Loading...
14-159 Resolution No. 14-159 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC. FOR ENGINEERING SERVICES IN CONNECTION WITH THE 2014 WEST PRESSURE ZONE CONNECTIVITY 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 an Agreement on behalf of the City of Elgin with Burns & McDonnell Engineering Company, Inc. for engineering services in connection with the 2014 West Pressure Zone Connectivity Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: November 5, 2014 Adopted: November 5, 2014 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 5th day of November , 2014 , 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 the 2014 West Pressure Zone Connectivity Project (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, or her designee, herein after referred to as the "DIRECTOR". B. The Scope of Services for the Project shall include providing professional services including project coordination, water main routing evaluation, property appraisal, survey and easement preparation, geotechnical sub-surface investigation and environmental analysis, detailed design, permitting support, preparation of an engineer's opinion of probable construction cost and bidding support for the construction of new water mains and connections required for the Bowes Road Area Discharge Transmission Main and the Highland Woods Transmission Main. 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. Pre-Final Plans and Specifications: December 15, 2014 b. Final Plans and Specifications: January 9, 2015 c. Bid Review and Recommendation for Award: January 30, 2015 The above milestone schedule is based on successful negation of easements from private property owners located along the routing of the new water mains agreed to with the City during the design. f 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 (Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 3.0 times the direct hourly rate based on 2014 W-2 compensation divided by 2088 hours of personnel employed on this PROJECT, with the total fee not to exceed $201,819.52 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, and approved by way of written amendment to this AGREEMENT. a. The total fee of$201,819.52 includes $154,756.32 for all professional services included in the Scope of Work with the exception of property appraisal services. The fee for property appraisal services included in the total fee is $47.063.20. The fee for property appraisal services will be dependent on the actual number of properties affected by the water main routes selected during the preliminary design phase. This fee shall only be utilized based on written authorization to proceed with the property appraisal(s) from the City's authorized representative. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 10 percent (10%). - 2 - Any such fees for outside services are included in not-to-exceed amount of $201,819.52 provided in Section 4.A herein. 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$201,819.52 provided 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. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the 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. - 3 - 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 4nd 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 50111, 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 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 - 4 - 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. 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. - 5 - 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 - 6 - 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. - 7 - 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. 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 - 8 - 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 B. Jacobsen Water Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Randall L. Patchett, P.E. Regional Water Global Practice Manager Burns & McDonnell Engineering Company, Inc. 1431 Opus Place, Suite 400 Downers Grove, Illinois 60515 29. 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. ENGINEER shall pay any and all costs associated with any such audit. - 9 - 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/Pi int: Title: AOV ;� dl►K City Clerk FALegal DepMgreement\ENGINEERING AGREEMENT-FORM-01-23-12.doc - 10 - ATTACHMENT "A" SCOPE OF SERVICES 2014 WEST PRESSURE ZONE CONNECTIVITY ENGINEERING SERVICES Scope of Work The scope of work for the project is based on the tasks identified in the RFP,the scope included in Burns& McDonnell's August 1,2014 Proposal and the September 16,2014 meeting with representatives of the City of Elgin. Task 1.Preliminary Design: Task 1 will include surveys necessary for the completion of the selection of pipe routing and preliminary design, development of base sheets using field data, review and preparation of easement information, preparation of preliminary project drawings and specifications(30% level), meetings with City staff to discuss the preliminary drawings and specifications, and preparation and submittal of a design technical memorandum. ➢ Project Kick-off Meeting: Prior to performing any work on this task, Burns& McDonnell will request and coordinate a project kick-off meeting. The purpose of the meeting will include: ■ Introduction of Project Team personnel and the establishment of lines of communication. ■ Acquisition of existing information including previous reports, plans of recent development, and relevant site information. Burns & McDonnell will submit request for information(RFI) list of items to the City several days prior to the kick-off meeting. ■ Presentation of a work plan for completion of the routing evaluation and design phase of the project. The work plan will include project design schedule milestones, design criteria and a checklist of design data and information needed to complete the project. The work plan will be reviewed and refined with the City at the meeting. The work plan is a dynamic document that will be updated on a bi-weekly basis. It will ultimately be developed into the technical design memorandum required for the project. It is proposed that the project kick-off meeting be held within one week of receipt of notice to proceed on the project from the City. ➢ Routing Evaluation: Within approximately two weeks of the project kick-off meeting Burns& McDonnell will complete an evaluation of the routing options for the new water mains. 