Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
09-103 (2)
* Y Resolution No. 09-103 RESOLUTION AUTHORIZING EXECUTION OF A THIRD AMENDMENT AGREEMENT WITH TRANSYSTEMS CORPORATION FOR THE CENTRAL BUSINESS DISTRICT STREETSCAPE PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager and Diane Robertson,City Clerk,be and are hereby authorized and directed to execute a Third Amendment Agreement with TranSystems Corporation for the Central Business District Streetscape Project, copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: April 29, 2009 Adopted: April 29, 2009 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk Third Amendment Agreement • • This Amendment Agreement No. 3 is hereby made and entered into this a�71° of)��v4 L(. 2009, by and between the City of Elgin,an Illinois Municipal Corporation(hereinafter referred to as"CITY") and TranSystems Corporation,a Missouri Corporation registered as a foreign corporation and authorized to do business in the State of Illinois(hereinafter referred to as"ENGINEER"). WHEREAS,the parties hereto have previously entered into an Agreement dated March 22'd,2006, attached hereto as Attachment"A"(hereinafter referred to as"ORIGINAL AGREEMENT"); Amendment Agreement No. 1 dated February 28th,2007,attached hereto as Attachment"B"; and Amendment Agreement No.2 dated February 27th,2008,attached hereto as Attachment"C"; and, WHEREAS,ORIGINAL AGREEMENT provided for a maximum payment of$543,948.28; Amendment Agreement No. 1 provided for a maximum payment of$1,324,248.91; and Amendment Agreement No. 2 provided for a maximum payment of$2,346,802.88; and, WHEREAS,the parties hereto have each determined it to be in their best interest to amend the ORIGINAL AGREEMENT;Amendment Agreement No. 1; and Amendment Agreement No. 2. and, WHEREAS,the CITY has determined that the proposed scope of the PROJECT should be modified to include surveying,design and construction engineering services for the 2009 underground improvements, construction engineering services for the 2009 roadway and streetscape improvements,and surveying and design engineering services for the 2010 roadway and streetscape improvements for the overall Central Business District Street Resurfacing and Streetscape Program,and, WHEREAS,the CITY has determined that the total maximum payment for the additional services described in this Third Amendment Agreement shall be in the amount of$1,029,974.60; and, WHEREAS,the circumstances necessitating the changes to the ORIGINAL AGREEMENT contemplated by this Third Amendment Agreement were not reasonably foreseeable at the time the ORIGINAL AGREEMENT was signed;the changes contemplated by this Third Amendment Agreement are germane to the ORIGINAL AGREEMENT as signed; and this Third Amendment Agreement is the best interests of CITY and is authorized by law. NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein,and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged,the parties hereto herby agree as follows: 1. Section I(B)of the ORIGINAL AGREEMENT is hereby amended by adding the following additional text to the end thereof which reads as follows: "ENGINEER shall also perform the additional services for the PROJECT to include surveying,design and construction engineering services for the 2009 underground improvements,construction engineering services for the 2009 roadway and streetscape improvements,and surveying and design engineering services for the 2010 roadway and streetscape improvements" 2. Section I(C)of the ORIGINAL AGREEMENT is hereby amended by adding the following additional text to the end thereof which reads as follows: "A detailed Scope of Services for the additional services provided by the Third Amendment Agreement is attached hereto as Attachment D." 1 3. Paragraph II(A)is hereby amended by adding the following text to the end thereof which reads as follows: "ENGINEER shall comply with the detailed project schedule which is attached hereto and made a part hereof as Attachment"D2"with respect to the additional services to be provided under the Third Amendment Agreement. ENGINEER shall record progress pursuant to the project schedule and shall submit a report of such progress as a component of the status report described below." 4. Paragraph IV(A)is hereby amended to read as follows: "For services provided by the ENGINEER as described in Attachment A in the ORIGINAL AGREEMENT;Attachment B of the First Amendment Agreement,Attachment C of the Second Amendment Agreement,and Attachment D of the Third Amendment Agreement,ENGINEER shall be reimbursed at the rate of 2.9 times the direct hourly rate of personnel employed on this PROJECT as set forth in Attachment D 1 of the Third Amendment Agreement,with the total fee not to exceed $3,376,777.48 regardless of the actual time expended or actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the DIRECTOR." 5. Paragraph IV(B)is hereby amended to read"For outside services provided by other firms or subconsultants,the City shall pay the ENGINEER the invoiced fee to the ENGINEER,plus N/A. Any such invoiced fees to ENGINEER shall be included with and constructed as part of the above-referenced amount of$3,376,777.48." 6. Paragraph IV(C)is hereby amended to read"A cost estimate of consultant services for the additional services provided by the Third Amendment Agreement is attached hereto as Attachment Dl. Such consultant services fees shall be included with and construed as part of the above-referenced"not-to-exceed"amount of$3,376,777.48." 7. Except as amended by this Third Amendment Agreement,ORIGINAL AGREEMENT as amended by the First Amendment Agreement and the Second Amendment Agreement,between the parties hereto shall remain in full force and effect. 8. That in the event of any conflict between the terms and provisions of the ORIGINAL AGREEMENT,the First Amendment Agreement and the Second Amendment Agreement with the terms and provisions of this Third Amendment Agreement,the provisions of this Third Amendment Agreement shall control. CITY OF ELGIN TRANSYSTEMS CORPORATION By: �.._ By: r ity anager Todd S.Vai,/ g Vice-President Attesf� Attest: City Clerk Brian L.Fairwood Assistant Vice-President Scope of Services — Amendment No. 3 CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES Phase 4 of the Elgin CBD Improvements will include the following design and construction limits: Highland Avenue between Riverside Drive and Center Street, North Grove Avenue from Highland Avenue to the terminus of North Grove Avenue (approximately 350' to the north west of the intersection), and Center Street between Dundee Avenue and Kimball Street. A. Data Collection and Concept Review 1. Project Coordination and Data Collection a. Preliminary conference with the City staff to confirm (estimated as 1 meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Other administrative considerations b. Inventory readily-available existing data for the project area and immediately surrounding neighborhoods including: 1. Right-of-way data 2. Conventional and digital map files 3. Aerial photography 4. Jurisdictional boundaries 5. Property boundaries 6. Property owners 7. Other area roadway, utility, and signal improvements 8. Current public utility atlases and GIS information 9. Current power, communications, gas, and other private utility atlases 10. Previously prepared plans and reports 11. Development plans 2. Field Survey a. A full topographic design survey based on the English system including establishment of horizontal and vertical controls, topography, accesses, cross sections (at 50 foot increments), drainage, utility structures, and right-of-way verification has already been conducted for Phase 4 CDB Improvements. The field survey included Highland Avenue between State Street (Route 31) and Center Street, North Grove Avenue from Highland Avenue to the terminus of North Grove Avenue(approximately 350'to the north west of the intersection), and Center Street between Dundee Avenue and Kimball Street. Survey limits include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is approximately 3,000 feet. b. The Phase 5 CBD Improvements field survey will be conducted along Spring Street between Highland Avenue and Kimball Street, and along Dexter Avenue between Center Street and the western terminus of Dexter Court, located approximately 200' west of Douglas Avenue. Survey limits will include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is estimated at 2,300 feet. Portions of the Phase 2, Phase 3, and Phase 4 surveys will be reused for this project. c. Download topographic survey and cross sections in Microstation v8. Plot survey at 1"=20' scale and plot existing cross sections. Conduct a plan-in-hand, walk-through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. d. Inventory existing signing. e. Conduct a drainage and utilities survey to determine the contents, structure composition (brick or precast), pipe sizing, and flow direction (as applicable)for all public underground utility structures. 1 Attachment "D" Tran Systems Scope of Services —Amendment No. 3 CBD Street Resurfacing and Streetscape Program f. Request a JULIE utility design locate, if possible, to obtain utility atlases. Survey, download, and map the JULIE utility lines. g. Observe, digitally photograph, and digitally videotape the project to become acquainted with readily apparent existing conditions. h. Perform a vaulted sidewalk and utility service inventory. Meet with building owner or resident representatives to identify the location of vaulted sidewalks and utility services (both public and private) which require replacement, modification, or realignment. It is estimated that 18 buildings front on the streets within the project limits. i. Survey pavement marking locations and lane usage, including parking limits. j. Draw existing utility information from utility atlases on the project base map. Update as additional information, such as future plans, test hole data,or comments are received. k. Conduct a pavement core investigation to identify pavement condition and composition. Reconstruction of the roadways is not anticipated, and therefore, a complete soils investigation program will not be undertaken. 3. Public Participation a. Conduct a series of informational meetings with area residents and business owners, as well as the Downtown Neighborhood Association to present the preferred improvement plans. Although the concept developed in 2006 will be used, it is anticipated that an effort to reach out to those specifically impacted by the 2009/2010 projects will be necessary. These meetings will be smaller than those conducted during the development of the concept plan. (estimated as 4 small meetings and 1 large meeting) b. Prepare all notifications, handouts, presentation text, exhibits, and minutes for the above meetings. Exhibits may include plots, photos, hand or computer renderings, drawings, or schematic plans as specific conditions warrant. c. Prepare and distribute newsletters to the public at various times. (estimated as 8 newsletters during the design phase) d. Work with City staff to develop relevant content for the City's web site. B. Sewer and Water Main Design Services—2009 Construction Project 1. Preliminary Design a. Consult with City staff to review the scope of the project and collect pertinent information from the City: 1. Review the City GIS records for information on the water system and sanitary sewer system. 2. The Resident Engineer will perform a door-to-door survey of building basements within the project limits to determine the location of the nearest functional water valves, water service tap locations, and building/hydrant fire services. 3. Compare records to the conducted private utility location survey and develop a useable map of existing water mains and services. 4. Based on previous discussions, it is anticipated that a water main will be added to the block of Highland Avenue between Grove Avenue and Douglas Avenue to complete a loop, although no water main currently exists on this block. b. Review City utility maps and previous engineering studies conducted by the City: 1. Assess the need for separation of the sanitary and storm sewer mains in areas where this work has not yet been completed, if any. This item is only expected to cover deficiencies noted in the field during the field surveys or construction or indicated by City staff and is not intended as a full scale analysis of area sewers. Work to fully separate the sewers is being performed by others. 2 Attachment "D" Scope of Services—Amendment No. 3 CBD Street Resurfacing and Streetscape Program 2. Review, as provided, City records, videotapes,and associated reports, public comment, and drainage survey to identify locations of necessary storm sewer repair, if any. 3. The City will furnish a list of any deficiencies in the sewer lines or services noted during the lining contract or associated videotaping. Work is expected to be limited to the replacement of poor condition structures and the potential replacement of a few services. 4. Review the City maps, records, and past engineering studies to determine the need for resizing the water main, based on an assessment of local area needs but not an overall assessment of the City's distribution system. All existing 6" mains will be upgraded to 8" mains per current City standards. It is expected that all water main within the project limits will be replaced, regardless of apparent condition. 5. Determine which buildings currently have separate fire services and which will require a fire service or separation of the fire service and the domestic service. Locate branch services based on visual inspection and/or information obtained from the Water Department. At the conclusion of this project, it is anticipated that each meter will be on a separate service and each building will have at least one fire service. c. Conduct a physical survey of the drainage and sanitary structures within the project limits. 1. Compare observed field conditions to the City's atlases to identify any potentially buried or removed manholes. 2. Investigate all of the located manholes by surface and internal inspection. 3. Brick manholes will be replaced with precast structures if in poor condition. If in good condition, only the cone will be replaced. Brick catch basins and inlets will be replaced with precast concrete structures. Precast structures in poor condition shall either be repaired or replaced as necessary. It is anticipated that a certain quantity of replacement of tributary and effluent pipes will require replacement adjacent to these structures. The majority of structure and sewer replacements/additions will occur as part of the streetscaping contract. d. Identify the location of any in-line water main valves or pressure connections necessary for water main isolation and replacement staging. It is expected that the project will be constructed mainly with pressure connections due to the age and non-operability of many existing water valves. e. Engineering services for underground utilities do not include engineering design of electrical conduit, transmission lines, or services; gas transmission mains or services; telephone lines or services; or cable television lines or services. TranSystems will work closely with the appropriate utility companies to facilitate any improvements or modifications that are necessary; however, we will not actually design these facilities. 2. Prefinal Plans and Documents a. Prepare prefinal contract plans, specifications, and estimates for the sanitary, water main, and any storm sewer work. It is anticipated that the following sheets will be included in the contract plans: List of Plan Sheets Title 1 General Notes and State Standards 1 Alignment, Ties, and Benchmarks 1 Existing and Proposed Typical Sections 1 Existing and Proposed Plan and Profile(20 scale) 7 Drainage and Water Main Structures Tables 1 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic(50 scale) 3 Pavement Marking Plan 2 Vaulted Sidewalk Details 2 3 Attachment "D" ran Systems - Scope of Services —Amendment No. 3 CBD Street Resurfacing and Streetscape Program Construction Details 2 Total 22 b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. c. Identify and detail any sections of storm or sanitary sewer which must be upgraded to water main requirements sewer to meet IEPA separation requirements. Also identify and detail required casing locations; only steel casings will be used. d. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction and 2009 Supplemental Specifications and Recurring Special Provisions will be used as the guideline for this construction project. e. Prepare the status of utilities to be adjusted specification. Meet with representatives of the various affected utility companies to discuss necessary relocations, system upgrades, service and meter relocations, and other related work as is necessary for improvement design. Coordinate schedules for the required private utility work. f. Some utility relocation necessary for sidewalk vault filling is expected to occur under or concurrently with this construction contract. To the extent that vaults can be filled at the same time,that work will be included in the contract as well, although the majority of the sidewalk vault filling operations are expected to occur under the streetscaping contract. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. g. Prepare and track the IEPA Water Main and Sanitary Sewer permits, as applicable. The City will be responsible for payment of any required permit fees. 3. Final Plans and Documents a. Meet with City subsequent to the submittal of the prefinal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) b. Conduct a QC/QA review of the plans by construction and office personnel for constructability, quality, and completeness. c. Revise plans in response to QC/QA review. d. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide thirty-five(35)sets of 22"x34"plans, specifications, and bid documents. e. Furnish the City with a Notice to Bidders for publication. f. Provide a CD with the final plan, specification, and estimates files in Microsoft Office, Adobe Acrobat, and/or Microstation v8 formats to the City. g. Attend and make the presentation at a pre-bid meeting with contractors and City personnel and present relevant information about the contract. (estimated as 1 meeting) h. Respond to contractor questions regarding bid preparation. Assist in the preparation of addenda, as required. i. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide bid tabulations and recommendations for contractor selection. (estimated as 1 meeting) j. Attend the pre-construction meeting. (estimated as 1 meeting) C. Streetscape and Roadway Improvements Design Services—2010 project 1. Preliminary Design a. Meet with City to discuss the proposed improvement plan. (estimated as 1 meeting) 4 Attachment "D" Trail o'vistems Scope of Services—Amendment No. 3 CBD Street Resurfacing and Streetscape Program b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. Some night time construction will likely be used. c. Determine the proposed geometry for the improvements. Certain channelization may be eliminated, and offset intersections will be aligned to the extent possible. It is anticipated that one or more through lane on Highland Avenue will also be eliminated in certain sections. Consider the provision of shared or striped bike lanes as indicated in the City's bikeway master plan. Present alternative geometries to the City as applicable with justification for recommendations. d. Identify any driveways adjacent to the roadway project limits that may be either reduced in width or eliminated, without causing undesired impacts to the corresponding land owners. Contact appropriate land owners to discuss options. 2. Prefinal Plans a. It is anticipated that the following sheets will be included in the contract plans. The project will be prepared in English format in Microstation v8. List of Plan Sheets Title 1 Index of Sheets and General Notes 1 Alignment, Ties, and Benchmarks 1 Existing and Proposed Typical Sections 2 Existing and Proposed Plan (20 scale) 7 Profile or Pavement Elevations Table 1 Drainage Structure Tables 1 Maintenance of Traffic Notes and Typical Sections 2 Maintenance of Traffic(50 scale) 6 Paving Plan 1 Lighting General Notes 1 Lighting Plan 7 Wiring Diagram 1 Lighting Details 5 Pavement Marking 4 Signing Plan 4 Signing Schedules 2 Signing Details 1 Vaulted Sidewalk Details* 2 Construction Details 3 Hardscape Plan(20 scale) 7 Hardscape Detail Plans 5 Landscape Key Plan 1 Landscape Detail Plans 2 Hardscape Detail Plans 3 Irrigation Plans and Details 2 Roadway Cross Sections 10 Total 83 * Includes details for filling and necessary details for utility relocation. This scope does not include the structural design of any vaults, supports, or vault slabs for vaults which are to remain but are in need of repair or reconstruction. 5 Attachment "D" ran System': Scope of Services — Amendment No. 3 CBD Street Resurfacing and Streetscape Program b. Utilize the planting methods, tree pit configuration, soil mixtures, irrigation, and subgrade drainage schemes employed in the third phase of the project. Make modifications to the design as necessary based on constructability or maintenance issues encountered. c. Lighting will follow the design and layout already installed in certain portions of the CBD area. All areas of this project except for North Grove Avenue, north of Highland Avenue, have already been updated to the new standard and will not be replaced. Plans and design will address the relocation of existing light poles in areas where curb lines have moved due to geometric modifications. Existing lighting conduits in areas where trees will be installed will be replaced so that the area can be excavated for the tree root balls. d. It is anticipated that no changes to traffic signal installations will be necessary. e. Assess the possibility of a reduction in the number of regulatory parking signs. f. Street resurfacing is anticipated except in the vicinity of the abandoned rail line. In those areas, the pavement will be reconstructed to provide a smoother profile, if necessary. 3. Prefinal Documents a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction and 2009 Supplemental Specifications and Recurring Special Provisions will be used as the guideline for this construction project. c. Prepare the status of utilities to be adjusted specification. It is anticipated that some necessary upgrades and adjustments will have taken place during the utilities contract construction but some will still be necessary in conjunction with this project. Vaults not filled during the underground contract (which will be the majority of the vaults)will be filled as part of this improvement. