Loading...
17-17 Resolution No. 17-17 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 4 WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC. FOR CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE 2017 WATER MAIN REPLACEMENT PROJECT AND LORD STREET SANITARY SEWER PROJECT AND FOR DESIGN, ADMINISTRATION AND PLANNING ENGINEERING SERVICES IN CONNECTION WITH THE 2018 WATER MAIN REPLACEMENT PROJECT AND VARIOUS SEWER DESIGN PROJECTS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute Amendment Agreement No. 4 on behalf of the City of Elgin with Burns & McDonnell Engineering Company, Inc. for construction administration and construction engineering services in connection with the 2017 Water Main Replacement Project and Lord Street Sanitary Sewer Project and for design, administration and planning engineering services in connection with the 2018 Water Main Replacement Project and various sewer design projects, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: February 8, 2017 Adopted: February 8, 2017 Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AMENDMENT AGREEMENT No. 4 THIS AMENDMENT AGREEMENT No. 4 is hereby made and entered into this 8th day of February , 2017, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Bums & 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 (the "Original Agreement"), and amended said agreement on May 8, 2013 ("Amended Agreement No. 1") and amended said agreement again on June 11, 2014 ("Amended Agreement No. 2"), and amended said agreement again on May 27, 2015, 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 (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 the Original Agreement, as amended by Amended Agreement No. 1,No. 2, and No. 3; and WHEREAS, the City has determined that the proposed scope of the PROJECT should be modified to include Construction Engineering Activities—Phase III Engineering Services for(1) 2017 Water Main Replacement and (2) the Lord Street Sanitary Sewer and Additional Design Engineering Activities — Phase II Engineering Services and (3) GIS Deliverables based on Conforming to Construction Drawings; and WHEREAS, the contract price for the Original Agreement, as amended by Amendment Agreement No. 1, No. 2, and No. 3 is $1,399,919.44, and the cost for the additional engineering services for the construction administration of the Project and additional design engineering services for the next phase of the Project to be provided pursuant to the Amendment Agreement No. 4 is in the amount of$607,736.00; and WHEREAS, the changes contemplated by this Amendment No. 4 are germane to the Original Agreement and Amendment Agreement No. 1, No. 2, and No. 3 as signed; and this Amendment Agreement No. 4 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 1 the Original Agreement is hereby amended by adding the following to the end thereof: "G. ENGINEER shall perform the Services described in Attachment"A-4", entitled Construction Administration and Construction Engineering Activities for 2017 Water Main Replacement Project and Lord Street Sanitary Sewer Project, attached hereto and made a part hereof(the "Supplemental Services"). 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 4 of the Original Agreement, as amended by Amendment Agreement No. 1, No. 2, and No. 3, is hereby amended by adding the following subparagraphs J and K thereto, to read as follows: "L. For the additional services to be provided pursuant to Amendment Agreement No. 4 as described in Attachment A-4, Engineer shall be reimbursed at a rate of 3.0 times the direct hourly rate times the direct hourly rate of personnel employed, based on 2016 W-2 compensation, on this Project with a total fee for the services described in Attachment A- 4 not to exceed $607,736.00 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, $185,039.62, pursuant to Amendment Agreement No. 1, $296,174.72, pursuant to Amendment Agreement No. 2, $298,000.00, pursuant to Amendment Agreement No. 3, $607,736.00, pursuant to Amendment Agreement No. 4, with the total not-to-exceed fees pursuant to the Original Agreement, Amendment Agreement No. 1, No. 2, No. 3, and No. 4 totaling $2,007,654.44. "M. A detailed Project Schedule for providing the Services described in Attachment"A- 4" is attached hereto and made a part of hereof as Attachment "B-4". A breakdown of the estimated engineering fees for the construction/design support for the Supplemental Services herein is provided in Attachment "C-4". 