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 water main. Burns& McDonnell will present the routing evaluation to the City at the Riverside Water Treatment Plant. A site walk of the proposed routing will be included. A. The routing evaluation will identify private properties where property easements would be requited for the Project. B. Based upon written authorization from the City, appraisal work of properties requiring easements will begin following completion of the routing evaluation. ➢ Property Appraisal, Survey and Easement Preparation: Within approximately one week of the final selection of the water main routing by the City, Burns &McDonnell will perform a detailed topographic survey of the route. Property boundaries and vertical and horizontal control points will be established. Topographic survey will be performed with one-foot contours using a total station. Affected property owners will be identified and property appraisals, plats of survey and legal description of permanent and temporary easements for each parcel will be developed. Property Appraisal services will include meeting with property owners and presenting appraisals as requested by the City. The plats of survey and legal descriptions will be completed with two weeks of completion of the field survey work. ➢ Review of Geotechnical Information: Burns & McDonnell will review available geotechnical information and make recommendations for acquisition of additional information if necessary. For purposes of this proposal we have assumed that two subsurface borings will be required to auger beneath Coombs Road,two subsurface borings will be required to auger beneath the Illinois Central Railroad and two subsurface borings will be required to cross Fitchie Creek. We will develop a sketch of where the borings would be taken, stake the boring locations at the project site, and provide a summary of the geotechnical parameters to be analyzed for the project. As part of the design we will subcontract directly with ECS, unless directed otherwise by the City. If these borings prove to be not necessary they will not be completed. ➢ Utility Coordination: As part of this task we will contact J.U.L.I.E and request maps of existing utilities located on and in the vicinity of the project site. This information will be reviewed for potential conflicts and mitigation measures, if needed, will be presented to the City. Based on the location of the site and preliminary investigation, we do not anticipate any significant utility conflicts and the proposed site. ➢ Preparation of Preliminary Project Plans: As part of this task Burns &McDonnell will complete preliminary project plans. The plans will be submitted to the City for review and comment. Burns&McDonnell will coordinate and participate in one meeting with the City at the Riverside Water Treatment Plant to review the preliminary plans. ➢ The information obtained during completion of this task will be compiled into an overall project technical design memorandum, serving as the basis for proceeding with the development of construction bid documents. Task 2• Design and Preparation of Construction Bid Documents: Upon receipt and disposition of comments on the preliminary design documents, Burns and McDonnell will proceed with the development of Final Plans and Specifications that will be used in the Construction Bid Documents. This task will include: ➢ Acquisition and completion of additional survey or data required to complete the design plans and specifications. ➢ Development of final design documents including drawings and specifications for bidding. These documents will be developed taking into consideration City procurement requirements, general conditions, bid documents, insurance requirements, performance bonds, etc. The preliminary design documents will be developed upon completion of Task 1. Burns & McDonnell will implement and complete its six-step Quality Assurance Program prior to submittal of the plans and specifications. We anticipate the plans and specifications will be 100% complete and ready for City for review. ➢ Burns&McDonnell will submit six sets of construction bid documents to the City for review. Burns & McDonnell will coordinate and participate in a meeting with the.City to review the bid documents and receive City comments. The submittal will include a draft engineer's opinion of probable construction cost. ➢ Final Construction Bid Documents(Issued for Bid Documents)will be prepared following resolution and incorporation of comments from the City. Written responses to each comment received will be submitted in a disposition of comments document. Task 3- Prepare an Opinion of Probable Construction Costs for Proposed Work included in the Final Design Documents: Burns& McDonnell will submit an Engineer's Opinion of Probable Construction Cost with each design submittal included in Task 2. The cost will be submitted