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. d. Prepare the NPDES permit(BDE form 2342). 4. Final Plans and Documents a. Meet with City subsequent to submittal of prefinal contract documents to discuss comments,estimate of cost,schedule,and contract bidding procedures. (estimated as 1 meeting) b. Based on comments received,final contract plans,specifications, and documents will be prepared. c. Conduct a QC/QA review of the plans by construction and office personnel for constructability, quality, and completeness. d. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide fifty(50)sets of 22"x34" plans,specifications, and bid documents. e. Furnish the City with a Notice to Bidders for publication. f. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and Microstation v8 formats to the City. g. Attend and make the presentation at a pre-bid meeting with contractors and City personnel and present relevant information about the contract. (estimated as 1 meeting) h. Respond to contractor questions regarding bid preparation. Assist in the preparation of addenda, as required. i. Assist the City in the determination of qualified contractors. j. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) k. Attend the pre-construction meeting. (estimated as 1 meeting) 6 Attachment "D" ran 'Astenr Scope of Services—Amendment No. 3 CBD Street Resurfacing and Streetscape Program D. Construction Inspection Services—2009 Streetscape and Roadway and 2009 Sewer and Water Main Contracts TranSystems and Geo Services, Inc. will provide the resident engineer, inspectors, and other technical personnel necessary to observe, monitor, and document the contractors progress on the project from the start of field operations to final completion. 1. Pre-Construction a. Video record and document the existing site conditions. b. Attend the pre-construction meeting. 2 Liaison and Contract Control a. Act as the City's representative with duties, responsibilities and limitations of authority as assigned in the construction contract documents, and advise and confer with City officials during construction and issue the City's authorized instructions to the contractor. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses, City's on-site representative, etc. c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. 3. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns, comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exhibits shall be available for public viewing. It is expected that this office will be in the same location as the engineer's field office. c. Continue to maintain the project web site and disseminate relevant information to the public through this means. d. Prepare and distribute project newsletters and/or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service, and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 4. On-Site Review of Work a. Conduct continuous and full-time on-site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed work will conform to the requirements of the construction contract documents. b. Instruct Contractor to correct any work believed to be unsatisfactory,faulty or defective, not conforming to the requirements of the construction contract documents, or does not meet the requirements of any inspections, tests, or approval required to be made and report same to the City; and advise City of action taken or if any special testing or inspection will be required. c. Verify that tests are conducted as required by the construction contract documents and in the presence of the required personnel, and that contractors maintain and submit adequate records thereof; observe, record, and report to the City appropriate details relative to the test procedures. d. Perform all required field tests such as concrete tests and soil compaction tests and ensure such tests are conducted as specified. Analyze the results of all field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. 7 Attachment "D" Tran Systems' Scope of Services —Amendment No. 3 CBD Street Resurfacing and Streetscape Program e. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. f. Stake-out construction lines and grades and assist the contractor with interpretation of the drawings and specifications. g. Prepare and submit detailed daily reports of construction progress. h. Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. 5. Contractor Suggestions and Requests a. Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the City with any time or cost implications for final decision. 6. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. b. Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the construction contract documents. Such review shall not be construed as relieving the contractor of the responsibility to meet requirements of the construction contract documents. Determine the acceptability of substitute materials and equipment proposed by the contractor; and receive and review (for general content as required by the specifications) maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the contractor(s) in accordance with the construction contract documents. c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. 7. Schedules a. Prepare a final construction schedule with the participation of the contractor and obtain the contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated Primavera style construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. 8. Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of minutes thereof. Arrange a schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day operations. b. Attend public informational meetings that may occur from time to time during the construction phase. 8 Attachment "D" ran A'5te111 Scope of Services —Amendment No. 3 CBD Street Resurfacing and Streetscape Program 9 Contract Administration and Records a. Handle all day-to-day contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions of original construction contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the construction contract documents, progress reports, and other project related documents. 10. Reports a. Furnish written reports to the City on a biweekly basis of progress of the work and the contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. 11. Contractor Pay Requests and Change Orders a. Review the contractor's requests for payments as construction work progresses, and advise the City of the amounts due and payable to the contractor in accordance with the terms of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. 12. Government Policies a. Review the contractor's compliance with governmental mandated programs. Compliance with OSHA requirements and general safety provisions will be reviewed by an independent safety officer retained by the contractor as part of the construction work. The safety officer will visit the job site periodically and will submit written reports to the City, contractor, and engineer. 13. Final Completion and Record Drawings a. Prepare record drawings which show field measured dimensions of the completed construction work which the engineers consider significant and provide the City with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety (90) days of the project completion. b. Conduct a final inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractor's final request for payment. c. Conduct a final"lessons learned" meeting with design engineering and City staff to discuss project procedures and items for potential improvement in future projects. The goal of this meeting shall be to have continuous improvement in procedures and property owner/tenant disruption over the course of the multi-year project. 9 Attachment "D" LE: • rs'v3tems Cost Estimate of Consultant Services (Direct Labor Multiple) Firm TranSystems Date 02/04/09 Route Elgin Streetscape Section Ph 4(09SUR CE,09WM DE/CE, 10SUR DE) Overhead Rate 156.44% County Kane Job No. P404060020 . Complexity Factor 0 PTB&Item 2.9 TIMES SERVICES %OF ITEM MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS (C+D+E) TOTAL (A) (B) (C) (D) (E) A-1 Project Coord and Data Collectiol 45 2,218.75 6,434.36 135.00 3,521.00 10,090.36 0.98% A-2 Field Survey 388 12,792.67 37,098.73 1,063.00 5,325.00 43,486.73 4.22% A-3 Public Participation 206 9,776.59 28,352.11 318.00 28,670.11 2.78% D B-1 Preliminary Design 207 8,283.10 24,020.99 100.00 24,120.99 2.34% s B-2 Prefinal Plans,Specs,&Cost Est 535 17,906.50 51,928.86 550.00, 52,478.86 5.10% m B-3 Final Plans.Specs,and Cost Est 266 10,127.45_ 29,369.61 2,195.00 31,564.61 3.06% D C-1 Preliminary Design 90 4,120.51 11,949.49 100.00 8,624.00 20,673.49 2.01% o C-2 Prefinal Plans 725 26,259.37 76,152.18 1,061.00 26,571.00 103,784.18 10.08% C-3 Prefinal Documents 174 7,361.23 21,347.56 360.00 21,707.56 2.11% C-4 Final Plans and Documents 484 18,116.55 52,538.01 7,922.00 22,214.00 82,674.01 8.03% D-1 Pre-Construction 50 2,767.22 8,024.94 329.00 8,353.94 0.81% D-2 Liaison and Contract Control 145 7,923.54 22,978.28 315.00 23,293.28 2.26% D-3 Public Outreach and Coordinatioi 87 4,513.43 13,088.94 300.00 13,388.94 1.30% D-4 On-Site Review of Work 2130 104,359.12 302,641.44 18,000.00 53,638.00 374,279.44 36.34% D-5 Contractor Suggestions and Req 45 2,417,53 7,010.84 7,010.84 0.68% D-6 Shop Drawings 16 874.32 2,535.53 40.00 2,575.53 0.25% D-7 Schedules 16 874.32 2,535.53 2,535.53 0.25% D-8 Job Meetings 117 6,144.48 17,818.99 17,818.99 1.73% D-9 Contract Admin and Records 832 42,808.74 124,145.36 . 124,145.36 12.05% D-10 Reports 10 546.45 1,584.71 1,584.71 0.15% D-11 Contractor Pay Req&Chng Orc 80 4,371.61 12,677.67 12,677.67 1.23% D-12 Government Policies 8 437.16 1,267.77 1,267.77 0.12% D-13 Final Compl&Record Dwgs 140 7,152.32 20,741.72 1,050.00 21,791.72 2.12% TOTALS 6796 302,152.97 876,243.60 33,838.00 119,893.00 1,029,974.60 100.00% Average Hourly Project Rates Route Elgin Streetscape Section Ph 4(09SUR CE,09WM DEICE,10SUR DE) County Kane Consultant TranSystems Date 02/04/09 Job No. P404060020 PTBIItem Sheet 1 OF 5 A-1 Project Coord and Data P.2 Prerinal Plans,Specs,IS Payroll Avg Total Project Rates Collection A-2 Field Survey A-3 Public Participation B-1 Preliminary Design Cost Ests Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates . Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part Avg Principal in Charge $70.00 8 0.11% 0.08 2 4.44% 3.11 2 0.97% 0.68 , Senior Project Manager $70.00 32 0.45% 0.31 8 3.88% 2.72 Project Manager $57.56 188 2.63% 1.51 16 _35.56% 20.47 8 2.06% 1.19 40 19.42% 11.18 20 3.74% 2.15 Construction Manager $64.84 14 0.20% 0.13 6 2.91% 1.89 4 0.750/0 0.48 Chief Structural Engineer $70.00 0 Architect $49.28 0 D Senior Project Engineer $55.39 84 1.17% 0.65 8 2.06% 1.14 30 14.56% 8.07 10 1.87% 1.04 v Senior Transportation Planner $57.32 0 s Transportation Planner $39.38 0 Project Engineer $49.86 377 5.27% 2.63 16 35.56% 17.73 32 8.25% 4.11 10 4.85% 2.42 40 19.32% 9.64 60 11.21% 5.59 co z Resident Engineer $54.65 2243 31.36% 17.14 4 1.03% 0.56 24 11.65% 6.37 25 12.08% 6.60 12 2.24% 1.23 6 Senior Resident Inspector $46.35 1935 27.07% 12.55 , Resident Inspector $38.99 0 . Assistant Resident Inspector $33.24 26 0.36% 0.12 6 2.91% 0.97 4 1.93% 0.64 Design Engineer III S44.30 325 4.54% 2.01 20 5.15% 2.28 20 9.71% 4.30 38 18.36% 8.13 45 8.41% 3.73 Design Engineer II $35 93 488 6.82% 2.45 8 17.78% 6.39 32 8.25% 2.96 20 9.71% 3.49 38 18.36% 6.60 80 14.95% 5.37 Design Engineer I $28.77 496 6.94% 2.00 32 8.25%. 2.37 10 4.85% 1.40 38 18.36% 5.28 120 22.43% 6.45 Construction Inspector V $66.15 0 Construction Inspector IV $40.75 0 . Construction Inspector III $31.52 0 Construction Inspector I s18.70 0 Land Surveyor S46.69 20 0.28% 0.13 20 5.15% 2.41 Survey Crew Chief $32.27 104 1.45% 0.47 100 25.77% 8.32 4 1.93% 0.62 instrument Person $32.27 0 Rodman $21.17 104 1.45% 0.31 100 25.77% 5.45 4 1.93% 0.41 CADD Technician III $29.55 64 0.89% 0.26 10 4.85% 1.43 4 1.93% 0.57 CADD Technician II $26.30 504 7.05% 1.85 32 8.25% 2.17 20 9.71% 2.55 12 5.80% 1.52 60 11.21% 2.95 CADD Technician I $19.16 120 1.68% 0.32 120 22.43% 4.30 . Senior Administrator $46.67 0 Administrative Assistant $24.18 19 0.27% 0.06 3 6.67% 1.61 4 0.75% 0.18 TOTALS 7152 100% $44.99 45 100% $49.31 388 100% $32.97 206 100% $47.46 207 100°k $40.01 535 100% $33.47 Average Hourly Project Rates Route Elgin Streetscape Section Ph 4(09SUR CE,09WM DE/CE,10SUR DE) County Kane Consultant TranSystems Date 02/04/09 Job No. P404060020 PTBlitem Sheet 2 OF 5 5.3 Final Plans,Specs,and C-4 Final Plans and Payroll Avg Cost Ests C-1 Preliminary Design C-2 Prefinal Plans C-3 Prefinal Documents Documents 0-1 Pre-Construction Hourly Hours % Wgtd Hours, % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Av9 Principal in Charge $70.00 4 0.55% 0.39 Senior Project Manager $70.00 8 3.01% 2.11 8 8.89% 6.22 8 1.65% 1.16 Project Manager 857.56 20 7.52% 4.33 8 8.89% 5.12 10 1.38% 0.79 10 5.75% 3.31 10 2.07% 1.19 10 20.00% 11.51 Construction Manager $64.84 4 1.50% 0.98 _ Chief Structural Engineer $70.00 Architect $49.28 y Senior Project Engineer $55.39 10 3.76% 2.08 14 1.93% 1.07 16 9.20% 5.09 30 60.00% 33.24 E Senior Transportation Planner $57.32 ? Transportation Wanner $39.38 Project Engineer $49.86 44 16.54% 8.25 16 17.78% 8.86 95 13.10% 6.53 24 13.79% 6.88 40 8.26% 4.12 CD z Resident Engineer $54.65 4 1.50% 0.82 16 17.78% 9.71 24 _ 3.31% 1.81 24 13.79% 7.54 42 8.68% 4.74 8 16.00% 8.74 d Senior Resident Inspector $46.35 2 4.00% 1.85 Resident Inspector S38.99 Assistant Resident Inspector $33.24 8 1.10% 0.37 8 4.60% 1.53 Design Engineer III $44.30 16 17.78% 7.88 90 12.41% 5.50 16 9.20% 4.07 80 16.53% 7.32 Design Engineer II $35.93 40 15.04% 5.40 130 17.93% 6.44 40 22.99% 8.26 100 20.66% 7.42 Design Engineer I $28.77 60 22.56% 6.49 16 17.78% 5.11 130 17.93% 5.16 20 11.49% 3.31 80 16.53% 4.76 Construction Inspector V $66.15 Construction Inspector IV $40.75 _ _ Construction Inspector III $31.52 Construction Inspector I $18.70 Land Surveyor $46.89 Survey Crew Chief 532.27 Instrument Person $32.27 Rodman $21.17 CADD Technician III $29.55 10 3.76% 1.11 40 5.52% 1.63 CADD Technician II $28.30 64 24.08% 6.33 8 8.89% 2.34 180 4 24.83% 6.53 8 4.60% 1.21 120 24.79% 6.52 CADD Technician I $19.16 Senior Administrator $46.67 1 Administrative Assistant $24.16 2 0.75% 0.18 2 2.22% 0.54 8 4.60% 1.11 4 0.83% 0.20 TOTALS 266 100% 00 0 0 $38.07 90 100/o $45.78 725 100% $36.22 174 100/o $42.31 484 100/o $37.43 50 100/o $55.34 Average Hourly Project Rates Route Elgin Streetscape Section Ph 4(09SUR CE,09WM DE/CE,10SUR DE) County Kane Consultant TranSystems Date 02/04/09 Job No. P404060020 PTB/Item Sheet 3 OF 5 D-2 liaison and Contract 0.3 Public Outreach and 0-5 Contractor Suggestions Payroll Avg Control Coordination 0-4 On-Site Review of Work and Reg 0.6 Shop Drawings D-7 Schedules Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 . Senior Project Manager $70.00 Project Manager $57.56 Construction Manager $64.84 Chief Structural Engineer $70.00 , Architect $49.28 D Senior Project Engineer $55.39 v Senior Transportation Planner $57.32 ? Transportation Planner 539.38 , 3 Project Engineer $49.86 co 7 Resident Engineer $54.65 145 eltiff9e# 54.65 58 66.870/0 36.43 680 31.92% 17.45 40 88.89% 48.57 16 100.00% 54.65 16 100.00% 54.65 C Senior Resident Inspector 346.35 29 33.33%_ 15.45 1450 68.08% 31.55 5 11.11% 5.15 Resident Inspector $38.99 Assistant Resident Inspector $33.24 Design Engineer III $44.30 Design Engineer II $35.93 Design Engineer I $28.77 _ Construction Inspector V $66.15 , Construction Inspector IV $40.75 _ , Construction Inspector III $31.52 Construction Inspector I $18.70 Land Surveyor $46.69 Survey Crew Chief $32.27 - Instrument Person $3227 . Rodman $21.17 CADD Technician III $29.55 CADD Technician II $26.30 CADD Technician I $19.16 , Senior Administrator $46.67 Administrative Assistant $24.18 TOTALS 145 100% $54.65 87 100% $51.88 2130 100°k $48.99 45 100% $53.72 16 100% S54.65 16 100% $54.65 • Average Hourly Project Rates Route Elgin Streetscape Section Ph 4(09SUR CE,09WM DEICE,10SUR DE) County Kane Consultant TranSystems Date 02/04/09 Job No. P404060020 PTBJltem Sheet 4 OF 5 13-9 Contract Admin and 0.11 Contractor Pay Req& D.13 Final Compl&Record Payroll Avg 0-8 Job Meetings Records 0-10 Reports Clang Ord D•12 Government Policies Dwgs Hourly Hours V. Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 Senior Project Manager $70.00 Project Manager $57.56 , Construction Manager $64.84 . Chief Structural Engineer $70.00 _ Architect $49.28 D Senior Project Engineer $55.39 , m Senior Transportation Planner $57.32 , = Transportation Planner $39.38 9 Project Engineer $49.86 m 3 Resident Engineer $54.65 87 74.36% 40.63 512 61.54% 33.63 10 100.00% 54.65 80 100.00% 54.65 8 100.00% 54.65 80 57.14% 31.23 d Senior Resident Inspector $46.35 30 25.64% 11.88 320 38.46% 17.83 60 42.86% 19.86 Resident Inspector $38.99 Assistant Resident Inspector $33.24 Design Engineer III $44.30 Design Engineer II $35.93 , Design Engineer I $28.77 Construction Inspector V $66.15 Construction Inspector IV $40.75 Construction Inspector III $31.52 Construction Inspector 1 $18.70 Land Surveyor $46.69 Survey Crew Chief $32.27 Instrument Person $32.27 Rodman $21.17 . CADD Technician III $29.55 CADD Technician II $26.30 , CADD Technician I s19.18 Senior Administrator $46.67 Administrative Assistant $24.18 TOTALS 117 100% $52.52 832 100% $51.45 10 100% $54.65 80 100% $54.65 8 100% $54.65 140 100% $51.09 Average Hourly Project Rates Route Elgin Streetscape Section Ph 4(09SUR CE,09WM DE/CE,1OSUR DE) County Kane Consultant TranSystems Date 02/04/09 Job No. P404060020 PTB/item Sheet 5 OF 5 Payroll Avg Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 Senior Project Manager $70.00 Project Manager $57.56 Construction Manager $64.84 Chief Structural Engineer $70.00 Architect $49.28 Senior Project Engineer $55.39 Senior Transportation Planner $57.32 Transportation Planner $39.38 Project Engineer $49.86 co Resident Engineer $54.65 Senior Resident Inspector $46.35 Resident Inspector $38.99 Assistant Resident Inspector S33.24 Design Engineer III $44.30 Design Engineer II $35.93 Design Engineer I $28.77 Construction Inspector V s66.15 Construction Inspector IV $40.75 Construction Inspector III $31.52 Construction Inspector I $18.70 Land Surveyor $46.69 Survey Crew Chief $32.27 Instrument Person $32.27 Rodman $21.17 CADD Technician Ill $29.55 CADD Technician II $26.30 CADD Technician I $19.16 Senior Administrator $46.67 Administrative Assistant $24.18 TOTALS 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems A-1 Project Coordination and Data Collection Tax Maps 2 maps @ $ 40.00 /map $ 80 Vehicle 100 miles @ $ 0.55 /mile $ 55 SUBTOTAL $ 135 A-2 Field Survey Metra Train Fare 4 roundtrips @ $ 12.00 /roundtrip $ 48 Company Vehicle 14 days @ $ 45.00 /day $ 630 Vehicle 700 miles @ $ 0,55 /mile $ 385 SUBTOTAL $ 1,063 A-3 Public Participation Company Vehicle 4 days @ $ 45.00 /day $ 180 Vehicle 250 miles @ $ 0.55 /mile $ 138 SUBTOTAL $ 318 B-1 Preliminary Design Company Vehicle 1 day @ $ 45.00 /day $ 45 Vehicle 100 miles @ $ 0.55 /mile $ 55 SUBTOTAL $ 100 Attachment"Dl" Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems B-2 Prefinal Plans and Documents Vehicle 100 miles @ $ 0.55 /mile $ 55 Photocopies(11"x17"reduced size plans) 22 sheets @ 12 copies @ $ 0.25 /sheet $ 66 Photocopies(22"x34"full size plans) 22 sheets @ 4 copies @ $ 1.35 /sheet $ 119 Photocopies(8.5"x11"specifications) 175 sheets @ 10 copies @ $ 0.12 /sheet $ 210 Overnight Shipping 4 packages @ $ 25.00 /package $ 100 SUBTOTAL $ 550 B-3 Final Plans and Documents Vehicle 400 miles @ $ 0.55 /mile $ 220 Photocopies(11517"reduced size plans) 22 sheets @ 10 copies @ $ 0.25 /sheet $ 55 Photocopies(22"x34"full size plans) 22 sheets @ 35 copies @ $ 1.35 /sheet $ 1,040 Photocopies(8.5"x11"specifications) 175 sheets @ 40 copies @ $ 0,12 /sheet $ 840 Overnight Shipping 2 packages @ $ 20.00 /package $ 40 SUBTOTAL $ 2,195 C-1 Preliminary Design Company Vehicle 1 day @ $ 45.00 /day $ 45 Vehicle 100 miles @ $ 0.55 /mile $ 55 SUBTOTAL $ 100 Attachment"D1" Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems C-2 Prefinal Plans Vehicle 200 miles @ $ 0.55 /mile $ 110 Photocopies(11"x17"reduced size plans) 83 sheets @ 14 copies @ $ 0.25 /sheet $ 291 Photocopies(22"x34"full size plans) 83 sheets @ 5 copies @ $ 1.35 /sheet $ 560 Overnight Shipping 4 packages @ $ 25.00 /package $ 100 SUBTOTAL $ 1,061 C-3 Prefinal Documents Photocopies(8.5"x11"specifications) 300 sheets @ 10 copies @ $ 0.12 /sheet $ 360 SUBTOTAL $ 360 C-4 Final Plans and Documents Vehicle 400 miles @ $ 0.55 /mile $ 220 Photocopies(11"x17"reduced size plans) 83 sheets @ 12 copies @ $ 0.25 /sheet $ 249 Photocopies(22"x34"full size plans) 83 sheets @ 50 copies @ $ 1.35 /sheet $ 5,603 Photocopies(8.5"x11"specifications) 300 sheets @ 50 copies @ $ 0.12 /sheet $ 1,800 Overnight Shipping 2 packages @ $ 25.00 /package $ 50 SUBTOTAL $ 7,922 D-1 Pre-Construction Company Vehicle 1 day @ $ 45.00 /day $ 45 Photocopies(22"x34"full size plans) 105 sheets @ 2 copies @ $ 1.35 /sheet $ 284 SUBTOTAL $ 329 D-2 Liaison and Contract Control Company Vehicle 7 days @ $ 45.00 /day $ 315 SUBTOTAL $ 315 Attachment"D1" Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems D-3 Public Outreach and Coordination Photocopies(8.5"x11"handouts) 250 sheets @ 10 versions @ $ 0.12 /sheet $ 300 SUBTOTAL $ 300 D-4 On-Site Review of Work Company Vehicle 400 days @ $ 45.00 /day $ 18,000 SUBTOTAL $ 18,000 D-6 Shop Drawings Overnight Shipping 2 packages @ $ 20.00 /package $ 40 SUBTOTAL $ 40 D-13 Final Completion and Record Drawings Mylar Reproductions 105 sheets @ 1 copy @ $ 10.00 /sheet $ 1,050 SUBTOTAL $ 1,050 TOTAL $ 33,838 Attachment"D1" DLK Civic Design HOURS ESTIMATE OF CONSULTANT SERVICES Date:January 15,2009 Project Name:Elgin Streetscape Phase IV $ w SHEET/ACTIVITY '22 g o n a u aa Q O DK JE RS SM GV MM Phase: 100 ACTION ITEM 1-Base Data Collection Duration:06/01/09-06/30/09 087 1.01 Kick-off meeting(lmtg @ 4hrs) 4 4 8 013 1.02 On-site review and photo inventory 8 8 026 1.03 Base sheet adjustments/Setup 8 12 20 001 1.04 Project Setup and Administration 2 2 4 SUBTOTAL: - 6 20 12 - 2 40 Phase: 300 ACTION ITEM 2-Conceptual Design Duration:06/01/09-9/30/09 Post Office Entry Plaza Concepts(3 concepts for 026 2.01 review+1 final concept) 2 6 8 16 026 2.02 Associcated Bank Plaza Concepts(3 concepts 4 4 20 20 48 for review+1 final concept) 062 2.03 Presentation Boards I Renderings 4 20 24 087 2.04 Coordination meetings(2mtgs @ 4hrs) 4 8 12 SUBTOTAL: 4 10 38 28 20 - 100 Phase: 400 ACTION ITEM 3-PreFinal CD's(75%submittal) Duration:10/01/09-12/31/09 026 3.01 Pre-Final Hardscape Plans 2 6 32 40 80 026 3.02 Pre-Final Landscape Plans 2 16 24 42 026 3.03 Pre-Final Landscape Planter Details 2 12 24 38 026 3.04 Pre-Final Hardscape Details 2 12 10 24 026 3.05 Pre-Final Irrigation Plans and Details 2 8 10 20 026 3.06 Post Office Entry Plaza Plans and Details 2 4 8 14 026 3.07 Associated Bank Plaza Plans and Details 2 2 12 16 32 028 3.08 Pre-Final Specifications 4 12 ' 16 066 3.09 Pre-Final Quantity take-offs 4 8 12 067 3.10 Pre-Final Estimate of Costs 2 8 10 I 087 3.11 Coordination meetings(2mtgs @ 4hrs) 4 8 12 002 ,3.12 QA/QC and Administration 4 4 4 12 SUBTOTAL: 8 32 128 140 - 4 312 1/15/2009 5:23 PM File: P:1OLK PROPOSALS@009 PROPOSALS\209012_EIg1n Streetscape Phase INACECS_20090115 ElginStage4a.xis Page 1 Attachment"Dl" DLK Civic Design HOURS ESTIMATE OF CONSULTANT SERVICES Date:January 15,2009 Project Name:Elgin Streetscape Phase IV cc 8 1- SHEET/ACTIVITY a 1 a 8 g = re a 5 Y DK JE RS SM GV MM Phase: 500 ACTION ITEM 4-Final CD's(100%submittal) Duration:01/01/10-03/30/10 026 4.01 Final Hardscape Plans 1 2 20 24 47 026 4.02 Final Landscape Plans 1 8 12 21 026 4.03 Final Landscape Planter Details 1 8 12 21 026 4.04 Final Hardscape Details 1 1 8 10 20 026 4.05 Final Irrigation Plans and Details 1 4 10 15 028 4.06 Final Specifications 4 10 14 066 4.07 Final Quantity take-offs 4 8 12 067 4.08 Final Estimate of Costs 2 8 10 087 4.09 Coordination meetings(2mtgs @ 4hrs) 4 8 12 002 4.10 QA/QC and Administration 4 4 4 12 087 4.11 Pre-Bid Conference 4 4 8 036 4.12 Bid Phase Assistance(RFI,Addenda,etc.) 2 8 10 039 4.13 Bid Opening/Evaluation/Recommendation 2 8 10 SUBTOTAL: 6 28 98 76 - 4 212 Phase:I700 ACTION ITEM 5-Stage III Construction Administration Duration:07/01/09-6/30/10 087 5.01 Pre-construction Meeting(lmtg @ 4hrs) 4 4 044 5.02 Shop Drawing Review 2 12 14 042 5.03 Plant Material Selections/Tree Tagging(2 days) 16 16 042 5.04 Construction Observation/Meetings(8hrs/week 200 200 for 25 weeks) 041 5.05 Construction Coordination(in-house) 10 80 90 049 5.06 Preliminary Punch list(lmtg @ 8hrs) 8 8 049 5.07 Final Punch list(1 mtg @ 8hrs) 8 8 049 5.08 Project Close-out/Administration 2 4 8 2 16 SUBTOTAL: 2 16 336 - - 2 356 I I TOTAL:I 20 I 92 1 620 l 256 ' 20 l 12 I 1,020 1/15/2009 5:23 PM File:P::DLK PROPOSALS72009 PROPOSALSl209012 Elgin Seeetscape Phase Iv\CECS_20090115 ElginStage4a.xls Page 2 Attachment"Dl" DLK Civic Design Project Name:Elgin Streetscape Phase IV Date:January 15,2009 Estimated Cost in Dollars Private %of Item Staff Number of Base Hour Direct Labor Overhead Subtotal Profit OLK Total Service by Name Hours Rate (DL) (OH) (DL)r(OH) (DU+(OH) Grand Others 19000% Total ACTION ITEM 1-Base Data Collection Principal OK S 72.00 $ - $ • $ • $ -_$ • LA Pro/Mgr JE 6 $ 44.75 $ 269 $ 510 $ 779 $ $ 779 22.1% LA Designer 1 RS 20 $ 31.80 $ 636 $ 7,208 $ 1,844 $ -,$ 1,844 52.4% LA Designer 2 SM 12 S 21.25 $ 255 S 485 $ 740 S -_$ 740 21.0% Arch Designer 2 GV S 27.75 S - $ - S - $ - S Support 2 MM 2 ,.