4. The changes provided to the Original Agreement, as amended by Amendment Agreement No. 1,No. 2, and No. 3, as provided in this Amendment Agreement No. 4 are germane to the Original Contract, as amended by Amendment Agreement No. 1, No. 2, and No. 3, as signed and this Amendment Agreement No. 4 is in the best interests of the City of Elgin and is authorized by law. 5. That except as amended in this Amendment Agreement No. 4 the Original Agreement, as amended by Amendment Agreement No. 1, No. 2, and No. 3, shall remain in full force and effect. 6. That in the event of any conflict between the terms of the Original Agreement, as amended by Amendment Agreement No. 1, No. 2, and No. 3, and the provisions in this Amendment Agreement No. 4, the provisions of this Amendment Agreement No. 4 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 E GIN CONSULT By: By: �/, City Manager Its Regional Manager—Municipal Services Attest: At ity Clerk Its Office Assistant F:\Public_Works\Engineering\Capital Projects\Resurfacing\2010 Street Projects\Channing and Park\Engineering Amendment No 1 2010 Park Street.doc • ATTACHMENT "A-4" CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING ACTIVITIES FOR 2017 WATER MAIN REPLACEMENT PROJECT AND LORD STREET SANITARY SEWER PROJECT A. CONSTRUCTION ADMINISTRATION 1. General: The Construction Administrator will serve as the City of Elgin's representative for the entire construction project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Construction Administrator will provide all Level 1 management services. These services are defined as all management functions and requirements over and above the daily routine project requirements. They will include implementation of City policies,program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the construction project in accordance with the City's objectives of cost, time and quality. The Construction Administrator will work closely with and report to the Water Director or his designee. Project Location: Exhibit 1 establishes the streets and/or areas included in the bid award for the 2017 Water Main Replacement Project. Exhibit 2 establishes the streets and/or areas included in the bid award for the Lord Street Sanitary Sewer Project. 2. Specific Duties and Responsibilities: a. Project Control: Establish and maintain lines of communication, authority, and procedures for coordination among the City, Director, Design Engineer, Contractors, and Construction Engineer as needed to carry out the project construction requirements. b. Additional Services: When required, identifies the need for, and assists the City in selecting and retaining professional services of a surveyor,testing laboratories and other special consultants, and coordinates these services during their performance. Pagel of 12 c. Contract Requirements: Administrates and monitors for the Project Director, contractors and other project consultants, the contractual requirements for items such as insurance,bonds, and general conformance with governmental regulations, including minority compliance. d. Construction Monitoring: Monitors the work of contractors and construction engineer to insure adequate quality control of the construction work and compliance with the design drawings, specifications and other required regulations. e. Scheduling: Works with the contractor and Construction Engineer to insure that a workable construction schedule is developed and agreed to by all parties. Provide for continuous monitoring of the schedule as construction progresses. Identify potential variances between scheduled and probable completion dates. Review schedule for work not started or incomplete and recommend to the Director, Construction Engineer and contractors, adjustments in the schedule to meet the probable competition date. Provide summary reports of each monitoring and document all changes in schedule. Together with the Construction Engineer determine the adequacy of the contractor's personnel and equipment and the availability of materials and supplies to meet the schedule. Recommend courses of action to the Director when requirements of a contract are not being met. f. Administration: Handle all project administrative correspondence including preparation of all written documents and correspondence requiring the