Document Phase Start Date: 1/23/14 Completion Date: 6/11/14 Phase 5 —Bid Phase Start Date: TBD Completion Date: TBD Phase 6—Construction Phase Start Date: TBD Completion Date: TBD SECPOLICE DEPARTMENT A R N 0 L D A N D SECURITY ELECTRONICONIC UPGRADE AND REPLACEMENT NO S H E R I DA N I N C PROJECT SCHEDULE-5/29/13 PHASE TASK DESCRIPTION MEETING DAY MEETING/DELIVERY DURATION JUNE JULY AUG SEP OCT NOV DEC JAN FEB MARCH APRIL MAY JUNE Date/s 9 1623 30x7 14 21 28 4,11 18 25 1 8 15 22 29 6 13 20 27 3 10 17 24 1 8 15 22.29 5 12 19 26 2 9.16 23 2 9 1623 30 6 13 20 27 4 11 18 25 1 8 15 22 1 Programming Programming Kickoff Meeting Wednesday June 12,2013 2 weeks II — _ _, - 1 Programming Staff Interviews and Site Survey Wednesday July 3,2013 3 weeks Ma - ' 1 Programming Review Preliminary Program Report Wednesday July 24,2013 3 weeks 111. — — — - _ 1 Deliverable Submit 1005.Program Report to Owner Wednesday August 7,2013 2 weeks ' - 2 Schematic Design Schematic Design Kickoff Meeting Wednesday August 28,2013 3 weeks - -- ' _ 2 Schematic Design Staff Interviews and Site Survey Wednesday September 18,2013 3 weeks _ - 2 Schematic Design ,Review Schematic Design Documents Wednesday October 9_2013 3 weeks _ 2 Deliverable Submit 30%Progress Documents to Owner Wednesday October 23,2013 2 weeks - 3 Design Development Design Development Kickoff Meeting Wednesday November 13,2013 3 weeks M. 3 Design Development Staff Interviews and Site Survey Wednesday December 4,2013 3 weeks _ 3 Design Development Site Survey and Jail Tam Wednesday December 18,2013 2 weeks - 3 Design Development Review Design Development Documents is Wednesday January 8,2014 3 weeks - 4 Deliverable Submit 60%Progress Documerns to Owner Wednesday January 22,2014 2 weeks - 4 Construction Documents Construction Documents Kickoff Meeting Wednesday February 12,2014 3 weeks 4 Construction Documents Staff Interviews and Site Survey Wednesday Math 5,2014 3 weeks 4 Construction Documents Review Construction Schedule/Phasing Wednesday Mach 26,2014 3 weeks — 4 Construction Documents Review Constriction Documents Wednesday April 16,2014 3 weeks _ 4 Deliverable Submit 90%Bid Documents to Owner-(Note A) Wednesday April 30,2014 2 weeks - 4 ,OA/QC OA/OC Site Survey Wednesday May 14,2014 2 weeks - 4 OfVOC Renew Advertisement to Bid Wednesday May 28,2014 2 weeks - 4 Final Submit 1005.Bid Documents to Owner-(Note B) Dellwrable June 11,2014 2 weeks - 5 Bidding Adverstisement to Bid/Print Bid Documents TBD 1 week 5 Bidding Mandatory Pre-Bid Meeting-(Nota C) TBD 2 weeks ' 5 Bidding SEC/DEC Qualifications Due TBD 1 week 5 Bidding Issue Addendum No.1-(Note D) Deliverable TBD 2 weeks 5 Bidding Receive Bids TBD 1 day 5 Bidding Review Bids TBD 2 weeks , _ , . ,_ - - 5 Bidding Board Approval TED 1 week _ _ _ , 6 Construction Contract Awad-(Note E) Fal 2014 1 day _ ,_ . _ _ _J - 6 Construction Pre-Construction Meeting-(Note C) TBD 4 weeks ._ _ _ _ , - ._ _ - 6 Construction Construction Begins TBD 1 day 4 • ELGIN POLICE DEPARTMENT SECURITY ELECTRONIC UPGRADE AND REPLACEMENT R N 0 L D A N D PROJECT SCHEDULE-5/29/13 I SHIrRIDAN INC PHASE TASK DESCRIPTION MEETING DAY MEETING/DELIVERY DURATION JUNE JULY AUG SEP OCT NOV DEC JAN FEB MARCH APRIL MAY JUNE Date/s 9 16 23 30 7 14 21 28 4 11 18 25 1 8 15 22 29 6 13 20 27 3 10 17 24 1 8 15 22 29 5 12 19 26 2 9 16 23 2 9 16 23 30 6 13 20 2(4 11 18 25 1 8 15 22 6 Construction Shop Drawing Submission TBD 6 weeks _ 6 Construction A8O Review Complete TED 2 weeks — — _ _ 6 Construction Installation TBD 12-18 months _ _ _ -. 6 Construction Final Systems Checkout-(Note C) TBD 2 weeks 6 Deliverable Punchlist Deliverable TBD 1 week 6 Construction Incorporate Punchlist Items TBD 2 weeks 6 Construction Substantial Completion Summer/Fal 2015 1 day PROJECT SCHEDULE KEY NOTES: A Provide(3)copies of 90%CD's without bid dates. Documents to be reviewed by the following offices. 1. Elgin Building Maintenance 2. Elgin IT 3. Elgin Purchasing 4. Elgin Legal 5. Elgin Police Department B. 100%Doc's to include: 1. (1)copy of final OPC. 2. (3)stamped and signed full size drawings. 3. (1)hard copy of project manual. 4. (1)disc of all documents in PDF format. 5. (1)copy of all CAD drawings(except standard details). 6. (1)set of marked-up redline comments and review notes as received from Owner dunng OA/QC. C. A8O to be present. D. Elgin Building Maintenance to submit Bid Documents for code compliance. Addendum No.1 to include any changes from the plan reviewer. E. Contract award to include. 1. Tax Exemption Certificate 2. Notice to Proceed 3. Purchase Oder from City 2