$ 27.25 S 55 S 104 $ 158 $ - $ 158 4.5% Phase Totals 40 $ 1,214$ 2.307 $ 3,521 5 • 5 3,521 100.0% ACTION ITEM 2-Conceptual Design Principal DK 4 S 72.00 $ 288 $ 547 $ 835 S - $ 835 9.7% LA Prof Mgr JE 10 S 44.75 $ 448 $ 850 $ 1,298 S - $ 1,298 15.0% LA Designer 1 ,RS 38 $ 31.80 $ 1,206 $ 2,296 $ 3,504 $ - $ 3,504 40.6% LA Designer 2 SM 28 S 21.25 $ 595 $ 1,131 $ 1,726 $ - $ 1,726 20.0% Arch Designer 2 GV 20 $ 21.75 $ 435 $ 827 $ 1,262 $ - $ 1,262 14.6% Support 2 MM $ 27.25 $ - $ - $ - $ - $ Phase Totals 100 S 2,974 $ 5.650 S 8.624 $ $ 8,624 100.0% ACTION ITEM 3-PreFinal CD's(75%submittal) Principal DK 8 S 72.00 $ 576 $ 1,094 $ 1,670 $ - $ 1,670 63% LA Proj Mgr JE 32 $ 44.75 $ 1,432 S 2,721 $ 4,153 S - $ 4,153 15.6% LA Designer 1 RS 128 $ 31.80 $ 4,070 $ Z734 $ 11,804 $ - $ 11,804 44.4% LA Designer 1 SM 140 $ 21.25 $ 2,975 $ 5,653 $ 8,628 $ - $ 8,,626 32.5% Arch Designer 2 GV S 21.75 $ - $ - $ - $ - $ Support 2 MM 4 $ 27.25 $ 109 $ • 207 $ 316 $ - $ 316 1.2% Phase Totals 312 5 9,162 $ 1Z409 $ 26,571 $ - 5 26.571 100.0% ACTION ITEM 4-Final CD's(100%submittal) (Hourly rates include 2009 escalation) Principal DK 6 $ 72.00 $ 432 $ 821 $ 1,253 $ - $ 1,253 6.6% LA Proj Mgr JE 28 $ 44.75 S 1,253 S 2,381,$ 3.634 $ - $ 3,634 19.2% LA Designer 1 RS 98 S 37.80 S 3,116 $ 5,921 $ 9,038 $ - $ 9,038 47.8% IA Designer 2 SM 76 $ 21.25 S 1,615 $ 3,069 S 4,684 $ - $ 4,684 24.7% Arch Designer 2 GV $ 21.75 $ - $ - $ - $ - $ - Support 2 MM 4 $ 27.25 $ 109 $ 207 $ 316 $ - $ 316 1.7% Phase Totals 212 $ 6.525 $ 12,398 $ 18.924 $ - $ 18,924 100.0% ACTION ITEM 5-Stage III Construction Administration Principal DK 2 $ 72.00 $ 144 $ 274 $ 418 $ - S 418 7.2% LAProjIvigr JE 16 $ 44.75 $ 716 $ 1,360 $ 2,076 $ - $ 2076 6.2% LA Designer 1 RS 336 $ 31.80 $ 10,685 $ 20,301 $ 30,986 $ • $ 30,986 92.1% LA Designer 2 SM $ 21.25 $ - $ - S - $ - $ Arch Designer2 GV $ 21.75 $ - $ • S - $ - $ - Support 2 MM 2 $ 27.25 $ 55 $ 104 $ 158 S - $ 158 0.5% Phase Totals 356 $ 11,599 S 22,039 $ 33,638 $ - S 33638 1017.0% GRAND TOTALS: 1 1,020 1 I$ 31,4751$ 59,8031$ 91,2781$ - 1$ 91,2781 2010 Fee Escalation: %• 1/15/2009 5 23 PM FVM PtIXK PROP 0.SAIS12009 PROPOSAL S1209012_EgerSoemuapePAsuMCECS 20090115090519e.e, Page 3 Attachment"D1" DLK Civic Design Project Name:Elgin Streetscape Phase 1V Date:January 15,2009 Estimated Cost in Dollars Private %ol Item Stall Number of Base Hour Direct Labor Overhead Subtotal Profit DLK Total Service by Name Hours Rate (OL) (OH) (DL)+(OH) (DU+(OH) Grand Others 190.00% Total SUMMARY: items DLK Hours DLK Fee Dire o ttss %of Total ACTION ITEM 1-Base Data Collection 40 $ 3,521 3.7% ACTION ITEM 2-Conceptual Design 100 $ 4624 9.1% ACTION ITEM 3-PreFinal CD's(75%submittal) 312 $ 26,571 28.1% ACTION ITEM 4-Final CD's(100%submittal) 212 $ 18,924 20.0% ACTION ITEM 5-Stage Ill Construction Administration 356 $ 33,638 35.6% REIMBURSABLE DIRECT COSTS $ 3,290 3.5% Total 1,020 $ 91,278 $ 1290 Project Total- $ 94,568 REIMBURSABLE DIRECT COST BREAKDOWN Travel/Mileage:Estimated Number of Milesltrip: 90 Estimated Number of Trips: 10 Estimated number of total miles: 900 Billable Rate Per Mile: $ 0.550 Subtotal: $ 495 Car Costs:Estimated Number of round trips Parking Costs per round trip $ 20.00 Subtotal: $ - Train Costs:Estimated Number of round trips 25 Train Costs per round trip $ 15.00 Subtotal: $ 375 Total Travel/Mileage: $$ 870 I GENERAL PRODUCTION COSTS Bond paper digital printing(allowance) 1 $1,000 $ 1,000 Color prints(allowance) 1 $750 $ 750 photocopies 3000 $0.15 $ 450 Delivery service(UPS,FedEX,messengers,etc.) 8 $15.00 $ 120 Mounting boards: 2 $50.00 $ 100 Total General Production Costs: $ 2,420 TOTAL DIRECT EXPENSE COSTS: ($ 3,290 I 111512009 5:23 PM Fib POLE PROPOSM4.80009 PHOPOS11LS1709012Eayn Soeiespe Phase MCECS 200901 i$EVS4.9e4 rts Page 4 Attachment"D1" o rvic In .{ ' Ge Se es, c Lntthni7,forirwvnmtd and rird FngrxetrinQ cry,... PROPOSAL AND AGREEMENT FOR SERVICES CLIENT: Mr.Chris Urchell January 27,2009 TranSystems Corporation 222 South Riverside Plaza,Suite 2320 Chicago,IL 60606 Via email(cmurchell@transystems.com)and U.S.Mail R E: Pavement investigation,2007-08 Streetscape Project-Phase IV,Elgin,IL GSI Proposal No.09525 This Proposal and Agreement for Services confirms the authorization of TranSystems Corporation ("Client)of services in conjunction with the above referenced project. The services authorized are described as follows: 1. Layout cores and calls JULIE to clear onsite utilities. 2. Provide 1-man coring crew and nagger to perform 10 to 11 pavement cores with hand augers to a maximum depth of 24 inches to determine base course thickness and subgrade type. We assume coring locations will be truck accessible and cores may be performed during normal work hours(M-F, 7 AM to 5 PM). Note that proposal does not include coring thru granite pavers(if any). Cores will be terminated at the top of granite pavers(if any). 3. Perform typical laboratory testing on samples at our laboratory of any base course and subgrade materials obtained(mc,op). 4. Provide brief letter report with core logs,location diagram and core photos. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE COST Coring Crew(1-man)(includes generator,equipment,etc) hour 16.00 $ 150.00 $ 2,400.00 Flagger hour 16.00 $ 80.00 $ 1,280.00 Signs/Cones each 1.00 $ 75.00 $ 75.00 JULIE Call each 4.00 $ 90.00 $ 360.00 Field Engineer(Layout) hr 3.00 $ 80.00 $ 240.00 Lab Testing(mc,Op) each 22.00 $ 10.00 $ 220.00 Letter Report LS 1.00 $ 750.00 $ 750.00 TOTAL $ 5,925.00 The not-to•exceed cost for the above listed scope of work Is$5,325.00. If additional services are deemed necessary due to unexpected conditions,we will negotiate a price with you prior to proceeding with any extra work. If services to be provided under this Agreement require the agents, If in the reasonable judgment of GSI,the scope or nature of the services employees,or contractors of Geo Services,Inc(GSI)to enter onto the to be performed by GSI, in respect to the above-referenced project, Project site, Client shall provide right-of-access to the site to GSI, its change or deviate materially from the scope or nature of the services employees, agents and contractors, to conduct the planned field described above,GSI may at its discretion,suspend performance of its observations or services. services, until a written agreement superseding this Agreement and adjusting the scope,schedule,fees,and terms and conditions has been The attached terms and conditions are expressly incorporated into,and executed. If such a superseding agreement is not agreed to within a are an integral part of our contract for services. Please indicate your reasonable time,GSI may terminate this Agreement. acceptance of this Proposal and Agreement by having an authorized representative of your firm execute one copy and return it to the undersigned prior to commencement of GSI services. Geo Services,Inc. (Client) . Signature Signature Antonio Devia,Proiect Engineer Name&Title Name&Title January 28,2009 Date Date Attachments: Terms and Conditions 1235 E.Davis Street,Suite 101 805 Amherst Court,Sulle 204 Arington Heights,Illinois 80005 Naperville,Illinois 60565-3448 847.253.3845/Fax 847.253.048 630.305.91861Faa 830.355.2838 Attachment"Dl' Tran \ [)Lit Systems Civic Design Third Amendment Agreement Elgin CBD Program SCHEDULE April 1,2009 2009 Streetscape and Roadway Project(Construction Services) Pre-Construction Meeting 5/28/2009 Begin Construction 6/1/2009 Winter Shut Down 11/20/2009 Spring Re-Start 4/19/2010 End Construction 5/28/2010 Finalize Documentation 9/26/2010 2009 Water Main Project(Design and Construction Services) Submit Prefinal Plans, Specifications and Estimates 6/5/2009 Begin Internal QCQA Review 6/8/2009 Receive Comments on Prefinal Plans from City and Internal QCQA Review 6/22/2009 Submit Bid Advertisement to City 6/29/2009 Submit Final Plans and Specifications to Printer(cost estimate to City) 6/30/2009 Submit IEPA Water Main Permit 6/30/2009 Printer Delivers Plans to Elgin City Hall 7/1/2009 Advertise 7/2/2009 Pre-Bid Meeting 7/14/2009 Bid Opening 7/21/2009 Council Submittal 7/29/2009 Council Approval 8/5/2009 Pre-Construction Meeting 8/12/2009 Begin Construction 8/17/2009 Winter Shut Down: Interim Completion—Mainline 11/20/2009 Spring Re-Start 3/22/2010 End Construction 4/30/2010 Finalize Documentation 9/26/2010 2010 Streetscape and Roadway Project(Design Services) Submit Prefinal Plans, Specifications and Estimates 1/7/2010 Receive Comments on Prefinal Plans from City 2/18/2010 Submit Bid Advertisement to City 3/12/2010 Submit Final Plans and Specifications to Printer(cost estimate to City) 3/15/2010 Printer Delivers Plans to Elgin City Hall 3/16/2010 Advertise 3/17/2010 Mandatory Pre-Bid Meeting 3/30/2010 Bid Opening 4/6/2010 Council Submittal 4/7/2010 Council Approval 4/21/2010 Attachment"D2" e k, r I7 April 2, 2009 , \4 TO: Mayor and Members of the City Council ,°, —' u:atkIally Stable FROM: Olufemi Folarin, City Manager Cur Government David Lawry,P.E., General Services Director SUBJECT: Amendment No. 3 to the Engineering Services Agreement with TranSystems, Inc. for the Central Business District Streetscape Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider the approval of Amendment No. 3 to the agreement with TranSystems, Inc. for the design and construction management of the streetscape and water main improvements associated with the Central Business District(CBD) Streetscape Project. RECOMMENDATION It is recommended that the City Council approve Amendment No. 3 to the agreement with TranSystems, Inc. for design and construction management services related to the CBD Streetscape Project for the not-to-exceed cost of$1,029,975. BACKGROUND On March 8, 2006, the City Council authorized an agreement with TranSystems, Inc. for the development of a streetscape design master plan for the CBD, the design and inspection of the first phase of water main improvements and design of the first phase of streetscape and street resurfacing. On February 14, 2007 and on February 28, 2008, the City Council authorized Amendments No. 1 & No. 2 respectfully to the agreement for construction management of the Phase 1 & Phase 2 streetscape improvements and for the design of Phase 3 streetscape improvements. Also included was the design and construction management of Phase 3 water main improvements. Amendment No. 3 provides for the construction management of the streetscape improvements for Phase 3 and for the design of the streetscape improvements for Phase 4. Phase 3 includes improvements to Douglas Avenue from Chicago Street to Kimball Avenue from Division Street to Center and Symphony from Douglas Avenue to Center Street. The Phase 4 improvements on Highland Avenue, Grove Avenue and Center Street will be constructed in 2010. By completing the design work now, the work can be bid early in 2010 thus allowing for construction to be completed in a timelier manner. Also included in the work scope of Amendment No. 3 is design t I, • Central Business District Streetscape Project April 2, 2009 Page 2 and construction management services for Phase 4 water main improvements which will be constructed this year. The work scope continues to include a high level of public outreach and information that was developed with the Phase 1 streetscape improvements. This includes a full time onsite representative, a separate website dedicated to the CBD project, weekly progress meetings and newsletters distributed to businesses and residents in the CBD. A copy of Amendment No. 3 is attached as Exhibit A. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The cost of Amendment No. 3 with TranSystems will total $1,029,975. Funding for the cost of the streetscape construction management and design is located in the Center City Tax Increment Fund, account number 262-0000-791.92-32, "Land Improvements", project number 262000, "Central Business District Streetscape" ($13,024,496 budgeted and $5,349,909 available). Funding for the cost of the water main design and construction management is included in the water portion of the 2008 General Obligation Bond sale. Account number 368-4000-795.93-41, "Distribution Systems", project number 409670, "CBD Distribution System Upgrades", ($4,962,000 budgeted and$2,412,685 available)would be charged. LEGAL IMPACT None ALTERNATIVES to approve Amendment No. 3 to the 1. The City Council may choose pp agreement with TranSystems, Inc. in the amount of$1,029,975. 2. The City Council may choose not to approve Amendment No. 3 to the agreement with TranSystems, Inc. Respectfully submitted for Council consideration. do Attachment `0OFEI.0 `,%"".ts\ti Memorandum f .f 4 l' City of Elgin . • IV l• 'A o4'lftl)cea Date: May 1, 2009 To: Joe Evers, City Engineer From: Jennifer Quinton, Deputy City Clerk Subject: Resolution Nos. 09-101 through 09-103, Adopted at the April 29, 2009, Council Meeting Enclosed you will find the agreement listed below. Please distribute to the appropriate parties and if needed, retain a copy for your records. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Termination Agreement with Plote Construction, Inc. Regarding the Frazier Avenue Reconstruction Project • Change Order No. 1 and Final in the Contract with Martam Construction, Inc. for 2007 Center Business District Water Main Project • Third Amendment Agreement with TranSystems Corporation for the Central Business District Streetscape Project 3 t Second Amendment Agreement • ' Amendment Agreement No. 2 is hereby made and entered into thia7&day of 2008,by and between the City of Elgin,an Illinois Municipal Corporation (hereinafter re erred to as "CITY")and TranSystems Corporation,a Missouri Corporation (hereinafter re erred to as"ENGINEER"). WHEREAS,the parties hereto have previously entered into an Agreement dated March 22"d, 2006,attached hereto as Attachment"A" (hereinafter referred to as"ORIGINAL AGREEMENT")and Amendment Agreement No. 1 dated February 28th,2007,attached hereto as Attachment"B"; and • WHEREAS,ORIGINAL AGREEMENT provided for a maximum payment of$543,948.28 and Amendment Agreement No. 1 provided for a maximum payment of$1,324,248.91; and WHEREAS,the parties hereto have each determined it to be in their best interest to amend the Original Agreement and Amendment Agreement No. 1; and WHEREAS,the CITY has determined that the proposed scope of the PROJECT should be modified to include surveying, design and construction engineering services for the 2008 underground improvements, construction engineering services for the 2008 roadway and streetscape improvements, and surveying and design engineering services for the 2009 roadway and streetscape improvements for the overall Central Business District Street Resurfacing and Streetscape Program, and WHEREAS,the CITY has determined that the total maximum payment for the additional services described in this Amendment Agreement shall be in the amount of$1,022,553.97; and WHEREAS,the circumstances necessitating these changes in performance contemplated by this amendment are germane to the original agreement as signed and this Amendment Agreement is the best interests of City and is authorized by law. NOW,THEREFORE,in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged, the parties hereto herby agree as follows: 1. Section I(B)of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "ENGINEER shall also perform the additional services for the PROJECT to include surveying, design and construction engineering services for the 2008 underground improvements, construction engineering services for the 2008 roadway and streetscape improvements, and surveying and design engineering services for the 2009 roadway and streetscape improvements" 2. Section I(C)of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "A detailed Scope of Services for the additional services provided by the Second Amendment Agreement is attached hereto as Attachment C." • • Attachment "C" r 3. Paragraphs IV (A) is hereby amended to read"For services provided by the ENGINEER as described in Attachment A in the First Amendment Agreement,ENGINEER shall be reimbursed at the rate of 2.9 times the direct hourly rate of personnel employed on this PROJECT as set forth in Attachment B of the Second Amendment Agreement,with the total fee not to exceed$2,346,802.88 regardless of the actual time expended or actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the DIRECTOR" 4. Paragraph IV(B) is hereby amended to read"For outside services provided by other firms or subconsultants,the City shall pay the ENGINEER the invoiced fee to the ENGINEER,plus N/A . Any such invoiced fees to ENGINEER shall be included with and constructed as part of the above-referenced amount of$2,346,802.88." 5. Paragraph IV(B)is hereby amended to read"A cost estimate of consultant services for the additional services provided by the Second Amendment Agreement is attached hereto as Attachment C. Such consultant services fees shall be included with and construed as part of the above-referenced"not-to-exceed"amount of$2,346,802.88." 6. Except as amended by this Second Amendment Agreement,Original Agreement as amended by First Amendment Agreement between the parties hereto shall remain in full force and effect. CITY OF ELGIN TRANSYSTEMS CORPORATION By: By: Ye/4/4114 ty nager Todd S. Bright Vice-President Attest\ Attest: ' City Clerk ierh L. Fairwoo Assistant Vice-President Attachment "C" Scope of Services —Amendment No. 2 CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES A. Data Collection and Concept Review 1. Project Coordination and Data Collection a. Preliminary conference with the City staff to confirm (estimated as 1 meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Other administrative considerations b. Inventory readily-available existing data for the project area and immediately surrounding neighborhoods including: 1. Right-of-way data 2. Conventional and digital map files 3. Aerial photography 4. Jurisdictional boundaries 5. Property boundaries 6. Property owners 7. Other area roadway, utility, and signal improvements 8. Current public utility atlases and GIS information • 9. Current power,communications,gas, and other private utility atlases 10. Previously prepared plans and reports 11. Development plans 2. Field Survey a. Conduct full topographic design survey based on the English system including establishment of horizontal and vertical controls, topography, accesses,cross sections(at 50 foot increments), drainage, utility structures, and right-of-way verification. The field survey will be conducted along Douglas Street between Highland Avenue and Kimball Street, Division Street between Douglas Street and Center Street, and Symphony Way between Douglas Street and Dundee Avenue. Survey limits will include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is estimated as 4,000 feet. Portions of the 2007 survey (mainly Douglas Street between Chicago Street and Highland Avenue) will be reused for this project and portions of this survey will be used for subsequent yearly improvements. b. Download topographic survey and cross sections in Microstation v8. Plot survey at 1"=20' scale and plot existing cross sections. Conduct a plan-in-hand, walk-through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Inventory existing signing. d. Conduct a drainage and utilities survey to determine the contents, structure composition (brick or precast), pipe sizing,and flow direction(as applicable)for all public underground utility structures. e. Request a JULIE utility design locate, if possible. Survey,download, and map the JULIE utility lines. f. Observe, digitally photograph, and digitally videotape the project to become acquainted with readily apparent existing conditions. g. Perform a vaulted sidewalk and utility service inventory. Meet with building owner or resident representatives to identify the location of vaulted sidewalks and utility services (both public and private) which require replacement, modification, or realignment. It is estimated that 35 buildings front on the streets within the project limits. h. Survey pavement marking locations and lane usage, including parking limits. 