City's and Director's signature and authorization. Maintain a file on all project correspondence and records to include daily construction reports prepared by the Design Engineer's field Construction Engineer. g. Contractor's Payment: Review and process for payment,through the Director, all applications by contractors and design consultants for progress and final payments. i. Change Orders: Recommend necessary or desirable changes to the Director and the Design Engineer, review requests for changes, and handle all administrative aspects to include contractor negotiations, formal preparation and submission with recommendation to the Project Director. j. Cost Control: Page 2 of 12 Monitors all project costs and revises and refines the initially approved changes as they occur, and develop cash flow reports and forecasts as needed. k. Job Meetings: Conduct periodic (weekly in general) progress meetings with all associated parties to review construction progress, procedures, scheduling, design interpretation, problem areas and overall coordination. 1. Reports: Provide a timely weekly status reporting system to keep the City abreast of all aspects of the project which will: a) emphasize problem areas to the Director on a by-exception basis; and b)present solutions for the problems which will enable management to make decisions on a go-or-no-go basis. m. Public Information: Provides advance and current information to the public as necessary and appropriate. Works with citizens directly impacted by contractor to protect citizen's interests. n. Final Completion: Together with the Design Engineer and Construction Engineer conduct and develop a pre-final inspection and develop a pre-final punchlist for the contractor. Upon completion of the pre-final punchlist notify the Project Director that a final inspection is in order. Attend the final inspection with the Water Director and contractors. Advise the Project Director when all punchlist work resulting from the final inspection has been completed. Recommend, prepare, and process all final pay estimates through the Project Director. o. As-built Drawings: Review as-built drawings prepared by the Design Engineer to insure adequate information has been given to facilitate on-going maintenance work by the City. Coordinate distribution of copies to the City Engineering, Public Works Operations and Water Divisions as appropriate. B. CONSTRUCTION ENGINEER 1. General: The Design Engineer may serve as the City's on-site construction representative for the construction project as the Construction Engineer. He will be responsible for the general control and field inspection of the construction project and will provide all Level 2 management services. These services are defined as all management functions required for day to day control of the project. They will include Page 3 of 12 field inspection, design interpretation, contract administration and general coordination and control of the day to day construction activities of the contractor to insure timely completion and quality construction in strict compliance with contract drawings and specifications. The Construction Engineer will work closely with and report to the Construction Administrator. 2. Specific Duties and Responsibilities a. Liaison and Contract Control: Assist the contractors in understanding the intent of the contract documents. Serve as the City's representative with the contractors working principally through the contractor's project engineer and on-site superintendent. Serve as the City's liaison with other local agencies, utility companies, state agencies,businesses, etc. keeping them advised of day to day activities. b. Review of Work, Rejection of Defective Work, Inspection and Testing: 1) Conduct on-site observations of the work in progress to determine that the project is proceeding in accordance with the contract documents and that completed work will conform to the requirements of the contract documents. 2) Instruct contractor to correct any work believed to be unsatisfactory, faulty or defective or does not conform to the requirements of the contract documents, or does not meet the requirements of any inspections,tests or approval required to be made; and advise Construction Administrator of action taken and if any special testing or inspection will be required. 