in a format acceptable to the City that is determined as part of the work performed in Task 1. Task 4-Submit Drawings and Specifications to the City for Review: We have incorporated Task 4 into our discussion of Task 2-Design and Preparation of Construction Bid Documents in this proposal. As part of the design work we will meet with representatives of the City during the review process to explain the drawings, specifications and procedures. We will advise the City concerning the impact of any proposed revisions to total project cost and technical performance throughout the design process. We anticipate a minimum of two design review meetings, one at or shortly following each of the submittals discussed in Task 2. Task 5-Assist the City with Permit Applications. Burns& McDonnell will assist the City in the preparation of permit applications to the Illinois Environmental Protection Agency,the Illinois State Division of Waterways,the Illinois Department of Transportation, Illinois Central Railroad, Kane County and any other governmental agencies having a regulatory interest in the project, and provide all other services to secure permit approval. As part of the applications we will submit complete sets of the Final Design Drawings and Specifications as required. Task 6-Provide Twenty-Five(25)sets of Final Bid Documents We will provide twenty-five sets of Final Bid Documents which will include bid forms, notices for bidders and final drawings and specification to the City for bidding purposes. If requested, we can assist the City in developing web based procurement and/or electronic bid documents. We have experience in providing bidding support on projects in excess of$15,000,000.00 using these bidding methods. Submittal of"Contract Front End Documents" identified as Division"0" in the City's standard specifications will be submitted with the Final Construction Bid Documents submitted as part of Task 2. Legal, procurement, and technical review comments will be incorporated into the Final Bid Documents. Task 7-Assist the City with the Bidding Phase: Burns&McDonnell will provide bidding assistance to the City including receiving bidder questions and requests for clarification, responding to questions in writing and preparation of addenda as necessary. Burns & McDonnell will coordinate and participate in a pre-bid meeting if necessary. Task 8-Assist the City with Bid Review: We will assist the City in reviewing bids and make recommendations concerning the award of contracts. This task will include the development and review of bid tabs, completeness of bid submittals, and reference checks as requested by the City. We will assist the City in preparation of conforming copies of contracts. ATTACHMENT B City of Elgin miles ; Project Schedule 2014 West Pressure Zone Connectivity Engineering Services Bowes Booster Station Discharge and Highland Woods Secondary Connections September 18, 2014 PROPOSED PROJECT TASKS September I October November I December January I ebruary I March April May June July Notice To Proceed Task 1.1-Preliminary Design Task 1.2-Technical Design Memorandum Task 1.3-Design and Preparation of Construction Bid Documents Task 1.4-Opinion of Probable Construction Costs Task 1.5-Submit Drawings and Specifications to the City for Review Task 1.6-Assist the City with Permit Applications Task 11.1-Provide Twenty-Five(25)Sets of Final Bid Documents Task 11.2-Assist the City with Bidding Phase Task 11.3-Assist the City with Bid Review Task 11.4-Assist City with Preparation of Bid Tabulations Task 11.6-Preparation of Final Contracts Task III-Construction Phase Services Plan Submittals to the City of Elgin■ Attachment C City of Elgin 2014 West Pressure Zone Connectivity Engineering Services Project Burns & McDonnell Fee and Reimbursable Expenses City of Elgin Engineering Services for 2014 West Pressure Zone Connectivity Engineering Services `- Estimated Engineering Fees for Design and Bidding Support September 18,2014 Ell M MEN i Task I-Design Phase I.I.Preliminary Design Phase Project Kick-off Meeting z z z 1 69100.00 $21 49 51,10948 Site Visit&Routing Evaluation 8 32 16 $200.00 $200,49 59,400.48 and Easement Pre oration Land 12 24 168 $4,000.00 $730.32 $33,710.32 Land Appraisal Support-Based on 15 Pro trues x 32 340,000.00 $143.20 $47,063.20 Geotechnical Information 2 4 4 $5,00000 575680 $69617.$0 Environmental Soil Testing 2 4 4 53,000.00 535980 14,617.80 Utility Coordination a s $50 OU 142.96 31,800.96 Preliminary Project Plans 2 24 64 40 5200.00 54654U 519,067640 I.2.Technical Design Memorandum with Recommendations to City 2 8 $50.00 $3510 %L815690 1.3.Design and Preparation of Construction Bid Documents Additional Survey and Data Acquisition 8 16 $400.00 .5r92 $4,093692 Pre-Final Design Documents 4 24 104 40 a $20000 $644640 $25945640 Technical Quality Assurance 8 16 $85992 $4,333 92 Preliminary Design Document Review with Citv 4 4 4 5100.00 54296 $2,11x.96 Final Design(100%)and Submittal 4 12 64 40 x S10000 $458.24 $17,966.24 Specifications& uantities 4 16 36 $25.00 $20048 $8,365.48 1.4 Opinion of Probable Construction Cost 4 8 $42.96 $1,750696 1.5 Submit Drawings and Specifications to the City for Review $0.00 $0.00 -Task 1.5 has been incorporated into Task 1.3 1.6 Assist the City with Permit Applications z 7.4 glop 0o $93 ox $3.647 oa Task 11-Bidding Phase 11.1 Provide 25 Sets of Final Design Documents 8 8 31,5oo9oo $57.28 $3,21318 11.2 Assist City with Bidding Phase 4 R $5000 S42 96 $1,800 96 11.3 Assist City with Bid Review 4 a 1 $42.96 51,750.96 11.4 Assist City with Preparation of Bid Tabulations 2 2 $50.00 514.32 $658.32 11.5 Pre aration of Final Contracts 2 8 $50.00 535 80 51,459.R6 "1-1 hours U 50 220 396 304 24 howl,Billing Bate 1102,QO 119700 5167.UU $170 00 S14200 $7700 Subtotals $0.00 $9,850.00 $36,740.00 $51,480.00 543,168.00 $1,848.00 455,175.00 $3,558.52 $201,819.52 Total Fee $201,819.52 Company Reprographics Billing Schedule Central Reprographics Only (Color Volume Discounts - per page) Effective Date January 1,2014 8%2x11/8%2xl4 11x17 12x18 1 - 1,500.............