1 fF Attachment "C" an Scope of Services —Amendment No. 2 CBD Street Resurfacing and Streetscape Program i. Draw existing utility information from utility atlases on the project base map. Update as additional information,such as future plans,test hole data,or comments are received. j. Conduct a pavement core investigation to identify pavement condition and composition. Reconstruction of the roadways is not anticipated, and therefore, a complete soils investigation program will not be undertaken. 3. Public Participation a. Conduct a series of informational meetings with area residents and business owners, as well as the Downtown Neighborhood Association to present the preferred improvement plans. Although the concept developed in 2006 will be used, it is anticipated that an effort to reach out to those specifically impacted by the 2008/2009 projects will be necessary. These meetings will be smaller than those conducted during the development of the concept plan. (estimated as 4 small meetings and 1 large meeting) b. Prepare all notifications, handouts, presentation text, exhibits, and minutes for the above meetings. Exhibits may include plots, photos, hand or computer renderings, drawings, or schematic plans as specific conditions warrant. c. Prepare and distribute newsletters to the public at various times. (estimated as 8 newsletters during the design phase) d. Work with City staff to develop relevant content for the City's web site. B. Sewer and Water Main Design Services—2008 Construction Project 1. Preliminary Design a. Consult with City staff to review the scope of the project and collect pertinent information from the City: 1. Review the City GIS records for information on the water system and sanitary sewer system. 2. Coordinate with Water Department forces to determine the location of the nearest functional water valves, water service tap locations, and building/hydrant fire services. 3. Compare records to the conducted private utility location survey and develop a useable map of existing water mains and services. b. Review City utility maps and previous engineering studies conducted by the City: 1. Assess the need for separation of the sanitary and storm sewer mains in areas where this work has not yet been completed, if any. This item is only expected to cover deficiencies noted in the field during the field surveys or construction or indicated by City staff and is not intended as a full scale analysis of area sewers. Work to fully separate the sewers is being performed by others. 2. Review City records, videotapes, and associated reports, public comment, and drainage survey to identify locations of necessary storm sewer repair, if any. 3. The City will furnish a list of any deficiencies in the sewer lines or services noted during the lining contract or associated videotaping. Work is expected to be limited to the replacement of poor condition structures and the potential replacement of a few services. Brick manholes will be replaced with precast structures. 4. Review the City maps, records, and past engineering studies to determine the need for resizing the water main. All existing 6" mains will be upgraded to 8" mains per current City standards. It is expected that all water main within the project limits will be replaced, regardless of apparent condition. 5. Determine which buildings currently have separate fire services and which will require a fire service or separation of the fire service and the domestic service. Locate branch services based on visual inspection or information obtained from the Water Department. At the 2 :'Attachment "C" tan , +' ti rf: Scope of Services—Amendment No. 2 CBD Street Resurfacing and Streetscape Program conclusion of this project, it is anticipated that each meter will be on a separate service and each building will have at least one fire service. c. Conduct a physical survey of the drainage and sanitary structures within the project limits. 1. Compare observed field conditions to the City's atlases to identify any potentially buried or removed manholes. 2. Investigate all of the located manholes by surface and internal inspection. 3. Brick manholes, catch basins, and inlets will be replaced with precast concrete structures. Precast structures in poor condition shall either be repaired or replaced as necessary. It is anticipated that a certain quantity of replacement of tributary and effluent pipes will require replacement adjacent to these structures. The majority of structure and sewer replacements/additions will occur as part of the streetscaping contract. e. Identify the location of any in-line water main valves or pressure connections necessary for water main isolation and replacement staging. It is expected that the project will be constructed mainly with pressure connections due to the age and non-operability of many existing water valves. f. Engineering services for underground utilities do not include engineering design of electrical conduit, transmission lines, or services; gas transmission mains or services; telephone lines or services; or cable television lines or services. TranSystems will work closely with the appropriate utility companies to facilitate any improvements or modifications that are necessary; however, we will not actually design these facilities. 2. Prefinal Plans and Documents a. Prepare prefinal contract plans, specifications, and estimates for the sanitary, water main, and any storm sewer work. It is anticipated that the following sheets will be included in the contract plans: List of Plan Sheets Title 1 General Notes and State Standards 1 Alignment, Ties, and Benchmarks 1 Existing and Proposed Typical Sections 1 Existing and Proposed Plan and Profile(20 scale) 8 Drainage and Water Main Structures Tables 2 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic(50 scale) 3 Pavement Marking Plan 2 Vaulted Sidewalk Details 3 Construction Details 2 Total 25 b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. c. Identify and detail any sections of storm or sanitary sewer which must be upgraded to water main requirements sewer to meet IEPA separation requirements. Also identify and detail required casing locations;only steel casings will be used. d. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction and 2008 Supplemental Specifications and Recurring Special Provisions will be used as the guideline for this construction project. e. Prepare the status of utilities to be adjusted specification. Meet with representatives of the various affected utility companies to discuss necessary relocations, system upgrades, service and meter 3 Attachment "C" ran Scope of Services —Amendment No. 2 CBD Street Resurfacing and Streetscape Program relocations, and other related work. Coordinate schedules for the required private utility work. (estimated as 3 meetings) f. Some utility relocation necessary for sidewalk vault filling is expected to occur under or concurrently with this construction contract. To the extent that vaults can be filled at the same time, that work will be included in the contract as well, although the majority of the sidewalk vault filling operations are expected to occur under the streetscaping contract. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. g. Prepare and track the IEPA Water Main and Sanitary Sewer permits, as applicable. The City will be responsible for payment of any required permit fees. 3. Final Plans and Documents a. Meet with City subsequent to the submittal of the prefinal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) b. Conduct a QC/QA review of the plans by construction and office personnel for constructability, quality, and completeness. c. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide thirty-five(35)sets of 22"x34"plans,specifications, and bid documents. d. Furnish the City with a Notice to Bidders for publication. e. Provide a CD with the final plan, specification, and estimates files in Microsoft Office, Adobe Acrobat, and/or Microstation v8 formats to the City. f. Respond to contractor questions regarding bid preparation. Assist in the preparation of addenda, as required. g. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide bid tabulations and recommendations for contractor selection. (estimated as 1 meeting) h. Attend the pre-construction meeting. (estimated as 1 meeting) C. Streetscape and Roadway Improvements Design Services—2009 project 1. Preliminary Design a. Meet with City to discuss the proposed improvement plan. (estimated as 1 meeting) b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. Some night time construction will be used. c. Determine the proposed geometry for the improvements. Certain channelization may be eliminated, and offset intersections will be aligned to the extent possible. Consider the provision of shared or striped bike lanes as indicated in the City's bikeway master plan. Present alternative geometries to the City as applicable with justification for recommendations. 2. Prefinal Plans a. It is anticipated that the following sheets will be included in the contract plans. The project will be prepared in English format in Microstation v8. 4 Attachment "C" an Scope of Services—Amendment No. 2 CBD Street Resurfacing and Streetscape Program List of Plan Sheets Title 1 Index of Sheets and General Notes 1 Alignment, Ties, and Benchmarks 1 Existing and Proposed Typical Sections 2 Existing and Proposed Plan(20 scale) 8 Profile or Pavement Elevations Table 5 Drainage Structure Tables 2 Maintenance of Traffic Notes and Typical Sections 2 Maintenance of Traffic(50 scale) 6 Paving Plan 1 Lighting General Notes 1 Lighting Plan 8 Wiring Diagram 1 Lighting Details 5 Pavement Marking 2 Signing Plan 4 Signing Schedules 2 Signing Details 1 Vaulted Sidewalk Details* 4 Construction Details 3 Hardscape Plan (20 scale) 8 Hardscape Detail Plans 5 Landscape Key Plan 1 Landscape Plan 8 Landscape Detail Plans 4 Hardscape and Landscape Details 4 Total 90 * Includes details for filling and necessary details for utility relocation. This scope does not include the structural design of any vaults, supports, or vault slabs for vaults which are to remain but are in need of repair or reconstruction. c. Utilize the planting methods, tree pit configuration, soil mixtures, irrigation, and subgrade drainage schemes employed in the second phase of the project. Make modifications to the design as necessary based on constructability or maintenance issues encountered. d. Lighting will follow the design and layout already installed in certain portions of the CBD area. All areas of this project except Douglas Avenue between Highland Avenue and Dexter Street and Grove Avenue north of Highland Avenue have already been updated to the new standard and will not be replaced, however, it appears that a few additional poles may be necessary on Division Street. All existing lighting conduits in areas where trees will be installed will be replaced so that the area can be excavated for the tree root balls. e. It is anticipated that no changes to traffic signal installations will be necessary. f. Assess the possibility of a reduction in the number of regulatory parking signs. g. Street resurfacing is anticipated except in the vicinity of the abandoned rail line. In those areas, the pavement will be reconstructed to provide a smoother profile, if necessary. 3. • Prefinal Documents a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. 5 • Attachment "C" an Scope of Services—Amendment No. 2 CBD Street Resurfacing and Streetscape Program b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction and 2008 Supplemental Specifications and Recurring Special Provisions will be used as the guideline for this construction project. c. Prepare the status of utilities to be adjusted specification. It is anticipated that some necessary upgrades and adjustments will have taken place during the utilities contract construction but some will still be necessary in conjunction with this project. Vaults not filled during the underground contract (which will be the majority of the vaults)will be filled as part of this improvement. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. d. Prepare the NPDES permit. 4. Final Plans and Documents a. Meet with City subsequent to submittal of prefinal contract documents to discuss comments,estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) b. Based on comments received,final contract plans,specifications, and documents will be prepared. c. Conduct a QC/QA review of the plans by construction and office personnel for constructability, quality, and completeness. d. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide fifty(50)sets of 22"x34"plans, specifications,and bid documents. e. Furnish the City with a Notice to Bidders for publication. f. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and Microstation v8 formats to the City. g. Attend a pre-bid meeting with contractors and City personnel and present relevant information about the contract. (estimated as 1 meeting) h. Respond to contractor questions regarding bid preparation. Assist in the preparation of addenda, as required. i. Assist the City in the determination of qualified contractors. j. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) k. Attend the pre-construction meeting. (estimated as 1 meeting) D. Alley Usage Study Study of the alley and abandoned railroad rights-of-way between Highland Avenue, Chicago Street, Douglas Street, and Spring Street in the CBD area of Elgin. The existing uses vary, but generally include parking, access to rear building entrances, and trash storage. The City desires to formulate a master plan for the modification of the area to promote pedestrian and traffic flow and create a more desirable overall appearance and feel. The project deliverables include public coordination, a master plan report, and a plan exhibit detailing the proposed layout of the corridor. 1. Coordination a. Attend a kickoff meeting with appropriate City staff to discuss goals and objectives of the project. b. Present the conceptual project to the adjacent property owners at an initial public open house meeting to determine their needs and desires regarding land use in the alley, former railroad corridor, and within privately owned areas. It is anticipated that an aerial photograph exhibit will be presented as the basis of discussion at this meeting. c. Present the preliminary master plan to the adjacent property owners at a public open house meeting. d. Present the final master plan to the adjacent property owners at a public open house meeting. 6 Attachment "C" ran ;`}vste liis Scope of Services—Amendment No. 2 CBD Street Resurfacing and Streetscape Program e. It is estimated that three(3) private meetings with individual property owners will be required at various points over the course of the project. f. Present the findings to the City Council at a meeting. g. Correspond with the trash collection company and private utilities as necessary to ensure the feasibility of various proposed designs. Extensive coordination with these agencies is not anticipated. 2. Field Survey and Mapping a. Perform a full topographic survey of the corridor,adjacent parking lots,and building rear walls. Cross sections will be taken at 50 foot intervals. The limits of the survey will be the sidewalks on Douglas Street, Chicago Street, and Highland Avenue;the rear and side walls of the buildings; and approximately 50 feet into the bank parking lot off of Spring Street. b. Download the survey into a base map at an appropriate scale. c. A survey of drainage structure inverts is not anticipated at this time. d. Identify the number of parking spaces currently associated with each building. e. Conduct a photo survey of the area. f. Set a baseline of the east-west alley and angled railroad ROW for design use and reference. g. Determine property ownership and contact information based on City and County records and Sidwell maps. Draw property boundaries into the base map. Approximately 16 buildings back on these alley areas. 3. Engineering Analysis a. Draw public and private utilities into the base map, based on atlas and survey information. Preliminarily identify any private utility conflicts and the extent of public utility relocation and/or enclosed sewer construction. b. Determine the practicality of regrading the alley areas to provide better drainage and a more consistent slope and/or to connect various private areas/parking lots to the alley system, especially the bank parking lot off of Spring Street. c. Evaluate potentially alternative parking layouts that may be more efficient. Consider whether alternative access point layouts or one-way operation may improve traffic flow. d. Determine whether areas currently paved should be converted to a more pedestrian-friendly use and which pedestrian conducive elements are appropriate. Possibilities include gravel pathways,concrete sidewalks, brick paver sidewalks,or pedestrian oriented pavement markings. e. Evaluate alternative treatments for the interface points between the alley system and the surrounding streets. f. Evaluate the suitability of areas for planting, landscaping, and trees. Determine the suitability of the provision of street furniture such as benches or trash cans. g. Evaluate the need for retaining walls. Visually assess the condition of existing retaining walls. h. Determine an appropriate level of illumination and evaluate the pros and cons of installing ground mounted lighting vs. lighting attached to the buildings. i. Evaluate the potential to consolidate trash dumpster placement locations and potential methods of screening of these elements. 4. Preliminary Master Plan a. Prepare a report summarizing existing conditions and constraints, public input, alternatives, qualitative assessments,and preliminary cost estimates. b. Prepare plan exhibits of between 1 and 3 alternative area layouts. Consideration will be given to traffic and pedestrian flow, as well as the land uses necessary to enable the continued functioning of the adjacent businesses and access to residences. 7 Attachment "C" :4 an Scope of Services—Amendment No. 2 CBD Street Resurfacing and Streetscape Program 5. Final Master Plan a. Incorporate comments from the public and City personnel into the report and plan exhibit(s). b. Based on this input, select and refine the preferred alternative. c. Provide preliminary information on potential construction staging methodologies. d. Detail the required coordination and agreements necessary to enable construction of the proposed alternative, including easements, developer agreements, and/or dedications. e. Construction plans will not be prepared as part of this scope,and engineering will be completed only to a preliminary level. E. Construction Inspection Services—2008 Streetscape and Roadway and 2008 Sewer and Water Main Contracts TranSystems and Geo Services, Inc. will provide the resident engineer, inspectors, and other technical personnel necessary to observe, monitor, and document the contractor's progress on the project from the start of field operations to final completion. 1. Pre-Construction a. Video record and document the existing site conditions. b. Attend the pre-construction meeting. 2. Liaison and Contract Control • a. Act as the City's representative with duties, responsibilities and limitations of authority as assigned in the construction contract documents, and advise and confer with City officials during construction and issue the City's authorized instructions to the contractor. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses, City's on-site representative, etc. c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. 3. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns, comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exhibits shall be available for public viewing. Ideally, this office would be in the same location as the engineer's field office. c. Continue to maintain the project web site and disseminate relevant information to the public through this means. d. Prepare and distribute project newsletters and/or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service, and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 8 Attachment "C" an _,',:' f_ Scope of Services —Amendment No. 2 CBD Street Resurfacing and Streetscape Program 4. On-Site Review of Work a. Conduct continuous and full-time on-site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed Work will conform to the requirements of the construction contract documents. b. Instruct Contractor to correct any work believed to be unsatisfactory, faulty or defective, not conforming to the requirements of the construction contract documents, or does not meet the requirements of any inspections,tests, or approval required to be made and report same to the City; and advise City of action taken or if any special testing or inspection will be required. c. Verify that tests are conducted as required by the construction contract documents and in the presence of the required personnel,and that contractors maintain and submit adequate records thereof; observe, record, and report to the City appropriate details relative to the test procedures. d. Perform all required field tests such as concrete tests and soil compaction tests and ensure such tests are conducted as specified. Analyze the results of all field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. e. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. f. Stake-out construction lines and grades and assist the contractor with interpretation of the drawings and specifications. g. Prepare and submit detailed daily reports of construction progress. h. Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. 5. Contractor Suggestions and Requests a. Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the City with any time or cost implications for final decision. 6. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. b. Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the construction contract documents. Such review shall not be construed as relieving the contractor of the responsibility to meet requirements of the construction contract documents. Determine the acceptability of substitute materials and equipment proposed by the contractor; and receive and review (for general content as required by the specifications) maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the contractor(s) in accordance with the construction contract documents. c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. 9 Attachment "C" an • r Scope of Services —Amendment No. 2 CBD Street Resurfacing and Streetscape Program 7. Schedules a. Prepare a final Primavera construction schedule with the participation of the contractor and obtain the contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated Primavera construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. 8. Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of minutes thereof. Arrange a schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day operations. b. Attend public informational meetings that may occur from time to time during the construction phase. 9. Contract Administration and Records a. Handle all day-to-day contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions of original construction contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the construction contract documents, progress reports, and other project related documents. 10. Reports a. Furnish written reports to the Cityon a biweeklybasis of progress of the work and the P P 9 contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. 11. Contractor Pay Requests and Change Orders a. Review the contractor's requests for payments as construction work progresses, and advise the City of the amounts due and payable to the contractor in accordance with the terms of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. 12. Government Policies a. Review the contractor's compliance with governmental mandated programs. Compliance with OSHA requirements and general safety provisions will be reviewed by an independent safety officer retained by the contractor as part of the construction work. The safety officer will visit the job site periodically and will submit written reports to the City,contractor,and engineer. 10 Attachment "C" an _ `'_ , Scope of Services—Amendment No. 2 CBD Street Resurfacing and Streetscape Program 13. Final Completion and Record Drawings a. Prepare record drawings which show field measured dimensions of the completed construction work which the engineers consider significant and provide the City with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety (90) days of the project completion. b. Conduct a final inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractor's final request for payment. c. Conduct a final "lessons learned" meeting with design engineering and City staff to discuss project procedures and items for potential improvement in future projects. The goal of this meeting shall be to have continuous improvement in procedures and property owner/tenant disruption over the course of the multi-year project. 11 Attachment "C" an 1 • Attachment"C" Cost Estimate of • Consultant Services (Direct Labor Multiple) Firm TranSystems Date 01/29/08 Route Elgin Streetscape • Section Ph 3(08SUR CE,08WM DE/CE,09SUR DE) Overhead Rate 158.10% County Kane Job No. P404060020 Complexity Factor 0 PTB&Item 2.9 TIMES SERVICES %OF ITEM MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS (C+D+E) TOTAL (A) (B) (C) (D) (E) A-1 Project Coord and Data Collectioi 45 2,101.62 6,094.70 129.00 4,260.00 10,483.70 1.03% A-2 Field Survey 492 14,979.13 43,439.49 1,018.00 3,403.00 47,860.49 4.68% A-3 Public Participation 230 9,945.43 28,841.76 301.00 29,142.76 2.85% B-1 Preliminary Design 230 8,704.92 25,244.25 94.00 25,338.25 2.48% B-2 Prefinal Plans,Specs,&Cost Es 600 19,946.06 57,843.58 519.00 58,362.58 5.71% B-3 Final Plans,Specs,and Cost Est 282 9,750.45 28,276.29 2,165.00 30,441.29 2.98% C-1 Preliminary Design 92 3,662.54 10,621.37 94.00 9,077.00 19,792.37 1.94% C-2 Prefinal Plans 900 33,431.15 96,950.35 1,057.00 33,449.00 131,456.35 12.86% C-3 Prefinal Documents 180 7,276.94 21,103.13 300.00 21,403.13 2.09% C-4 Final Plans and Documents 522 18,883.27 54,761.48 8,035.00 24,744.00 87,540.48 8.56% D-1 Coordination 78 3,666.57 10,633.04 243.00 3,938.00 14,814.04 1.45% D-2 Field Survey and Mapping 66 1,973.47 5,723.06 159.00 1,391.00 7,273.06 0.71% D-3 Engineering Analysis 102 3,819.66 11,077.01 24.00 11,101.01 1.09% D-4 Preliminary Master Plan 52 1,921.08 5,571.12 145.00 7,261.00 12,977.12 1.27% D-5 Final Master Plan 36 1,334.29 3,869.43 175.00 3,806.00 7,850.43 0.77% E-1 Pre-Construction 10 484.18 1,404.12 356.00 1,760.12 0.17% E-2 Liaison and Contract Control 130 6,832.77 19,815.03 315.00 20,130.03 1.97% E-3 Public Outreach and Coordinatior 76 3,663.21 10,623.29 250.00 10,873.29 1.06% E-4 On-Site Review of Work 2080 83,803.44 243,029.98 18,000.00 62,130.00 323,159.98 31.60% E-5 Contractor Suggestions and Req 40 2,102.39 6,096.93 6,096.93 0.60% . E-6 Shop Drawings 16 840.96 2,438.77 40.00 2,478.77 0.24% E-7 Schedules 16 840.96 2,438.77 2,438.77 0.24% E-8 Job Meetings 110 5,160.32 14,964.92 14,964.92 1.46% E-9 Contract Admin and Records 660 31,376.08 90,990.62 90,990.62 8.90% E-10 Reports 10 525.60 1,524.23 1,524.23 0.15% E-11 Contractor Pay Req&Chng Orc 80 4,204.78 12,193.86 12,193.86 1.19% E-12 Government Policies 8 420.48 1,219.39 1,219.39 0.12% E-13 Final Comp!&Record Dwgs 140 6,115.86 17,735.98 1,150.00 18,885.98 1.85% TOTALS 7283 287,767.58 834,525.97 34,569.00 153,459.00 1,022,553.97 100.00% • Average Hourly Project Rates Route Elgin Streetscape Section Ph 3(08SUR CE,08WM DE/CE,09SUR DE) County Kane Consultant TranSystems Date 01/29/08 Job No. P404060020 PTB/Item Sheet 1 OF 5 A-1 Project Coord and Data B-2 Prefinal Plans,Specs,8 II' Payroll Avg Total Project Rates Collection A-2 Field Survey A-3 Public Participation B-1 Preliminary Design Cost Ests Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. _ Avg Part. Avg Part. Avg Principal in Charge $70.00 8 0.11% 0.08 2 4.44% 3.11 2 0.87% 0.61 Senior Project Manager $66.77 0 Project Manager $54.40 226 3.10% 1.69 16 35.56% 19.34 8 1.63% 0.88 48 20.87% 11.35 8 3.48% 1.89 24 4.00% 2.18 Construction Manager $60.18 8 0.11% 0.07 4 1.74% 1.05 4 0.67% 0.40 Chief Structural Engineer $70.00 0 Architect $47.62 0 Senior Project Engineer $51.12 272 3.73% 1.91 8 1.63% 0.83 22 9.57% 4.89 16 6.96% 3.56 24 4.00% 2.04 Senior Transportation Planner $55.77 40 0.55% 0.31 Transportation Planner $34.76 0 Project Engineer $47.11 476 6.54% 3.08 16 35.56% 16.75 32 6.50% 3.06 24 10.43% 4.92 40 17.39% 8.19 60 10.00% 4.71 Resident Engineer $52.56 1960 26.91% 14.14 2 0.41% 0.21 24 10.43% 5.48 10 4.35% 2.29 Senior Resident Inspector $44.18 80 1.10% 0.49 Resident Inspector $37.30 0 Assistant Resident Inspector $31.85 1502 20.62% 6.57 6 2.61% 0.83 4 1.74% 0.55 Design Engineer III $41.37 376 5.16% 2.14 36 7.32% 3.03 28 12.17% 5.04 40 17.39% 7.19 52 8.67% 3.58 Design Engineer II . $33.91 586 8.05% 2.73 8 17.78% 6.03 32 6.50% 2.21 28 12.17% 4.13 40 17.39% 5.90 92 15.33% 5.20 Design Engineer I $27.24 614 8.43% 2.30 36 7.32% 1.99 8 3.48% 0.95 40 17.39% 4.74 140 23.33% 6.36 Construction Inspector V $53.95 0 Construction Inspector IV $38.90 0 Construction Inspector III $30.09 0 Construction Inspector I $17.95 0 Land Surveyor $44.18 22 0.30% 0.13 18 3.66% 1.62 Survey Crew Chief $31.21 164 2.25% 0.70 136 27.64% 8.63 8 3.48% 1.09 Instrument Person $31.21 0 Rodman $19.96 164 2.25% 0.45 136 27.64% 5.52 8 3.48% 0.69 CADD Technician III $28.24 74 1.02% 0.29 10 4.35% 1.23 40 6.67% 1.88 CADD Technician II $25.27 682 9.36% 2.37 48 9.76% 2.47 20 8.70% 2.20 16 6.96°% 1.76 160 26.67°% 6.74 CADD Technician I $19.84 0 Senior Administrator $47.42 0 Administrative Assistant $22.08 29 0.40% 0.09 3 6.67% 1.47 6 2.61% 0.58 4 0.67% 0.15 TOTALS 7283 100% $39.51 45 100% $46.70 492 100% $30.45 230 100% $43.24 230 100% $37.85 600 100% $33.24 Average Hourly Project Rates Route Elgin Streetscape Section Ph 3(08SUR CE,08WM DE/CE,09SUR DE) County Kane Consultant TranSystems Date 01/29/08 Job No. P404060020 PTB/Item Sheet 2 OF 5 B-3 Final Plans,Specs,and C-4 Final Plans and Payroll Avg Cost Ests C-1 Preliminary Design C-2 Preflnal Plans C-3 Preflnal Documents Documents D-1 Coordination Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 4 0.44% 0.31 Senior Project Manager $66.77 Project Manager $54.40 16 5.67% 3.09 80 8.89% 4.84 16 8.89% 4.84 10 1.92% 1.04 Construction Manager $60.18 Chief Structural Engineer $70.00 Architect $47.62 Senior Project Engineer $51.12 30 10.64% 5.44 • 80 8.89% 4.54 16 8.89% 4.54 40 7.66% 3.92 20 25.64% 13.11 Senior Transportation Planner $55.77 20 25.64% 14.30 Transportation Planner $34.76 Project Engineer $47.11 40 14.18% 6.68 _ 20 21.74% 10.24 100 11.11% 5.23 24 13.33% 6.28 60 11.49% 5.42 20 25.64% 12.08 Resident Engineer $52.56 20 21.74% 11.43 24 2.67% 1.40 24 13.33% 7.01 24 4.60% 2.42 Senior Resident Inspector $44.18 Resident Inspector $37.30 Assistant Resident Inspector $31.85 8 0.89% 0.28 8 4.44% 1.42 8 1.53% 0.49 Design Engineer III $41.37 20 21.74% 8.99 104 11.56% 4.78 16 8.89% 3.68 80 15.33% 6.34 Design Engineer II $33.91 40 14.18% 4.81 140 15.56% 5.27 40 22.22% 7.53 100 19.16% 6.50 16 20.51% 6.95 Design Engineer I $27.24 80 28.37% 7.73 20 21.74% 5.92 140 15.56% 4.24 20 11.11% 3.03 100 19.16% 5.22 Construction Inspector V $53.95 Construction Inspector IV $38.90 Construction Inspector III $30.09 Construction Inspector I $17.95 Land Surveyor $44.18 Survey Crew Chief $31.21 Instrument Person $31.21 Rodman $19.96 CADD Technician III $28.24 4 1.42% 0.40 _ 20 2.22% 0.63 CADD Technician II $25.27 70 24.82% 6.27 10 10.87% 2.75 200 22.22% 5.62 8 4.44% 1.12 100 19.16% 4.84 CADD Technician I $19.84 Senior Administrator $47.42 _ Administrative Assistant $22.08 2 0.71% 0.16 2 2.17% 0.48 8 4.44% 0.98 2 2.56% 0.57 • TOTALS 282 100% $34.58 92 100% $39.81 900 100% $37.15 180 100% $40.43 522 100% $36.17 78 100% $47.01 Average Hourly Project Rates Route Elgin Streetscape Section Ph 3(08SUR CE,08WM DE/CE,09SUR DE) County Kane Consultant TranSystems Date 01/29/08 Job No. P404060020 PTB/Item Sheet 3 OF 5 D-2 Field Survey and E-2 Liaison and Contract Payroll Avg Mapping D-3 Engineering Analysis D-4 Preliminary Master Plan D-5 Final Master Plan E-1 Pre-Construction Control Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 Senior Project Manager $66.77 Project Manager $54.40 Construction Manager $60.18 Chief Structural Engineer $70.00 Architect $47.62 Senior Project Engineer $51.12 8 7.84% 4.01 4 7.69% 3.93 4 11.11°/ 5.68 Senior Transportation Planner $55.77 12 11.76% 6.56 8 15.38% 8.58 Transportation Planner $34.76 Project Engineer . $47.11 6 9.09% 4.28 20 19.61% 9.24 8 15.38% 7.25 6 16.67% 7.85 Resident Engineer $52.56 4 11.11% 5.84 8 80.00°/0 42.05 130 100.00% 52.56 Senior Resident Inspector $44.18 Resident Inspector $37.30 Assistant Resident Inspector $31.85 2 20.00% 6.37 Design Engineer III $41.37 Design Engineer II $33.91 10 15.15% 5.14 24 23.53% 7.98 8 15.38% 5.22 8 22.22% 7.53 Design Engineer I $27.24 16 15.69% 4.27 8 15.38% 4.19 6 16.67% 4.54 Construction Inspector V $53.95 Construction Inspector IV $38.90 Construction Inspector III $30.09 Construction Inspector I $17.95 Land Surveyor . $44.18 4 6.06% 2.68 Survey Crew Chief $31.21 20 30.30% 9.46 Instrument Person $31.21 Rodman $19.96 20 30.30% 6.05 CADD Technician III $28.24 CADD Technician II $25.27 6 9.09% 2.30 20 19.61% 4.96 16 30.77% 7.78 8 22.22% 5.62 CADD Technician I $19.84 Senior Administrator $47.42 Administrative Assistant $22.08 2 1.96% 0.43 TOTALS 66 100% $29.90 102 100% $37.45 52 100% $36.94 36 100% $37.06 10 100% $48.42 130 100% $52.56 Average Hourly Project Rates Route Elgin Streetscape Section Ph 3(08SUR CE,08WM DE/CE,09SUR DE) County Kane Consultant TranSystems Date 01/29/08 Job No. P404060020 PTB/Item Sheet 4 OF 5 E-3 Public Outreach and E-5 Contractor Suggestions Payroll Avg Coordination E-4 On-Site Review of Work and Reg E-8 Shop Drawings E-7 Schedules E-8 Job Meetings Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 Senior Project Manager $66.77 Project Manager $54.40 Construction Manager $60.18 Chief Structural Engineer $70.00 Architect $47.62 Senior Project Engineer $51 12 Senior Transportation Planner $55.77 Transportation Planner $34.76 Project Engineer $47.11 Resident Engineer $52.56 60 78.95% 41.49 800 38.46% 20.22 40 100.00% 52.56 16 100.00% 52.56 16 100.00% 52.56 80 72.73% 38.23 Senior Resident Inspector $44.18 80 3.85% 1.70 Resident Inspector $37.30 Assistant Resident Inspector $31.85 16 21.05% 6.71 1200 57.69% 18.38 30 27.27% 8.69 Design Engineer III $41.37 Design Engineer II $33.91 Design Engineer I $27.24 Construction Inspector V $53.95 Construction Inspector IV $38.90 Construction Inspector III $3o.os Construction Inspector I $17.95 Land Surveyor $44.18 Survey Crew Chief $31.21 Instrument Person $31.21 Rodman $19.96 CADD Technician III $28.24 CADD Technician II $25.27 CADD Technician I $19.84 Senior Administrator $47.42 Administrative Assistant $22.08 TOTALS 76 100% $48.20 2080 100% $40.29 40 100% $52.56 16 100% $52.56 16 100% $52.56 110 100% $46.91 Average Hourly Project Rates Route Elgin Streetscape Section Ph 3(08SUR CE,08WM DE/CE,09SUR DE) County Kane Consultant TranSystems Date 01/29/08 Job No. P404060020 PTB/Item Sheet 5 OF 5 E-9 Contract Admin and E-11 Contractor Pay Req& E-13 Final Compl&Record Payroll Avg Records E-10 Reports Chng Ord E-12 Government Policies Dwgs Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 Senior Project Manager $66.77 Project Manager $54.40 • Construction Manager $60.18 Chief Structural Engineer $70.00 Architect $47.62 Senior Project Engineer $51.12 Senior Transportation Planner $55.77 Transportation Planner $34.76 Project Engineer $47.11 Resident Engineer $52.56 500 75.76% 39.82 10 100.00% 52.56 80 100.00% 52.56 8 100.00% 52.56 80 57.14% 30.03 Senior Resident Inspector $44.18 Resident Inspector $37.30 Assistant Resident Inspector $31.85 160 24.24% 7.72 60 42.86% 13.65 Design Engineer III $41.37 Design Engineer II $33.91 Design Engineer I $27.24 Construction Inspector V $53.95 Construction Inspector IV $38.90 Construction Inspector III $30.09 Construction Inspector I $17.95 Land Surveyor $44.18 Survey Crew Chief $31.21 Instrument Person $31.21 Rodman $19.96 CADD Technician III $28.24 CADD Technician II $25.27 CADD Technician I $19.84 Senior Administrator $47.42 Administrative Assistant $22.08 TOTALS 660 100% $47.54 10 100% $52.56 80 100% $52.56 8 100% $52.56 140 100% $43.68 0 0% $0.00 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems A-1 Project Coordination and Data Collection Tax Maps 2 maps @ $ 40.00 /map $ 80 Vehicle 100 miles @ $ 0.485 /mile $ 49 SUBTOTAL $ 129 A-2 Field Survey Metra Train Fare 4 roundtrips @ $ 12.00 /roundtrip $ 48 Company Vehicle 14 days @ $ 45.00 /day $ 630 Vehicle 700 miles @ $ 0.485 /mile $ 340 SUBTOTAL $ 1,018 A-3 Public Participation Company Vehicle 4 days @ $ 45.00 /day $ 180 Vehicle 250 miles @ $ 0.485 /mile $ 121 SUBTOTAL $ 301 B-1 Preliminary Design Company Vehicle 1 day @ $ 45.00 /day $ 45 Vehicle 100 miles @ $ 0.485 /mile $ 49 SUBTOTAL $ 94 • Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems B-2 Prefinal Plans and Documents Vehicle 100 miles @ $ 0.485 /mile $ 49 Photocopies(11"x17"reduced size plans) 25 sheets @ 12 copies @ $ 0.20 /sheet $ 60 Photocopies(22"x34"full size plans) 25 sheets @ 4 copies @ $ 1.35 /sheet $ 135 Photocopies(8.5"x11"specificaitons) 175 sheets @ 10 copies @ $ 0.10 /sheet $ 175 Overnight Shipping 4 packages @ $ 25.00 /package $ 100 SUBTOTAL $ 519 B-3 Final Plans and Documents Vehicle 400 miles @ $ 0.485 /mile $ 194 Photocopies(11"x17" reduced size plans) 25 sheets @ 10 copies @ $ 0.20 /sheet $ 50 Photocopies(22"x34"full size plans) 25 sheets @ 35 copies @ $ 1.35 /sheet $ 1,181 Photocopies(8.5"x11"specificaitons) 175 sheets @ 40 copies @ $ 0.10 /sheet $ 700 Overnight Shipping 2 packages @ $ 20.00 /package $ 40 SUBTOTAL $ 2,165 C-1 Preliminary Design Company Vehicle 1 day @ $ 45.00 /day $ 45 Vehicle 100 miles @ $ 0.485 /mile $ 49 SUBTOTAL $ 94 • Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems C-2 Prefinal Plans Vehicle 200 miles @ $ 0.485 /mile $ 97 Photocopies(11"x17"reduced size plans) 90 sheets @ 14 copies @ $ 0.20 /sheet $ 252 Photocopies(22"x34"full size plans) 90 sheets @ 5 copies @ $ 1.35 /sheet $ 608 Overnight Shipping 4 packages @ $ 25.00 /package $ 100 SUBTOTAL $ 1,057 C-3 Prefinal Documents Photocopies(8.5"x11"specificaitons) 300 sheets @ 10 copies @ $ 0.10 /sheet $ 300 SUBTOTAL $ 300 C-4 Final Plans and Documents Vehicle 400 miles @ $ 0.485 /mile $ 194 Photocopies(11"x17"reduced size plans) 90 sheets @ 12 copies @ $ 0.20 /sheet $ 216 Photocopies(22"x34"full size plans) 90 sheets @ 50 copies @ $ 1.35 /sheet $ 6,075 Photocopies(8.5"x11"specificaitons) 300 sheets @ 50 copies @ $ 0.10 /sheet $ 1,500 Overnight Shipping 2 packages @ $ 25.00 /package $ 50 SUBTOTAL $ 8,035 D-1 Project Coordination Vehicle 500 miles @ $ 0.485 /mile $ 243 SUBTOTAL $ 243 • Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems D-2 Field Survey and Mapping Company Vehicle 3 days @ $ 45.00 /day $ 135 Vehicle 50 miles @ $ 0.485 /mile $ 24 SUBTOTAL $ 159 D-3 Engineering Analysis Vehicle 50 miles @ $ 0.485 /mile $ 24 SUBTOTAL $ 24 D-4 Preliminarey Master Plan Color Photocopies(8.5"x11" report) 12 sheets @ 10 copies @ $ 1.00 /sheet $ 120 Overnight Shipping 1 package @ $ 25.00 /package $ 25 SUBTOTAL $ 145 D-5 Final Master Plan Color Photocopies (8.5"x11" report) 15 sheets @ 10 copies @ $ 1.00 /sheet $ 150 Overnight Shipping 1 package @ $ 25.00 /package $ 25 SUBTOTAL $ 175 E-1 Pre-Construction Company Vehicle 1 day @ $ 45.00 /day $ 45 Photocopies(22"x34"full size plans) 115 sheets @ 2 copies @ $ 1.35 /sheet $ 311 SUBTOTAL $ 356 E-2 Liaison and Contract Control Company Vehicle 7 days @ $ 45.00 /day $ 315 SUBTOTAL $ 315 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems E-3 Public Outreach and Coordination Photocopies(8.5"x11" handouts) 250 sheets @ 10 versions @ $ 0.10 /sheet $ 250 SUBTOTAL $ 250 E-4 On-Site Review of Work Company Vehicle 400 days @ $ 45.00 /day $ 18,000 SUBTOTAL $ 18,000 E-6 Shop Drawings Overnight Shipping 2 packages @ $ 20.00 /package $ 40 SUBTOTAL $ 40 E-13 Final Completion and Record Drawings Mylar Reproductions 115 sheets @ 1 copy @ $ 10.00 /sheet $ 1,150 SUBTOTAL $ 1,150 TOTAL $ 34,569 V First Amendment Agreement T ; Amendment Agreement No. 1 is hereby made and entered into this " Iay of 2007, by and between the City of Elgin, an Illinois Municipal Corporation (hereinafter ref ed to as "CITY") and TranSystems Corporation, a Missouri Corporation (hereinafter referred to as "ENGINEER"). WHEREAS,the parties hereto have previously.entered into an Agreement dated March 22"a, 2006,attached hereto as Attachment"A" (hereinafter referred to as "ORIGINAL AGREEMENT") and WHEREAS, ORIGINAL AGREEMENT provided for a maximum payment of$543,948.28; and • WHEREAS,the parties hereto have each determined it to be in their best interest to amend Original Agreement; and WHEREAS,the CITY has determined that the proposed scope of the PROJECT should be modified to include surveying, design and construction engineering services for the 2007 underground improvements, construction engineering services for the 2007 roadway and streetscape improvements, and surveying and design engineering services for the 2008 roadway and streetscape improvements for the overall Central Business District Street Resurfacing and Streetscape Program, and WHEREAS,the circumstances necessitating these changes in performance contemplated by this amendment are germane to the original agreement as signed and this Amendment Agreement is the best interests of City and is authorized by law. NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged, the parties hereto herby agree as follows: 1. Section I(B) of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "ENGINEER shall also perform the additional services for the PROJECT to include surveying, design and construction engineering services for the 2007 underground improvements, construction engineering services for the 2007 roadway and streetscape improvements, and surveying and design engineering services for the 2008 roadway and streetscape improvements" 2. Section I(C) of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "A detailed Scope of Services for the additional services provided by the First Amendment Agreement is attached hereto as Attachment B." • Attachment "B" 3. Paragraphs IV (A) is hereby amended to read"For services provided by the ENGINEER as described in Attachment A in the First Amendment Agreement, ENGINEER shall be reimbursed at the rate of 2.9 times the direct hourly rate of personnel employed on this PROJECT as set forth in Attachment B of the First Amendment Agreement, with the total fee not to exceed $1,324,248.91 regardless of the actual time expended or actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the DIRECTOR" 4. Paragraph IV (B) is hereby amended to read"For outside services provided by other firms or subconsultants, the City shall pay the ENGINEER the invoiced fee to the ENGINEER, plus N/A . Any such invoiced fees to ENGINEER shall be included with and constructed as part of the above-referenced amount of$1,324,248.91." 5. Paragraph IV (B) is hereby amended to read"A cost estimate of consultant services for the additional services provided by the First Amendment Agreement is attached hereto as Attachment C. Such consultant services fees shall be included with and construed as part of the above-referenced"not-to-exceed"amount of$1,324,248.91." 6. Except as amended by the First Amendment Agreement the Original Agreement between the parties shall remain full force and effect. CITY OF ELGIN TRANSYSTEMS CORPORATION B \ � , B . L4("4/ City -fiager F Todd S.Bright Vice-President AtteC )[snit+.. City Clerk Brian L.Fairwood Assistant Vice-President CAL • Attachment "B" Scope of Services—Supplement 1 CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES A. Data Collection and Concept Review 1, Project Coordination and Data Collection a. Preliminary conference with the City staff to confirm(estimated as 1 meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Other administrative considerations b. Inventory readily-available existing data for the project area and immediately surrounding neighborhoods including: 1. Right-of-way data 2. Conventional and digital map files 3. Aerial photography 4. Jurisdictional boundaries 5. Property boundaries 6. Property owners 7. Other area roadway,utility,and signal improvements 8. Current public utility atlases and GIS information 9. Current power,communications,gas,and other private utility atlases 10. Previously prepared plans and reports 11. Development plans 2. Field Survey a. Conduct full topographic design survey based on the English system including establishment of horizontal and vertical controls,topography, accesses, cross sections(at 50 foot increments),drainage, utility structures,and right-of-way verification. The field survey will be conducted along Chicago Street between Riverside Drive and Center Street, Douglas Street between Chicago Street and Highland Avenue, and Spring Street between Chicago Street and Highland Avenue. Based on changed staging, survey of DuPage Street between Spring Street and Villa Street is also required for Phase 1 work. Survey limits will include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is estimated as 4,000 feet. Portions of the 2006 survey will be reused for this project and portions of this survey will be used for subsequent yearly improvements. b. Download topographic survey and cross sections in Microstation v8. Plot survey at 1"=20' scale and plot existing cross sections. Conduct a plan-in-hand, walk-through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Inventory existing signing. d. Conduct a drainage and utilities survey to determine the contents, structure composition (brick or precast),pipe sizing,and flow direction(as applicable)for all public underground utility structures. Ilan SvslAm 1 - Attachment "B" f . • Scope of Services- Supplement 1 CBD Street Resurfacing and Streetscape Program • e. Request a JULIE utility design locate,if possible. Survey, download, and map the JULIE utility lines. f. Observe, digitally photograph, and digitally videotape the project to become acquainted with readily apparent existing conditions. g. Perform a vaulted sidewalk and utility service inventory. Meet with building owner or resident representatives to identify the location of vaulted sidewalks and utility services(both public and private) which require replacement, modification, or realignment. It is estimated that 45 buildings front on the streets within the project limits. h. Survey pavement marking locations and lane usage, including parking limits. i. Draw existing utility information from utility atlases on the project base map. Update as additional information,such as future plans,test hole data,or comments are received. j. Conduct a pavement core investigation to identify pavement condition and composition. Reconstruction of the roadways is not anticipated, and therefore, a complete soils investigation program will not be undertaken. k. Perform a preliminary environmental analysis of the underground storage tank at 40 DuPage Court to develop the necessary specifications for its removal. This work is related to Phase 1 of the project and was not anticipated at the time that scope was developed. 