3) Verify that tests are conducted as required by the contract documents and in presence of the required personnel, and that contractors maintain adequate record thereof'; observe, record and report to Construction Administrator appropriate details relative to the test procedures. 4) Perform or cause to have performed as applicable, all required field tests such as concrete tests, soil compaction tests and insure such tests are made by as may be specified.Analyze the results of all field and laboratory tests to determine the suitability of materials tested. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to Construction Administrator. c. Contractors Suggestions and Requests: Page 4 of 12 Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the Construction Administrator with any time and cost implications for final decision. d. Schedules: Review construction schedule and schedule of values prepared by the contractor. Be alert to the construction schedule and to the conditions which may cause delay in completion and report same to the contractor and the Construction Administrator in sufficient time to make adjustments. e. Pre-Construction Videotaping: Prepare a video log of the entire project limits prior to the start of construction operations. Provide (1) copy of the video log to the City. Prepare a video log of the entire project limits after completion of all construction operations. Provide (1) copy of the video log to the City. f. Conferences: 1) Attend periodic progress meetings scheduled by the Construction Administrator with all associated parties to review the overall project status and problems. g. Contract Administration and Records: 1) Handle all day to day contract administration and associated correspondence in accordance with the established procedures. 2) Maintain at the job site orderly files for correspondence, reports of job conferences, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports, and other project related documents. 3) Keep a diary or log book, recording contractor's hours on the job site, weather conditions, data relative to questions of extras or deductions, list of visiting officials, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures. 4) Record names, addresses and telephone numbers of all contractors, sub- contractors and major suppliers of equipment and materials. Page 5 of 12 h. Reports: Furnish Construction Administrator written reports as required of progress of the work and contractor's compliance with the approved progress schedule. i. Contractors Payment Requisition: Review applications for payment with contractor for compliance with the established procedure for their submission and forward them with recommendations to Construction Administrator,noting particularly their relation to the schedule of values,work completed and materials and equipment delivered to the site. j. Governmental Policies: Review contractor EEO policies and other governmental mandated programs to insure contractor compliance with the governing regulations. k. Change Orders: Perform initial evaluation of change orders and submit same to Construction Administrator with recommendation and cost estimate breakdown for final approval and processing. 1. As-built Drawings: Maintain an accurate record of all field conditions and upon completion of the project insure that the design drawings are revised to show the true as-built condition. m. Final-Completion: 1) Together with the Construction Administrator conduct and prepare a pre-final inspection and give to the contractor a pre-final punchlist. Thereafter insure that the contractor completes same in an expeditious fashion.Notify the Construction Administrator in writing when all work is completed and ready for final payment. 2) Together with the Construction Administrator conduct a final inspection with Public Works Operations and Water Division as appropriate, Project Manager and the general contractor. Prepare a final punchlist and thereafter insure that the contractor completes same in an expeditious fashion.Notify the Construction Administrator in writing when all work is completed and ready for final payment. Page 6 of 12 DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES FOR 2018 WATER MAIN REPLACEMENT PROJECT AND VARIOUS SEWER DESIGN PROJECTS C. DESIGN a) Project Location: Exhibit 3 establishes the streets and/or areas to be included in the Design Engineer's bidding and planning documents for the 2018 Water Main Replacement Project. Exhibit 4 establishes the locations of the areas for the Various Sewer Design Projects. 