$0.50...............$1.00......$1.50 PHOTOCOPY 1,501 —4,500.......$0.45...............$0.90......$1.40 4,501 —7,500.......$0.40...............$0.80......$1.30 The photocopy process is used for either black and 7,501 —up...........$0.35...............$0.70......$1.20 white or color copies/prints up to 12x18. Stock used can be from 20 lb. bond to 100 lb. cover weight, including index tabs. This process is best utilized by: * Larger than 12 x 18 - See Large Photocopy • Book printing • Specification covers Handwork: Labor-charge$36.00 per hour. • Letters and memos • Report covers Line drawings • Spec cations Overtime work will be billed at$54.00 per hour. •• Manuals • Addendums Minimum overtime charge is one hour. • All preliminary • Newsletters • documents • Booklets • Forms • Meeting handouts Binding/Finishing Uto X2 Up to xX8 PHOTOCOPY—Imaging/Printing on 20 lb. bond 3 Hole Drill......... .........Per Drill..........$0.25 B/W Copies/Prints Folding(machine).............Per Page..........$0.03 81/x1 l to 8'/2x14.............. ....$0.07 Folding(by hand)..............Per Page...........$0.10 11x17................................................. $0.14 Staple(machine)...............Per Staple........ .$0 03 12x18..................................................$0.24 an ..............Per Staple(by hand) P Stapl .$0 08 Color Copies/Prints Edge Bind......................Per Book..........$2.00 81/2x11 to 8%x14.....................................$0.50 Acco Bind......................Per Book..........$2.00 11x17................................................. $1.00 Standard Bind...................Per Book........ $3.00 12x18..................................................$1.50 GBC Plastic Bind..............Per Book......... 33 Plastic Coil Bind................Per Book.........$3.33 Central Reprographics Only Screw Post Bind...............Per Post...........$2.00 (B/W Volume Discounts -per page) Hand Inserting..................Per Page...........$0.15 81/2x11/81/x14 11x17 12x18 1 -2,500....................$0.07.............$0.14......$0.24 Laminating 2,501 —7,500..........$0.06.............$0.12......$0.22 Double Sided 7,501 — 15,000.........$0.05.... ....$0.10......$0.20 8.5 x 11..............................EA................. $2.25 15,001 —up.............$0.04.............$0.08......$0.18 11 x 17................................EA..................$4.50 The rates shown above are effective for services through December 31,2014,and are subject to revision thereafter. REPRO14 1 • A LARGE FORMAT PHOTO COPY/PRINTING/PLOTTING Black&White copy/prints up to 36" wide are available on the OCE TDS devices, Color copy/prints up to 42"wide DISCOUNT TABLE/CENTRAL REPROGRAPHICS are available on the OCE&HP devices. These copiers Square footage rounds up offer a 25%reduction to 400% enlargement, These copiers scan the original drawings into memory then print Over 3,000 Sq.Ft.Per Order Unit Price the required number of sets.All plots will be on bond, vellum, or mylar at client's request. This process is best B/W Color utilized by: •Approval sets 12x18..................$0.36......... ..........$6.75 •Draft sets 15x21..................$0.54....................$10.15 • Preliminary sets •Bid sets full or half size 18x24..................$0.54.,..................$10.15 •Aerials These devices produce high resolution, especially on dot 22x34..................$1.08....................$20.25 patterns, solids,photos, etc. 24x36..................$1.08....................$20.25 28x40..................$1.44....................$27.00 Unit Price B/W=$0.24 sf Color=$4.50 sf 30x42..................$1.62....................$30.40 Square footages rounds up 34x44..................$1.98....................$37.15 B/W Color 36x48..................$2.16....................$40.50 12x 18..................$0.48............:.... 15x21..................$0.72................$13.50 18x24..................$0.72...............$13.50 Finishing 22x34.... ......$1.44...............$27.00 Folding (by hand)................SF................ $0.25 24x36..................$1.44........:......$27.00 Staple(by hand)...................per Staple.........$0.10 28x40.... .........$1.92...............$36.00 Staple with edge binder...........per Set............$2.50 30x42.................. ...............$40.50 Post bind.......................... per Post...........$2,00 34x44..................$2.64................$49.50 Handwork will be charged if total time needed to complete is more than 15 minutes. 36x48..................$2.88..,..,.........$54.00 Labor charge is$36.00 per hour. Larger than 12 sq.ft.: Overtime will be billed at$54.00 per hour. Actual square footage x$0.24 per sq.ft. B/W Minimum overtime charge is one hour. 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 31,2014,and are subject to revision thereafter. REPRO14 2 SCAN TO DIGITAL FILE SMALL FORMAT Scan to file B/W (up to l 1x17) 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) 1-500......................................$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 Burn(1-10) ...........................................$8.00 each CD Buie(11+) .................................$5.00 each The rates shown above are effective for services through December 31,2014,and are subject to revision thereafter. REPRO14 3