3. Public Participation a. Conduct a series of informational meetings with area residents and business owners, as well as the Downtown Neighborhood Association to present the preferred improvement plans. Although the concept developed in 2006 will be used, it is anticipated that an effort to reach out to those specifically impacted by the 2007/2008 projects will be necessary. Many of these meetings will be smaller than those conducted during the development of the concept plan. (estimated as 2 large meetings and 6 block meetings) b. Prepare all notifications, handouts, presentation text, exhibits, and minutes for the above meetings. Exhibits may include plots, photos, hand or computer renderings, drawings, or schematic plans as specific conditions warrant. c. Prepare and distribute newsletters to the public at various times. (estimated as 8 newsletters during the design phase) d. Work with City staff to develop content for the City's web site. B. Sanitary Sewer and Water Main Design Services—2007 construction protect 1. Preliminary Design a. Consult with City staff to review the scope of the project and collect pertinent information from the City: 1. Review the City GIS records for information on the water system and sanitary sewer system. 'Iran t ysteIIIs 2 L. — Scope of Services - Supplement '1 CBD Street Resurfacing and Streetscape Program 2. Coordinate with Water Department forces to determine the location of the nearest functional water valves,water service tap locations,and building/hydrant fire services. 3. Compare records to the conducted private utility location survey and develop a useable map of existing water mains and services. b. Review City utility maps and previous engineering studies conducted by the City: 1. Assess the need for separation of the sanitary and storm sewer mains in areas where this work has not yet been completed, if any. This item is only expected to cover deficiencies noted in the field during the field surveys or construction and is not intended as a full scale analysis of area sewers. Work to fully separate the sewers is being performed by others. 2. Review City records, videotapes and associated reports, public comment, and drainage survey to identify locations of necessary storm.sewer repair. 3. Sewer videotaping will be performed by the City and sewer lining will be performed by others under direct contract with the City as part of the annual sewer lining program. Identify any necessary repairs beyond the planned fiberglass lining based on information received from the City or the contractor or engineer for this work. Review private utility survey, sewer videotapes and associated reports, resident and business comments, and City records to identify sanitary sewer services in need of replacement. Work is expected to be limited to the replacement of poor condition structures and the potential replacement of a few services. 4. Review the City maps, records, and past engineering studies to determine the need for resizing the water main. All existing 6" mains will be upgraded to 8" mains per current City standards. It is expected that all water main within the project limits will be replaced, regardless of apparent condition except underwater crossings of the Fox River. 5. Determine which buildings currently have separate fire services and which will require a fire service or separation of the fire service and the domestic service. Locate branch services based on visual inspection or information obtained from the Water Department. At the conclusion of this project,it is anticipated that each meter will be on a separate service and each building will have at least one fire service. c. Conduct a physical survey of the drainage and sanitary structures within the project limits. 1. Compare observed field conditions to the City's atlases to identify any potentially buried or removed manholes. 2. Investigate all of the located manholes by surface and internal inspection. 3. Brick manholes, catch basins, and inlets will be replaced with precast concrete structures. Precast structures in poor condition shall either be repaired or replaced as necessary. It is anticipated that a certain quantity of replacement of tributary and effluent pipes will require replacement adjacent to these structures. '1"R1I Systems 3 Scope of Services - Supplement 1 CBD Street Resurfacing and Streetscape Program e. Identify the location of any in-line water main valves or pressure connections necessary for water main isolation and replacement staging. It is expected that the project will be constructed mainly with pressure connections due to the age and non-operability of many existing water valves. f. Engineering services for underground utilities do not include engineering design of electrical conduit, transmission lines, or services; gas transmission mains or services; telephone lines or services; or cable television lines or services. TranSystems will work closely with the appropriate utility companies to facilitate any improvements or modifications that are necessary;however,we will not actually design these facilities. g. Develop standards for capping the well at the 31 S Grove Avenue building. Perform the necessary coordination with the IEPA for this work. This work is related to Phase 1 of the project and was not anticipated at the time that scope was developed. h. This scope also includes the design of the water main on DuPage Street between Spring Street and Villa Street for Phase 1 of the improvement,based on changed project staging. It is expected that this work will be included in the 2007 Water Main contract with a requirement that the contractor construct it first. 2. Prefinal Plans, Specifications,and Cost Estimates a. Prepare prefinal contract plans, specifications, and estimates for the sanitary, water main, and any storm sewer work. It is anticipated that the following sheets will be included in the contract plans: List of Plan Sheets Title 1 General Notes and State Standards 1 Alignment,Ties,and Benchmarks 1 Existing and Proposed Typical Sections 1 Existing and Proposed Plan and Profile(20 scale) 5 Drainage and Water Main Structures Tables 2 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic(50 scale) 3 Pavement Marking Plan 2 Vaulted Sidewalk Details 4 Construction Details 2 Total 23 b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. It is expected that work along Chicago Street will be conducted at night. c. Identify and detail any sections of storm or sanitary sewer which must be upgraded to water main requirements sewer to meet IEPA separation requirements. Also identify and detail required casing locations;only steel casings will be used. d. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction will be used as the guideline for these construction projects. A !Ivstenis',, 4 • • Scope of Services—Supplement 1 CBD Street Resurfacing and Streetscape Program e. Prepare the status of utilities to be adjusted specification. Meet with representatives of the various affected utility companies to discuss necessary relocations, system upgrades, service and meter relocations, and other related work. Coordinate schedules for the required private utility work. (estimated as 3 meetings) f. Some utility relocation necessary for sidewalk vault filling is expected to occur under or concurrently with this construction contract. To the extent that vaults can be filled at the same time,that work will be included in the contract as well, although the majority of the sidewalk vault filling operations are expected to occur under the streetscaping contract. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. g. Prepare and track the IEPA Water Main and Sanitary Sewer permits, as applicable. The City will be responsible for payment of any required permit fees. 3. Final Plans,Specifications and Cost Estimates a. Meet with City subsequent to the submittal of the prefinal contract documents to discuss comments, estimate of cost,schedule,and contract bidding procedures.(estimated as 1 meeting) a. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide thirty-five(35)sets of 24nx36"plans,specifications,and bid documents. b. Provide a CD with the final plan, specification,and estimates files in Microsoft Office and Microstation v8 formats to the City. c. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) d. Attend the pre-construction meeting. (estimated as 1 meeting) C. Streetscape and Roadway Improvements Design Services—2008 protect 1. Preliminary Design a. Meet with City to discuss the proposed improvement plan. (estimated as 1 meeting) b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. Some night time construction will be used. c. Initiate design of identifiers, wayfinding signage, and bicycle related elements. Select plant material types,based in part on observations of the suitability of those plant materials installed as part of the first phase. - Iran 5 ' Scope of Services— Supplement 1 CBD Street Resurfacing and Streetscape Program 2. Prefinal Plans a. It is anticipated that the following sheets will be included in the contract plans. The project will be prepared in English format in Microstation v8. List of Plan Sheets Title 1 Index of Sheets and General Notes 1 Alignment,Ties,and Benchmarks 1 Existing and Proposed Typical Sections 2 Existing and Proposed Plan(20 scale) 6 Profile 3 Drainage and Utilities Plan 3 Detour/Alternate Route Plan 1 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic(50 scale) 5 Paving Plan 1 Lighting General Notes 1 Lighting Plan 3 Wiring Diagram 1 Lighting Details 3 Pavement Marking 3 Signing 3 Erosion Control Plans and Details 2 Cross Sections(50'increments) 15 Vaulted Sidewalk Details* 5 Construction Details 3 Streetscape and Tree Plan(20 scale) 3 Irrigation Plan 3 Irrigation Details 2 Streetscaping,Wayfinding,and Identifier Details 6 Planting Plans and Details 5 Total 83 * Includes details for filling and necessary details for utility relocation. This scope does not include the structural design of any vaults, supports, or vault slabs for vaults which are to remain but are in need of repair or reconstruction. c. Utilize the planting methods, tree pit configuration, soil mixtures, irrigation, and subgrade drainage schemes employed in the first phase of the project. Make modifications to the design as necessary based on constructability or maintenance issues encountered. d. Lighting will follow the design and layout already installed in certain portions of the CBD area;all areas of this project except DuPage Street have already been updated to the new standard and will not be replaced. Traffic signal work will be completed by others prior to the start of this project;it is anticipated that no changes to traffic signal installations will be necessary. e. Street resurfacing is anticipated except in the vicinity of the abandoned rail line. In those areas, the pavement will be reconstructed to provide a smoother profile, if necessary. ran Systems 6 Scope of Services— Supplement 1 CBD Street Resurfacing and Streetscape Program 3, Prefinal Documents a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction will be used as the guideline for this construction project. c. Prepare the status of utilities to be adjusted specification. It is anticipated that some necessary upgrades and adjustments will have taken place during the utilities contract construction but some will still be necessary in conjunction with this project. Vaults not filled during the underground contract will be filled as part of this improvement. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. d. Prepare the NPDES permit. 4. Final Plans and Documents a. Meet with City subsequent to submittal of prefinal contract documents to discuss comments,estimate of cost,schedule,and contract bidding procedures.(estimated as 1 meeting) b. Based on comments received,final contract plans,specifications,and documents will be prepared. c. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide fifty(50)sets of 24"x36"plans,specifications,and bid documents. d, Provide a CD with the final plan,specification, and estimates files in Microsoft Office and Microstation v8 formats to the City. e. Attend a pre-bid meeting with contractors and City personnel.(estimated as 1 meeting) f. Assist the City in the determination of pre-qualified contractors. (applies to both 2006 and 2007 Streetscape contracts) g. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) h. Attend the pre-construction meeting. (estimated as 1 meeting) D. Construction Inspection Services—2007 Streetscape and Water Main Projects TranSystems and Geo Services, Inc. will provide the resident engineer; inspectors, and other technical personnel necessary to observe, monitor, and document the contractors' progress on the project from the start of field operations to final completion. • w ` ran System'', • 7 — — Scope of Services — Supplement 1 CBD Street Resurfacing and Streetscape Program 1. Pre-Construction a. Video record and document the existing site conditions. b. Attend the pre-construction meeting. 2. Liaison and Contract Control a. Act as the City's representative with duties, responsibilities and limitations of authority as assigned in the construction contract documents, and advise and confer with City officials during construction and issue the City's authorized instructions to the contractor. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses, City's on-site representative, etc. c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. 3. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns, comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exhibits shall be available for public viewing. Ideally, this office would be in the same location as the engineer's field office. For the purposes of this estimate, it is assumed that an office space will be provided at no cost to TranSystems. c. Initiate and maintain the project web site and disseminate relevant information to the public through this means. d. Prepare and distribute project newsletters and/or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service, and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 4. On-Site Review of Work a. Conduct continuous and full-time on-site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed work will conform to the requirements of the construction contract documents. ce an till ' Scope of Services — Supplement 1 CBD Street Resurfacing and Streetscape Program b. Instruct Contractor to correct any work believed to be unsatisfactory, faulty or defective, not conforming to the requirements of the construction contract documents, or does not meet the requirements of any inspections, tests, or approval required to be made and report same to the City; and advise City of action taken or if any special testing or inspection will be required. c. Verify that tests are conducted as required by the construction contract documents and in the presence of the required personnel, and that contractors maintain and submit adequate records thereof; observe, record, and report to the City appropriate details relative to the test procedures. d. Provide Quality Assurance services in accordance with IDOT QC/QA practices and procedures. Provide all compaction tests as required by the specifications. Analyze the results of all QC/QA field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. It is assumed that the contractor will perform for all contractor required testing under the IDOT QCJQA program. e. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. f. Provide geometric (vertical and horizontal) control and verification of Contractor construction staking and layouts.Assist the contractor with interpretation of the drawings and specifications. g. Prepare and submit detailed daily reports of construction progress. h. Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. 5. Contractor Suggestions and Requests a. Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the City with any time or cost implications for final decision. 6. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. 9 Trail SV'Ste!T Scope of Services — Supplement 1 CBD Street Resurfacing and Streetscape Program b. Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the construction contract documents. Such review shall not be construed as relieving the contractor of the responsibility to meet requirements of the construction contract documents. Determine the acceptability of substitute materials and equipment proposed by the contractor; and receive and review (for general content as required by the specifications) maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the contractor(s) in accordance with the construction contract-documents. c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. 7. Schedules a. Prepare a final Primavera construction schedule with the participation of the contractor and obtain the contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated Primavera construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. 8. Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of minutes thereof. Arrange a schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day operations. b. Attend public informational meetings that may occur from time to time during the construction phase. 9, Contract Administration and Records a, Handle all day-to-day contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions of original construction contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the construction contract documents, progress reports, and other project related documents. 1p Bran Systems Scope of Services Supplement 1 CBD Street Resurfacing and Streetscape Program 10. Reports a. Furnish written reports to the City on a biweekly basis of progress of the work and the contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. 11. Contractor Pay Requests and Change Orders a. Review the contractor's requests for payments as construction work progresses, and advise the City of the amounts due and payable to the contractor in accordance with the terms of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. 12. Government Policies a. Review the contractor's compliance with governmental mandated programs. Compliance with OSHA requirements and general safety provisions will be reviewed by an independent safety officer retained by the contractor as part of the construction work. The safety officer will visit the job site periodically and will submit written reports to the City, contractor, and engineer. 13. Final Completion and Record Drawings a. Prepare record drawings which show field measured dimensions of the completed construction work which the engineers consider significant and provide the City with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety (90)days of the project completion. b. Conduct a final inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractor's final request for payment. c. Conduct a final "lessons learned" meeting with design engineering and City staff to discuss project procedures and items for potential improvement in future projects. The goal of this meeting shall be to have continuous improvement in procedures and property owner/tenant disruption over the course of the multi-year project. ran Sv tenl 11 ' Cost Estimate of Consultant Services (Direct Labor Multiple) Firm TranSystems Date 01/11/07 Route Elgin Streetscape Section Ph 2(07 Surf CE,07 WM DE&CE,&08 Surf DE) Overhead Rate 154.30% County Kane Job No. P404060020 Complexity Factor 0 PTB&Item • 2.9 TIMES SERVICES %OF ITEM MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS (C+D+E) TOTAL (A) (B) (C) (D) • (E) A-1 Project Coord and..Data Colleclior 43 2,008.23 5,823.87 479.00 6,302.87 0.81% A-2 Field Survey 462 14,298.88 41,466:75 917.00 16,806.00. 59,189.75 7.59% A-3 Public Participation 192 8,667.57 25,135.96 438.00 25,573.96 3.28% B-1 Preliminary Design 236 8,983.53 26,052.23 95.00 26,147.23 3.35% 9 B-2 Prelinal Plans,Specs,&Cost Est 554 17,794.17 51,603.10 371.00 51,974.10 6.66% rr w 8-3 Final Plans,Specs,and Cost Est; 240 8,107.45 23,511.61 1,916-00 25,427.61 3.26% a' C-1 Preliminary Design 46 1,883.10 5,460.98 118.00 29,431.00 . 35,009.98 4.49% C-2 Prelinal Plans 739 24,379.73 70,701.23 479.00 34,592.00 105,772.23 13,56% C-3 Prelinal Documents 153 6,059.82 17;573.48 160.00 17,733.48 2.27% rt C-4 Final Plans and Documents 411 14,283.76 41,422.91 2,120.00 .27,054.00 70,596.91 9.05%0 c D-1 Pre-Construction 8 407.91 1,182.93 314.00 1,496.93 0.19% D-2 Liaison and Contract Control 88 4,346-51 12,604.89 180.00 12,784.89 1-64% D-3 Public Outreach and Coord 88 4,346.51 12,604.89 250.00 12,854.89 1.65% 0-4 On-Site Review of Work 1728 57,866.72 167,813.48 9,720.00 56,915.00 234,448.48 30.05% D-5 Cont Suggestions and Requests _ 44 2,173,26 6,302.44_. 6,302.44 0.81% D-6 Shop Drawings 20 932.15 2,703.24 30,00 2,733.24 0.35% D-7 Schedules 12 592.71 1,718.85 1,718.85 0.2M D-8 Job Meetings 60 3,160.84 9,166.45 9,166.45. 