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 depaitments 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: Page 7 of 12 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. 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). e. 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 Director or his representative. Plan sheets shall be provided for all underground work including water main, storm sewer and combined sewer improvements. f. 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 minimum of every two weeks and submitted to the Director or his designee. g. 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 Page 8 of 12 sheets will be developed from this survey at a maximum scale of 1"=50'. h. 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. 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. j. 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. k. 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- Page 9 of 12 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. Page 10 of 12 GIS DELIVERABLE ACTIVITIES FOR VARIOUS PROJECTS BASED ON CONFORMING TO CONSTRUCTION DRAWINGS D. GIS a. GIS Scope of Services: The City of Elgin is looking to expand the content of the City's Geographic Information System(GIS) by incorporating utility information from projects that have completed design and construction. To accomplish this task,the City has requested that the Engineer generate the GIS information for all of the projects that the Engineer has previously completed as well as the projects that will be covered for construction engineering services under this Amendment. The GIS information that will be generated will include information related to the City's water distribution system, storm sewer system, sanitary sewer collection system, street lighting system, street signs, and abandoned utilities. The information provided for each of these systems will be generated in accordance with the City of Elgin's GIS Utilities Standard Methods Manual. The Engineer will generate GIS information for the following projects: • Lord Street Sanitary Sewer • 2017 Water Main Replacement • West Pressure Zone Connectivity—Bowes Road Transmission Main • 2016 Neighborhood Street Rehabilitation—Woodard/Standish • 2015 Neighborhood Street Rehabilitation—Elm Street • 2015 Water Main Replacement • 2014 Neighborhood Street Rehabilitation—Locust Street • 2011 Eagle Heights North Street Rehabilitation and Water Main Replacement • Route 20 and Nesler Road 24-Inch Water Main • 2010 Street Rehabilitation and Water Main Replacement—Park Street • Riverside WTP Piping Modifications Page 11 of 12 • Joint Waste Disposal Force Main Phase II • Joint Waste Disposal Force Main Phase I • Bowes Road Booster Pump Station As the GIS information is developed for each project,this information will be uploaded to the City's Box location where the City's GIS Department will be able to take the new information and incorporate it into the overall City GIS System. After delivery of the first GIS upload,the Engineer will meet with representatives of the City's Utility Department and GIS Department to discuss the GIS information provided and make any modifications required in the deliverable prior to continuing with the other projects. Page 12 of 12 Attachment"B-4" � 2017 Water Main Replacement Project/Lord Street Sanitary Sewer Project Construction Schedule ELGIN2018 Water Main Replacement Project/Various Sewer Designs Project Design Schedule me CITY IN THE SUBURBS January 17,2016 2011 2018 PROPOSED PROJECT TASKS January F March A. 1 May June Jul r Aucrust September October. L November December January Notice To Proceed Construction Services-2017 Water Main Replacement Construction Services-Lord Street Sanitary Sewer Design Services-2018 Water Main Replacement&Various Sewer Design t`'?# GIS Deliverables for Conforming to Construction Drawings Notice to Proceed Issued Full Time Construction Services Design/GIS Services BURNS.MCDONNELL Bidding Assistance-2018 Water Main Replacement Punch List and Project Closeout Attachment C-4 III City of Elgin 2017 Water Main Replacement Project/Lord Street Sanitary Sewer Project-Construction Services ,...