1.17% D-9 Contract Admin and Records 220 10,866.28 31,512.22 31,512.22 4.04% D-10 Reports 20 987.84 2,864.75 2,864.75 0.37% D-11 Cont Pay Rees and Change Ort 48 2,370.83 6,875.39 6,875.39 0.88% D-12 Government Policies 10 493.92 1,432.87 1,432.37 0.18% . D-13 Final Comp and Record Dwgs 218 ' 10,846.42 31,454.62 927.00 32,381.62 4.15% • TOTALS 5640 205,85115 596,988.63 18,514.00 164,798.00 780,300.63 100.00% Average Hourly Project Rates Route Elgin Streetscape Section Ph 2(07 Surf CE,07 WM DE&CE,&08 Surf DE) County Kane Consultant TranSystems Date #ttfilgtff Job No. P404060020 PTB11tem Sheet 1 OF 4 A-1 Project Coord and Data 0-2 Prennal Plans,Spees,& Payroll Avg Total Project Rates Collection A-2 Field Survey A3 Public Participation B-1 Preliminary Design Cost Ests Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part_ Avg Part Avg Part. Avg Part. Avg Principal in Charge 570.00 8 0.16% 0.11 1 2.33% 1.63 2 1.04% 0.73 Senior Project Manager s6s.13 34 0.67% 0.44 6 3.13% 2.04 Project Manager $55.67 126 2.49% 1.39 16 37.21% 20.71 8 i.73% 0.96 40 20.83% 11.60 10 4.24% 2.36 , 20 3.61% 2.01 Construction Manager $59.26 30 0.59% 0.35 4 2.08% 123 4 0.72% 0.43 Chief Structural Engineer $67.74 0 Architect $48.05 0 Senior Project Engineer $50.13 152 3.00% 1.50 8 1.73% 0.87 24 12.50%. 6.27 20 8.47% 4:25 24 4.33% 2.17 Senior Transportation Planner $52.60 0 Transportation Planner 534.40 0 • Project Engineer $45.91 426 8.41% 3.86 16 37.21% 17.08 36 7.79% 3.58 24 12.50% 5.74 40 16.95% 7.78 50 9.03% 4.14 Resident Engineer $49.39 875 17.28% 8.53 4 0.87% 0.43 30 15.63% 7.72 10 4.24% 2.09 Senior Resident Inspector $41.90 0 _ Resident Inspector $29.36 0 0.16% 0.05 8 4.17% 1.22 Assistant Resident Inspector $31.52 10 0.20% 0.06 4 2,08% 0.66 6 2.54% 0.80 Design Engineer III $4072 263 5.19% 2.11 40 8.66% 3.53 12 0.25/ 2.55 38 16.10% 6.56 50 9.03% 3.68 Design Engineer II $33.55 454 8.97% 3.01 8 18.60% 6.24 _ 32 6.93% 2.32 12 6.25% 2.10 44 18.64% 6.25 80 14.44% 4.84 Design Engineer I $28.32 572 11.30% 3.20 40 8.66% 2.45 4 2.08%- 0.59 44 18.64% 5.28 140 25.27% 7.16 Construction Inspector V $50.18 0 Construction Inspector IV $36.96 0 Construction Inspector ill $27.76 72U 14.22% 3.95 _ Construction Inspector I $17.94 360 7.11% 1.28 _ Land Surveyor $43.50 28 0.55% 0.24 20 4.33% 1.88 Survey Crew Chief $31.03 132 2.61% 0.81 112 24.24% 7.52 _ Instrument Person $31.03 28 0.55.% 0.17 8 3.39% , 1.05 Rodman $19.75 112 221% 0.44 112 24.24% 4.79 _ GADD Technician III 518.50 90 1.78% 0.33 40 7.22% 1.34 CADD Technician II $24.19 606 _11.97% 2.90 50 10.829.''0 2.62 16 8.33% 2:02 16 6.78% 1.64 140 25.27% 6.11 CADD Technician I 517.88 0 _ Senior Administrator $41.51 0 Administrative Assistant $2227 30 0.59% 0.13 2 4.65% 1.04 6 3.13% 0.70 6 1.08% 024 TOTALS 5064 100% $34.85 43 100% $46.70 462 100% $30.95 _ 192 100% $45.14 236 100% $38.07 554 100% $32.12 Average Hourly Project Rates Route Elgin Sirenlscape Section Ph 2(07 Surf CE,07 WM DE&CE.8.08 Surf DE) County Kane Consultant TranSystems Date Job No. P404060020 PTB/ltem Sheet 2 OF 4 • 83 Final Plans,Specs,and C-4 Final Plans and Payroll Avg Cost Ests G1 Preliminary.Design C.2 Prefinal Plans C3 Prennal Documents Documents 0.1 Pre-Construction Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part Avg Part Avg Part Avg Part.4 Avg Part. Avg Part Avg Principal in Charge $70.00 2 0.27% 0.19 _ _ 3 0.73% 0.51 Senior Project Manager $65.13 20 2.71% 1.76 6 5.23% 3.41 Project Manager $55.67 12 5.00% 2.78 _ _ 20 4.87% 2.71 , Construction Manager $5926 2 25.00% 14.81 Chief Structural Engineer $67.74 Architect $48.05_ Senior Project Engineer $50.13 16 6.67% 3.34 4 8.70' 4.36 36 4.87% 2.44 4 2.61% 1.31 16 3.89% 1.95 Senior Transportation Planner $52.60 - Transportation Planner $34.40 Project Engineer $45.91 38 15.83% 7.27 20 43.48% 19.96 64 8.66% 3.98 40 26.1479 12.00 80 1.9.46% 8.94 2 25.00% 11.48 Resident Engineer $49.39 2 4.35% 2,15 5 0.68% 0.33 4 2.81% 1.29 4 50.00% 24.70 Senior Resident Inspector $41.90 Resident Inspector $29,36 - Assistant Resident Inspector $31.52 Design Engineer III $40.72 8 17.39% 7.08 62 8.39% 3.42 31 20.26% 825 22 5.35% 2.18 Design Engineer II $33.55 38 15.83% 5.31 140 18.94% 6.36 40 26.14% 8.77 60 14.60% 4.90 Design Engineer I 528.32 72 30.00% 8.49 4 12 26.09% 7.39 140 18.94% 5.36 20 13.07% 3.70 ion 24.33% 6.89 Construction Inspector $50.18 Construction Inspector IV 536.96 . Construction Inspector III $27.76 Construction Inspector I $17.94 Land Surveyor $43.50 Survey Crew Chief $31.03 Instrument Person S31.03 Rodman $19.75 CADD Technician III $27.76 40 5.41% 1.50 10 2.43% 0.68 CADD Technician 11 $24.67 64 26.67% 6.58 220 29.77% 7.35 100 24.33% 6.00 CADD Technician I $17.88 Senior Administrator $41.51 Administrative Assistant $22.27 10 1.35%_ 0.30 6 3.92% 0.87 TOTALS 240 100% $33.78 46 100% $40.94 739 100% $32.99 153 100% $39.61 411 100% $34.75 8 100% $50.99 Average Hourly Project Rates Route Elgin Streetscape Section Ph 2(07 Surf CE,07 WM DE&CE.&08 Surf DE) County Kane Consultant TranSystems Date #NN### Job No. P404060020 PTBAterri Sheet 3 OF 4 D-2 liaison and Contract D-3 Public Outreach and DS Cent Suggestions and Payroll Avg Control Coord D-4 On-Site Review of Work Requests D-6 Shop Drawings 13-7 Schedules Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates • Part._ Avg Part Avg _ Part. Avg Part Avg Part Avg Part Avg Principal in Charge $70.00 - Senior Project Manager $65.13 - Project Manager $55.67 Construction Manager $59.26 20 1.16% 0.69 Chief Structural Engineer $67.74 • Architect $48.05 Senior Project Engineer $50.13 . Senior Transportation Planner $52.60 Transportation Planner $34.40 Project Engineer $45.91 16 80.00% 36.73 Resident Engineer $49.39 aB itititotia 49.39 88 # #t 49.39 580 33.56% 16.58 44 #11101#1147 49.39 4 20.00%_ 9.88 12 111141iffHt# 49.39 1 Senior Resident Inspector $41.90 _ Resident Inspector $29.36 Assistant Resident Inspector $31.52 Design Engineer III $40.72 Design Engineer II $33.55 Design Engineer I $28.32 Construction Inspector V S50.18 Construction Inspector IV $36.96_ Construction Inspector III 527.76 720 41.67% 11.57 Construction Inspector I $17.94 360 20.83% 3.74 Land Surveyor 543.50 8 0.46% 0.20 Survey Crew Chief $31.03 20 1.16% 0.36 Instrument Person $31.83 20 1.16% 0.36 Rodman 519.75 r CADD Technician III $27.76 - CADD Technician II $24.67 CADD Technician I $17.88 - Senior Administrator $41.51 . Administrative Assistant $22.27 - r TOTALS 88 100% $49.39 88 100% $49.39 1728 100% $33.49_ 44 100% $49.39 20 100% $46.61 12 100% $49.39 • Average Hourly Project Rates Route Elgin Slreetscape Section Ph 2(07 Surf CE,07 WM DE&CE,&08 Surf DE) County Kane Consultant TranSystems Date Itfthltifft . Job No. P404060020 PTB/Item Sheet 4 OF 4 D-9 Contract Admin and D-11 Cont Pay Rees and D-13 Final Comp and Record Payroll Avg D-8 Job Meetings Records D-10 Reports Change Ord D-12 Government Policies Dwgs Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours Y Wgtd Classification Rates Part. Avg Part. . Avg Part Avg Part Avg _ Part_ Avg . Part Avg Principal in Charge $70.00 Senior Project Manager $55.13 Project Manager $55.67 Construction Manager S59.26 20 33.33% 19.75 8 3.67% 2.17 Chief Structural Engineer $67_74 - Architect $48.05 _ Senior Project Engineer $50.13 Senior Transportation Planner $52.60 Transportation Planner $3440 Project Engineer $45.91 Resident Engineer $49.39 40 66.67% 32.93 220 #fit## 49.39 2g AMA% 49.39 48 thilhintlfit 49,39 10 ####p# 49.3.9 210 96.33% 47.58 Senior Resident Inspector S41.90 • Resident Inspector $29.36 Assistant Resident Inspector $31.52 - Desgn Engineer III $40.72 , Design Engineer II $33,55 ` Design Engineer I $28.32 _ Construction Inspector V S5o.1a Construction Inspector IV $36.96 . Construction Inspector III $27.76 Construction Inspector I S17.94 - ` Land Surveyor $43.50 _ Survey Crew Chief $31.03 Instrument Person $31.03 Rodman _S19.75 _ CADD Technician III $27.76 - CADD Technician 11 $24.67 - CADD Technician I $17.88 Senior Administrator $41.51 Administrative Assistant $22.27 _ TOTALS 60 100% $52.68 220 100% $49.39 20 100% $49.39 48 100% $49.39 10 100% $49.39 218 100% $49.75 Elgin CBD Street Resurfacing and Streetscape Program City,of Elgin Direct Cost Summary TranSystems A-1 Project Coordination and Data Collection Tax Maps 3 maps L $ 40.00 /map $ 120 Aerial Photography 1 tile @ $ 300.00 /tile $ 300 Vehicle 120 miles L $ 0.49 /mile $ 59 SUBTOTAL $ 479 A-2 Field Survey Metre Train Fare • 2 roundtrips(aD $ 12.00 /roundtrip $ 24 Company Vehicle 15 days(aD $ 36.00 /day $ 540 Vehicle 720 miles(�? $ 0.49 /mile $ 353 SUBTOTAL $ 917 A-3 Public Participation Company Vehicle 4 days L $ 36.00 /day $ 144 Vehicle 600 miles @ $ 0.49 /mile $ 294 SUBTOTAL $ 438 B-1 Preliminary Design Company Vehicle 1 day© $ 36.00 /day $ 36 Vehicle 120 miles(n? $ 0.49 /mile $ 59 SUBTOTAL $ 95 B-2 Prefinal Plans,Specifications, and Cost Estimates Vehicle 18U miles L $ 0.49 /mile $ 88 Photocopies(1Vx17"reduced size plans) 26 sheets @ 15 copies 1 $ 0.20 /sheet $ 78 Photocopies(8.5"x11"speciticaitons) 100 sheets L 1 U copies L $ U.1 0 /sheet $ 100 Overnight Shipping 7 packages L $ 15.00 /package $ 105 SUBTOTAL $ 371 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems B-3 Final Plans,Specifications,and Cost Estimates Vehicle 720 miles @ $ 0.49 /mile $ 353 Photocopies(11"x17" reduced size plans) 23 sheets @ 10 copies L $ 0.20 /sheet $ 46 Photocopies(24"x36"tull size plans) 23 sheets @ 35 copies @ $ 1.35 /sheet $ 1,087 Photocopies(8.5'xl1"speciticaitons) 100 sheets @ 40 copies $ 0,10 /sheet $ 400 Overnight Shipping 2 Packages @ $ 15.00 /package $ 30 SUBTOTAL $ 1,916 C-1 Preliminary Design Vehicle 240 miles @ $ 0.49 /mile $ 118, SUBTOTAL $ 118 C-2 Prefinal Plans Photocopies(11'x17"reduced size plans) 78 sheets @ 24 copies(o? $ 0.20 /sheet $ 374 Overnight Shipping 7 packages( $ 15.00 /package $ 105 SUBTOTAL • $ 479 C-3 Prefinal Documents Photocopies(8.5"x11"speciticaitons) 100 sheets @ 16 copies L $ 0.10 /sheet $ 160 SUBTOTAL $ 160 C-4 Final Plans and Documents Vehicle 24U miles L $ 0.49 /mile $ 118 Photocopies(11"x17"reduced size plans) 78 sheets @ 60 copies @ $ 0.20 /sheet $ 936 Photocopies(24"x36"toll size plans) 78 sheets @ 4 copies l $ 1.35 /sheet $ 421 Photocopies(8.5"x11"speciticaitons) 100 sheets l 60 copies L $ 0.10 /sheet $ 600 Overnight Shipping 3 packages(o? $ 15.00 /package $ 45 SUBTOTAL $ 2,120 D-1 Pre-Construction Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Company Vehicle 1 day L $ 36.00 /day $ 36 Photocopies(24"x36"tull size plans) 103 sheets @ 2 copies L $ 1.35 /sheet $ 278 SUBTOTAL $ 314 D-2 Liaison and Contract Control Company Vehicle 5 days L $ 36.00 /day $ 180 SUBTOTAL $ 180 D-3 Public Outreach and Coordination Photocopies(8.5"x11"specificaitons) 250 sheets L 10 versions L $ 0.10 /sheet $ 250 SUBTOTAL $ 250 D-4 On-Site Review of Work Company Vehicle 270 days(o? $ 36.00 /day $ 9,720 SUBTOTAL 5 9,720 13-6 Shop Drawings Overnight Shipping 2 packages L $ 15.00 /package $ 30 SUBTOTAL • $ 30 D-13 Final Completion and Record Drawings Mylar Reproductions 103 sheets(c@ 1 copy© $ 9.00 /sheet $ 927 SUBTOTAL $ 927 TOTAL $ 18,514 AGREEMENT THIS AGREEMENT,is hereby made and entered into thisZz day of bh 4,2 CFf2006,by and between the CITY OF ELGIN,Illinois, a municipal corporation(hereinafter referred to as "CITY") and TranSystems Corporation, a Missouri Corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the CBD Street Resurfacing and Streetscape Program (hereinafter referred to as the"PROJECT");and WHEREAS,the ENGINEER represents that it 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, for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby mutually acknowledged,the CITY and ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent CITY in the engineering matters involved in the Project as set forth herein,subject to the following terms,conditions and stipulations: I. SCOPE OF SERVICES A.All work hereunder shall be performed under the direction of the Director of Public Works of the CITY,hereinafter referred to as the "DIRECTOR". B. Services to be provided by the Engineer include design and construction services for the Central Business District(CBD) Street Resurfacing and Streetscape Program. As part of this Agreement,the services will include design and construction services for the 2006 underground improvements, scoping of the streetscape elements for the overall project,and design of the roadway and streetscape improvements to be included in 2007. C.A detailed scope of services is attached hereto and made a part hereof as Attachment"A". Engineer shall comply with the provisions of Attachment"A". H. PROGRESS REPORTS A. Engineer shall comply with the detailed project schedule which is attached hereto and made a part hereof as Attachment"B". Engineer shall record progress pursuant to the project schedule and shall submit a report of such progress as a component of the status report described below. Attachment "A" -2- B. The Eng ineer 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. III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited to,reports, designs,calculations,work drawings, studies,photographs,models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the"DIRECTOR;provided, however that"the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability to the ENGINEER. IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 2.9 times the direct hourly rate of personnel employed on this PROJECT,with the total fee not to exceed $543,948.28 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus N/A . Any such invoiced fees to ENGINEER shall be included with and construed as part of the above- referenced amount of $543.948.28 C. A cost estimate of consultant services is attached hereto and made a part hereof as Attachment"C". Such consultant services fees shall be included with and construed as part of the above-referenced"not-to-exceed"amount of$543,948.28. D. The CITY may 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. L • -3 - V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC 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. VI. 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, provided,however,that such payment shall not exceed the task amounts set forth under Paragraph IV above. VII. TERM • Unless terminated for cause or pursuant to Article VI or IX,this agreement shall be deemed concluded on the date CITY determines that all of the ENGINEER(S)work under this Agreement is fully completed and is accepted by CITY in writing. 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. VIII. 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. -4- IX. 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. X. 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, attorney's 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 such 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 completion, expiration and/or termination of this Agreement. XL 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. XII. 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 written in occurrence form 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. - 5 - Such Certificate of Insurance shall include,but not be limited to, coverage for the obligations assumed by ENGINEER pursuant to Article X herein entitled "Indemnification". Such above-referenced 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. E. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance written in occurrence form 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 Engineer's 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. XIII. 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. XIV. 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 fouuus of compensation and selection for training, including apprenticeship. -6- 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. XV. 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. XVI. 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. XVII. 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, except to such extent as may be specifically provided for herein. XVIII. 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. XIX. 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. _7_ XX.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. XXI. 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. XXII. 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. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXIV. 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. XXV. 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; • - 8 - D. the vendor's internal n rnal 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 must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. XXVI. 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 commmiications by the ENGINEER be made or confirmed in writing. XXVII. 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: JOIN LOETE,P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: TODD S. BRIGHT,P.E. Vice President TranSystems Corporation 1051 Perimeter Drive, Suite 1025 Schaumburg,IL 60173-5058 -9- IN WITNESS WHEREOF,the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By N e .11 By City Clerk -.41.1".1 Manager (SEAL) For the ENGINEER: I Dated this f 7"day of /Q rL11 ,A.D.,2006 ATTEST: Vid 0 .(./ • B ByCam, Y Vice-President sst.Vice- ident (SEAL) Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES A.Planning and Concept Development Services 1. Project Coordination and Data Collection a. Preliminary conference with the City staff to confirm(estimated as l meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants • 5. Communications 6. Invoicing and payment 7. Other administrative considerations b. Inventory readily-available existing data for the project area and immediately surrounding neighborhoods including: 1. Traffic data(in-person traffic counts are not included in this scope) 2. Right-of-way data 3. Accident reports 4. Conventional and digital map.files 5. Aerial photography 6. Jurisdictional boundaries 7. Property boundaries 8. Property owners 9. Other area roadway,utility,and signal improvements 10. Current public utility atlases 11. Current power, communications, gas,and other private utility atlases 12. Previously prepared plans and reports 13. Development plans c. Review potential alternative funding sources for this project. Various phases of this project may be eligible for funding through the ITEP, STP, or other outside funding sources. If any potential sources of funding are identified, TranSystems Corporation will meet with City representatives to discuss their merits and the additional processes that would be required for funding compliance. (estimated as 1 meeting) The City will have the final say in whether outside funding is pursued or not. 2. Field Survey a. Conduct full topographic design survey based on the English system including establishment of horizontal and vertical controls, topography, accesses, cross sections (at 50 foot increments), drainage, utility structures, and right-of-way verification. The field survey will be conducted along Grove Avenue from Prairie Street to Highland Avenue, Spring Street from Grove Avenue to Chicago Street, and Fulton 1. T2 (.YSTEMS _..-4:=D1-2PO1-2AT/ON/��t_ • Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program Street from Spring Street to Villa Street. Survey limits will include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is estimated as 4,200 feet. Portions of the survey will be reused for the subsequent yearly improvements. b. Download topographic survey and cross sections in AutoCAD or Microstation. Plot survey at l"=20' scale and plot existing cross sections. Conduct a plan-in-hand, walk-through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Inventory existing signing. d. Conduct a drainage and utilities survey to determine the contents, pipe sizing, and flow direction(as applicable)for all public underground utility structures. e. Request a JULIE utility design locate. Survey, download, and map the JULIE utility lines. f. Observe, digitally photograph, and digitally videotape the project to become acquainted with readily apparent existing conditions. g. Conduct tree survey/condition inventory for existing trees within the public right-of- way. h. Perform a vaulted sidewalk and utility service inventory. Meet with building owner or resident representatives to identify the location of vaulted sidewalks and utility services (both public and private) which require replacement, modification, or realignment. It is estimated that 30 buildings front on the streets within the project limits. i. Draw existing utility information from utility atlases on the project base map. Update as additional information, such as future plans, test hole data, or comments are received. j. Conduct a pavement core investigation to identify pavement condition and composition. Reconstruction of the roadways is not anticipated, and therefore, a complete soils investigation program will not be undertaken. 3. Alternatives Development a. Meet with the Downtown Neighborhood Association to discuss project concepts, impacts, and recommendations. (estimated as 1 meeting) b. Conduct a public workshop meeting to introduce the project and to obtain citizen input on concept development. (estimated as 1 meeting) 2 PAIVSYSTEMS Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program c. Walk the site with interested parties to discuss existing conditions, strengths, and weaknesses. (estimated as 1 afternoon walk-through) d. Analyze the opinions to identify opportunities and constraints. e. Analyze traffic data and existing parking conditions to determine if any roadways should be narrowed to increase the sidewalk width. Opportunities to create additional parking will also be considered; only changes which will not reduce the number of parking spaces will be evaluated. f. Perform a cursory accident analysis to determine if any high accident cluster locations exist. Identify potential countermeasures which could fall under the scope of this improvement. g. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. h. Evaluate the condition and applicability of existing streetscape elements near the new parking garage, adjacent to The Centre, and along Grove Avenue from the 1995 project. Meet with the Parks and Recreation Department to discuss potential elements, applicable construction methods, and maintenance issues. (estimated as 2 meetings) i. Summarize the information in a brief preliminary planning and alternative concepts document, assembled jointly by TranSystems Corporation and DLK Civic Design. 