` 2018 Water Main Replacement Project/Various Sewer Designs Project-Design Services E LG I N Estimated Engineering Fees for Construction/Design Support .January 17,2017 THE CRY IN THE SUBURBS" , -,,,,-,..1 4 ., '.,.t�wl y,?,1 ,..�� pT/ fi i 4 1 a " it .c:d ttmw" Cl °T G u u au ; MIMIIII•1IIMIMIIIIINIMIIIIIMMMINMMMINMIMMIMIIIN■IMIMIIMI■1NMMII•IMIII•MllMIIM•I•1111■lIl1 INNIMIIa®IIIMINIMEM®a••1111=11111M111■111■1=11MINIMIM $1$0$03 MI ■ a 2. •Construction Observation/Documentation ---®. $10,000.00 $25000 $128,0,.00 3. ••MaterialTe81 • HMAS Concrete ------------- $10000.00 $0.00 $10,000.00 ---------------- I. —!'IIWMIII--®------- $1.000.00 11=1M13 $30,33280 5. •••Construction Observation/Documentation _---0-------- $12,,0.00 $165,765.20 ----_--_--MIMIM—MIMIll 410,x30A0 Saco $10,00ao0 7. Des'. Services-Bid Documents —0----- --0-- $1,000.00=MB.1111Enni !• — F.I•-,,n s,�•,b-AIIIMIIIMII— -----0NlffIMI—© ® 419300OD 41,03216 $103.67066 IIMMIIIIMIIIMMIMIMIIMMIIMIIMIIMIIMIMMIIMIMIMIIMIIIMIIOIIIIIMIMIMIMIIIIMIIMIIIIIMMIMIIMMIIMIIIIMMIIIMIIMIIMIIIMIMIIMI .i:r.._l&_ulay,s_:l>1st».yr.r.t.m lm..:.tr 111=111111-0---- -a--- smac0 5221.05 $,,947.66 10.Previous 4 Pr'ertsfor Combined Sewer •.ration _—®S_-- — . 597500 111MErna $19,950.54 11.All Pr.rids Performed to Date Not I ndudi .items&10 --0----0— . $425000 MEM 18.5'35'30 ______________-- Tdd Ilan 0 32 319 700 940 48 0 160 81 524 425 64 12 Hourly Billing Rde $21$,93 $210.00 $167.00 $11e31Q $16000 5131.00 klit22 $167.00 $72293 $155.00 $131.00 51,00 §N.A Subtdais 50.00 $8,720.00 seesaw 5118500.00 5350,400.08 9328605 $0.00 529,920.20 51 29.0.00 581,221100 555,87500 58,720.00 6960.011 570,160.00 511,55982 5807.73582 •Baeedd m an Wimdad 70 Wanking Days(10 tows per day/to Canr4de Candrudiand the 665m(cted •'Based on cow eta teting 1 4 per week B{irking up oyll miffs lran City ad perform np 7 6 14 day&mks.HMA testing mayday. '•8MEd on en Estimded 94 Waking Days(10 hour.per don to Com4ide Cardrudion a the Ens re Rged Total Fee $607,735.62 BURNS�MSDONNELL. COPYRIGHT m 2016 BURNS&McDONNELL ENGINEERING COMPANY,INC. I: J GERTRUDE STREET ��\ x m C 0 m NO z G', m m I I EWETT TREET ��, _I I O to N 0 - i0 •CHARD STREET 131 1f Z �� 2 y SN\r I N •BEEFY STREET A ",ZMOSELEV STREET O \ i o •ERRY STREET Z z 'm 0 ‘ c," g I m C ji ELM STREET j( ELM STREET ___,_./ -i S1dls*'3 HOMER STREE I ydyNy,,09i�`\ 0I _J OODARD STREET IL-_ �y50-1F�, I I / al�'0\ 3c ��o I �� vZILLINGS STREET i Ti o ff1 €Y'f STREETT z 7m m RISWOLD STREET r r J T SOUTH STAT N E ST R T(I RTE 3 '\\\ooyS-0 MN l 1...3° 1 O YFRSON AVENUE ril > 2 Zm CO SNLAND AVENUE NENO -o > _. I Z ` z / 0 rOr77 Z x1 0 WILLIS - \\ COPYRIGHT©2016BURNS&McDONNELL ENGINEERING COMPANY,INC. -.J GERTRUDE STREET x w 0 C 7DG = • ii A NOG m m iEWETT TREET \ ' 1 1 O �l j f/1 A •CHARD STREET m - r I________________ •BEEFY STRE \ ■ :=MOSELEY STREET •1C E �+ c \ L 0 D -ERRY STREET n !Z �� z N Z — ELM STREET j i ELM STREET J ___� S.�1f'1�, J� f :01 HOMER STREE • y I 1I 1 0,0,-..\\ �, , _ OOOARD STREET L llayls ^ O N ■ct 41 3c I xi 0 ILLINGS STREET =0en Z IM RISWOLD STREET r SOUTH STAT DesrR T(I--TE' J .050 --I m "c.• N VERSON AVENUE mXj I QCO 8m-ANDAVENuE 77 —I I HEN. Z \ N T N E„„EE„. O T 0m = / C-) W/LEIS gTREE J H • COPYRIGHT m 2016 BURNS&McDONNELL ENGINEERING COMPANY,INC. f \J GERTRUDE STREET E yx A F NOG ' H. 1 l EWETT STREET .• If O r � N ti A • m V It _ c v Ya�� yi \••BEEFY STREET "JMOSELEY STREET \ 0 o s \\\, k, Y Z O �� El I I ELM STREET 1 i I / .\//OO / . . H 1 ELM STREET 1 i __—J ,�,41�+1� I f S" \\Pe: HOMER STREMI• Ei I N1p0Bi 71 1,, {�I __1 OODARD STREET IL ,� �yl`'�d ,� /� IH^I .\ / 1b,P�1�' s ,tea 3c o OZ ILLINGS STREET I? S YID STREET) E , Z 1 f Im Z mRISWOLD STREET r SOUTH sT J X aTESTR T�/--TE.3—J .30 tfl'�ltl M .�tia "a IV "` O y � 0 CO "VERSON AIENUE m * m m —1 sHL9NDAvENIIE z -m Co -7I N = I HENDE O STREET Z \ 2 Z _ / m W/LL/S STREET- C) . H Red Barn Lift Station Project "a.r, ii .. eN Sand;=Stream Lri- NORTH r f AI Satulip:De1,a.'j _..... 1 Wile' C+.SSt:trn 11,11;nniur n,Suti 4 Nam 2 Crystal/Silver Stoi'It Serer Project Ann- .y s :','IlonStJ a - High'St ' „ Fmiar SI. art. At, 1 `j m Elgin -Dexter St" `c -t- CrystAl & Mountain orris ever Project E- r c'A\�1 ( F- i• T :sIk'lon DI:Is,au ,t_. '+f1 • i;.;.:', 4 ;31 ye t :ir " wnavMwlrK� Q „ate o a A�`.. ce Fa ;uluiLin Z 0 Bus ar,lce ;! Elgin - 7. lil w _ Elam Z c - J C W Z r Ci • lF r O y i Li tin SI t; U) - Or.$' EXHIBIT 4 ,r BURNS VARIOUS ADDITIONAL ° t s°' �MSDONNELL SEWER DESIGN PROJECTS E nr£• _,;;,,a`-‘ a 1. o - _ /