4. Public Participation a. Conduct a series of information and focus meetings with area residents and business owners, as well as the Downtown Neighborhood Association to present the preferred improvement plans and solicit public input and comment. (estimated as 2 meetings) b. Prepare all notifications, handouts, presentation text, exhibits, and minutes for the above meetings. Exhibits may include plots, photos, hand or computer renderings, drawings,or schematic plans as specific conditions warrant. c. Prepare newsletters for distribution to the public at various times. (estimated as 4 newsletters during the design phase) d. Create content for the City's web site to publicize public involvement opportunities and current issues under consideration. Post various design alternatives and public meeting information/exhibits for the public's view and create an online forum for comment, subject to City approval. Comments from the web site will be used as input and guidance for the design process throughout the planning, design, and construction phases of the project. 3 T?AI.ISYSTEMS CCX2PORAT/O/V Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program e. Designate an individual as the primary public contact for the improvement. This person will expeditiously respond to resident, business owner, City Council, and media requests for information and comment. 5. Framework Plan a. Prepare a schematic design for the project area illustrating alternatives for the location,type and/or style of the following items. Consider the previously completed downtown streetscape schemes, input from the public and other stakeholders, and sound engineering practice. 1. On-street parking 2. Pedestrian walks and cross-walks 3.. Benches,trash receptacles,and other pedestrian amenities 4. Irrigated planter boxes 5. Trees in tree grates 6. Lighting 7. Plant materials 8. Special features 9. Roadway intersection geometry(bump-outs or corner radii modifications) 10.Paver bricks b. Document the schematic streetscape design using: 1. The surveyed base map 2. Conventional and computer graphics as may be appropriate 3. Supplementary sections and elevations 4. Photography from comparable projects, completed sections in the Elgin CBD area,and/or product catalogues c. Review improvement for vehicle,bicycle,pedestrian, and ADA accommodations. d. Prepare preliminary opinion of project costs. e. Present master plan and recommendations to City Public Works staff. (estimated as 1 meeting) f. Present the master plan to the City Council with representatives from the Public Works Department. Prepare necessary exhibits. (estimated as 1 Council presentation) 4 Te4/vSYSTE/v7s am'?c n iw/ON Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program B. Sanitary Sewer and Water Main Design Services 1. Preliminary Desinn a. Consult with City staff to review the scope of the project and collect pertinent information from the City: 1. Review the City records for information on the water system and sanitary sewer system. 2. Coordinate with Public Works forces to determine the location of the nearest functional water valves, water service tap locations, and building/hydrant fire services. 2. Compare records to the conducted private utility location survey and develop a useable map of existing water main and sanitary sewer mains and services. Recommend locations for dye testing to verify sanitary service conditions and locations,if necessary. b. Review City utility maps and previous engineering studies conducted by the City: 1. Assess the need for separation of the sanitary and storm sewer mains in areas where this work has not yet been completed,if any. 2. Review City records, videotapes, public comment, and drainage survey to identify locations of necessary storm sewer repair. 3. Examine sanitary sewer televising tapes and reports to determine the condition of the existing sanitary sewer and estimated location of services. It is expected that videotaping will be performed by the City and sewer lining will be performed by others under direct contract with the City as part of the annual sewer lining program. In conjunction with the sewer lining firm,identify any necessary repairs beyond the planned fiberglass lining. 4. Review private utility survey, sewer videotapes and associated reports, resident and business comments, and City records to identify sanitary sewer services in need of replacement. 5. Review the City maps, records, and past engineering studies to determine the need for resizing the water main. Analyze the value of providing stub- outs for future building fire services. It is expected that all water main within the project limits will be replaced,regardless of apparent condition. 5 TTw�v, SYSTEMs CGY?PO1 .-AriON /M • Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program c. Conduct a physical survey of the sanitary manholes within the project limits. 1. Compare observed field conditions to the City's atlases to identify any potentially buried or removed manholes. Inform the City of all sanitary manholes that are not Iocated. 2. Investigate all of the Iocated manholes by surface and internal inspection. 3. Review sanitary manhole rehabilitation methods with the City and recommend repair methods or replacement for each manhole requiring rehabilitation in the project area. d. Identify the locations of cross-road lighting conduits necessary for the installation of the lighting system. It is anticipated that the new street lights will be installed under the surface improvements contract so that the foundations can be correctly set to match the new field conditions. Cross-road conduits and services which require pavement patching will be installed as part of the utilities contract. e. Identify the location of any in-line water main valves or pressure connections necessary for water main isolation and replacement staging. f. Engineering services for underground utilities do not include engineering design of electrical conduit, transmission lines, or services; gas transmission mains or services; telephone lines or services; or cable television lines or services. TranSystems Corporation will work closely with the appropriate utility companies to facilitate any improvements or modifications that are necessary; however, we will not actually design these facilities. 2. Prefinal Contract Plans. Specifications and Cost Estimates a. Prepare prefmal contract plans, specifications, and estimates for the sanitary, water main, and lighting conduit work. It is anticipated that the following sheets will be included in the contract plans: List of Plan Sheets Title 1 Index of Sheets and General Notes 1 Alignment,Ties, and Benchmarks 1 Summary of Quantities 1 Existing and Proposed Typical Sections 1 Existing and Proposed Plan(20 scale) 5 Profile 3 Drainage and Utilities Plan (Including Water Main and Sanitary Sewer) 5 Detour/Alternate Route Plan 1 Maintenance of Traffic Notes and Typical Sections 1 6 TANSYSTEnVIs .._ CQ?PORAT/ON/�f�``= Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program Maintenance of Traffic(50 scale) 4 Lighting Plan 2 Vaulted Sidewalk Filling Details 2 Construction Details 3 Total 31 b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The IDOT Standard Specifications for Road and Bridge Construction will be used as the guideline for these construction projects, unless the City desires a different standard. c. Prepare the status of utilities to be adjusted specification. Meet with representatives of the various affected utility companies to discuss necessary relocations, system upgrades, service and meter relocations, and other related work. Coordinate schedules for the required private utility work. (estimated as 3 meetings) d. All utility relocation necessary for sidewalk vault filling is expected to occur under or concurrently with this construction contract. To the extent that vaults can be filled at the same time,that work will be included in the contract as well. e. Prepare the EPA Water Main and Sanitary Sewer permits, as applicable. The City will be responsible for payment of any required permit fees. f. Conduct public meetings to present the scope and schedule for the improvements. (estimated as 2 meetings) 3. Final Contract Plans, Specifications and Cost Estimates a. Meet with City subsequent to the submittal of the prefinal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) b. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide thirty (30) sets of 11"x17" plans, specifications, and bid documents. c. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and AutoCAD or Microstation formats to the City. d. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) e. Attend the pre-construction meeting. (estimated as 1 meeting) 7 T?.MISYSTEIVfS a‘. CGl2P0/?ATIc ry Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program C. Streetscape and Roadway Improvements Design Services 1. Project Coordination a. Meet with City to discuss the proposed improvement plan. (estimated as 1 meeting) b. Meet with City subsequent to submittal of prefinal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as. 1 meeting) c. Conduct public meetings throughout design process to solicit public input and comment. One meeting is anticipated before prefinal plan submittal and one meeting is anticipated after City comments have been incorporated. (estimated as 2 meetings) 2. Prfinal Contract Plans a. It is anticipated that the following sheets will be included in the contract plans. The project will be prepared in English format. List of Plan Sheets Title 1 Index of Sheets and General Notes 1 Alignment,Ties,and Benchmarks 1 Summary of Quantities 2 Existing and Proposed Typical Sections 2 Existing and Proposed Plan(20 scale) 5 Profile 3 Drainage and Utilities Plan 5 Detour/Alternate Route Plan 1 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic(50 scale) 4 Paving Plan 1 Lighting General Notes 1 Lighting Plan 3 Wiring Diagram 1 Lighting Details 4 Pavement Marking and Signing 2 Erosion Control Plans and Details 1 Cross Sections (50'increments) 15 • Vaulted Sidewalk Filling Details 1 Construction Details 5 Streetscape and Tree Plan(20 scale) 3 Irrigation Plan 3 Irrigation Details 2 Streetscaping Details (including sidewalk jointing plans) 5 Planting Plans and Details 4 Total 77 8 T?/SYSTEMS c Rr'c RAT/ON//> Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program b. Identify planting methods, tree pit configuration, soil mixtures, irrigation, and subgrade drainage to ensure plant longevity and health while minimizing the required annual maintenance. c. Lighting will follow the design and layout already installed in certain portions of the CBD area. The relatively new double acorn lighting on Grove Avenue may be left in place, dependent on City wishes, even though it does not match the new single acorn standard used in the north CBD. Traffic signal work will be completed by others prior to the start of this project; it is anticipated that no changes to traffic signal installations will be necessary. d. Street resurfacing is anticipated except in the vicinity of the abandoned rail line. •In those areas,the pavement will be reconstructed to provide a smoother profile. 3. Prefmal Documents a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The IDOT Standard Specifications for Road and Bridge Construction will be used as the guideline for these construction projects, unless the City desires a different standard. c. Prepare the status of utilities to be adjusted specification. It is anticipated that all necessary upgrades and adjustments besides minor surface improvements and manhole rim adjustments will have taken place prior to or during the utilities contract construction. Therefore, extensive utility coordination is not anticipated for the streetscape and roadway contract. Vaults not filled during the underground contract will be filled as part of this improvement. d. Prepare the NPDES permit. 4. Final Contract Plan and Documents a. Based on comments received, final contract plans, specifications, and documents will be prepared. b. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide fifty (50) sets of 1l"x17" plans,specifications,and bid documents. c. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and AutoCAD or Microstation formats to the City. 9 T?,/SYSTEMS CGY2P0r?AT/ON iE ' Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program d. Attend a pre-bid meeting with contractors and City personnel. (estimated as 1 meeting) e. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) f. Attend the pre-construction meeting. (estimated as 1 meeting) D. Construction Inspection Services TranSystems Corporation and Geo Services, Inc. will provide the resident engineer, inspectors, and other technical personnel necessary to observe, monitor, and document the contractor's progress on the project from the start of field operations to final completion. Pre-Construction a. Video record and document the existing site conditions. b. Attend the pre-construction meeting. 2. Liaison and Contract Control a. Act as the City's representative with duties, responsibilities and limitations of authority as assigned in the construction contract documents, and advise and confer with City officials during construction and issue the City's authorized, instructions to the contractor. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses,City's on-site representative, etc. c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. 3. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns, comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exhibits shall be available for public viewing. Ideally, this office would be in the same location as the engineer's field office. • 10 T?A VSYSTEMS C-4C >T2PORAT/O1•1/4 Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program c. Continue to maintain the project web site and disseminate relevant information to the public through this means. d. Prepare and distribute project newsletters and/or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service, and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 4. On-Site Review of Work a. Conduct continuous and full-time on-site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed work will conform to the requirements of the construction contract documents. b. Instruct Contractor to correct any work believed to be unsatisfactory,faulty or defective, not conforming to the requirements of the construction contract documents, or does not meet the requirements of any inspections, tests, or approval required to be made and report same to the City; and advise City of action taken or if any special testing or inspection will be required. c. Verify that tests are conducted as required by the construction contract • documents and in the presence of the required personnel, and that contractors maintain and submit adequate records thereof; observe, record, and report to the City appropriate details relative to the test procedures. d. Perform all required field tests such as concrete tests and soil compaction tests and ensure such tests are conducted as specified.Analyze the results of all field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. e. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. f. Stake-out construction lines and grades and assist the contractor with interpretation of the drawings and specifications. g. Prepare and submit detailed daily reports of construction progress. h.. Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. • • 11 TT.4IvSYSTEMS CGY2PORAT/ON///j'_: Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program 5. Contractor Suggestions and Requests a. Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the City with any time or cost implications for final decision. 6. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. b. Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit, but only for conifonnance with the design concept of the project and compliance with the information given in the construction contract documents. Such review shall not be construed as relieving the contractor of the responsibility to meet requirements of the construction contract documents. Determine the acceptability of substitute materials and equipment proposed by the contractor; and receive and review (for general content as required by the specifications) maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the contractor(s) in accordance with the construction contract documents. c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. 7. Schedules a. Prepare a final Primavera construction schedule with the participation of the contractor and obtain the contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated Primavera construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. 12 PAIVSYSTEIVIS CC,I?PO/?AT/ON Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program 8. Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare,maintain, and circulate copies of minutes thereof. Arrange a schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day operations. b. Attend public informational meetings that may occur from time to time during the construction phase. 9. Contract Administration and Records a. Handle all day-to-day contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions of original construction contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the construction contract documents, progress reports, and other project related documents. 10. Reports a. Furnish written reports to the City on a biweekly basis of progress of the work and the contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. 11. Contractor Pay Requests and Change Orders a. Review the contractor's requests for payments as construction work progresses, and advise the City of the amounts due and payable to the contractor in accordance with the temis of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. 12. Government Policies a. Review the contractor's compliance with governmental mandated programs. Compliance with OSHA requirements and general safety provisions will be reviewed by an independent safety officer retained by the contractor as part of the construction work. The safety officer will visit the job site periodically and will submit written reports to the City, contractor, and engineer. 13 T2AIvSYSTEMS c cn,?AT/ON J�/.t Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program 13. Final Completion and Record Drawings a. Prepare record drawings which show field measured dimensions of the completed construction work which the engineers consider significant and provide the City with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety (90) days of the project completion. b. Conduct a final inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractor's final request for payment c. Conduct a final"lessons learned"meeting with design engineering and City staff to discuss project procedures and items for potential improvement in future projects. The goal of this meeting shall be to have continuous improvement in procedures and property owner/tenant disruption over the course of the multi-year project. 14 TZ4IVSYSTEMS CQ?POr2AT/O1\1//>A Attachment B - Project Milestone Schedule CBD Street Resurfacing and Streetscape Program City of Elgin 3/14/06 A.Planning and Concept Development Services Notice to Proceed 3/23/2006 Kick-off Meeting 3/30/2006 Initial Meeting with Downtown Neighborhood Assoc(DNA) 4/13/2006 Complete Field Survey 4/13/2006 Visioning Session with DNA 4/27/2006 Complete Framework Plan 6/8/2006 B. Underground Design Services Submit Prefinal Plans, Specifications and Estimates 7/10/2006 Submit Final Plans,Specifications and Estimates 8/7/2006 C.Streetscape&Roadway Design Services Submit Prefinal Plans, Specifications and Estimates 10/30/2006 Submit Final Plans, Specifications and Estimates 12/25/2006 D.Underground Construction Inspection Services Advertise 8/7/2006 Bid Opening 8/21/2006 Award Contract 9/4/2006 Begin Construction 9/18/2006 End Construction 11/27/2006 Finalize Documentation 1/8/2007 Attachment C - Cost Estiamte Summary CBD Street Resurfacing and Streetscape Program City of Elgin 3/14/06 TranSystems Corporation $411,280.23 DLK Civic Design $129,703.00 Geo Services $2,965.00 Total $543,948.23 • Attachment C . Cost Estimate of . • Consultant Services (CPFF) Firm TranSystems Corporation Date 02/22/06 Route Elgin CBD Streetscape Section Phase 1 Overhead Rate 156.93% County Kane Job No. 2006 Complexity Factor 0 PTB & Item Local Overhead In-House Outside Services % of Item Manhours Payroll &• Direct Fixed Direct By Total Grand Fringe Benefits Costs Fee Costs Others Total A-1. Proj Coord and Data 26 1,413.06 2,217.51 526.43 54.00 4,211.00 0.77% A-2. Field Survey 432 12,058.14 18,922.84 540.00 4,570.54 144.00 2,965.00 39,200.52 7.21% A-3.Alt Development 158 5,801.54 9,104.36 2,161.36 74.00 17,141.26 3.15% A-4. Public Participation 104 4,083.97 6,408.98 152.00 1,543.52 36.00 17,716.50 29,940.97 5.50% A-5. Framework Plan 44 1,625.93 2,551.57 605.74 36.00 61,034.64 65,853.88 12.11% B-1. Preliminary Design 106 3,392.64 5,324.07 72.00 1,274.36 _ 10,063.08 1.85% B-2. Prefinal Contract PSE 691 20,442.22 32,079.98 7,615.72 359.00 60,496.93 11.12% B-3. Final PSE 251 7,436.17 11,669.58 • 2,770.33 603.00 22,479.09 4.13% C-1. Project Coordination 64 2,615.03 4,103.77 974.23 72.00 7,765.03 1.43% C-2. Prefinal Cont Plans 808 24,953.83 39,160.05 9,296.51 ' 493.00 22,126.31 96,029.71 17.65% C-3. Prefinal Documents 105 3,538.07 5;552.29 1,318.1'0 96.00 4,386.08 14,890.54 2.74% C-4. Fin Cont Plan & Doc 400 12,383.91 19,434.07 4,613.61 1,814.00 24,439.03 62,684.63 11.52% D-1. Pre-Construction 4 210.03 329.60 78.25 617.88 0.11% D-2. Liaison and Contract Control 124 5,930.09 9,307.50 2,209.58 17,448.07 3.21% D-3. Public Outreach and Coordination 32 1,525.59 2,394.10 568.35 4,488.04 0.83% D-4. On-Site Review of Work 431 18,622.49 29,224.28 3,230.00 7,406.13 58,482.91 10.75% D-5. Contractor Suggestions and Requests 6 295.72 464.07 - 110.17 869.96 0.16% D-6. Shop Drawings 4 219.69 344.76 81.85 646.30 0.12% D-7. Schedules 8 381.40 598.53 142.09 _ 1,122.01 0.21% D-8. Job Meetings 16 762.79 1,197.05 284.18 2,244.02 0.41% D-9. Contract Administration and Records 80 3,813.96 5,985.25 1,420.89 616.00 11,836.10 2.18% 0-10. Reports 8 381.40 598.53 142.09 1,122.01 0.21% D-11. Contractor Pay Request and Change 8 381.40 .598.53 142.09 1,122.01 0.21% D-12. Government Policies 8 283.53 444.94 105.63 834.10 0.15% D-13. Final Completion & Record Drawings 80 4,200.83 6,592.36 1,565.01 12,358.19 2.27% TOTALS 3998 136,754.34 214,608.58 3,994.00 51,526.75 4,397.00 132,667.56 543,948.23 100.00% PRINTED 2/22/2006, 9:16 AM BDEF-824-025 REV 6/05 Attachment C . Average Hourly Project Rates Route Elgin CBD Streetscape Section Phase 1 County Kane Consultant TranSystems Corporation Date 02/22/06 Job No. 2006 • PTB/Item Local Sheet 1 Payroll Avg Total Project Rates A-1.Proj Coord and Data A-2.Field Survey A-3.Alt Development A-4.Public Participation A-5.Framework Plan Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg _ Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge 70.00 26 0.65% 0.46 2 7.69% 5.38 4 3.85% 2.69 Senior Project Manager 62.17 152 3.80% 2.36 8 30.77% 19.13 24 _ 15.19% 9.44 18 17.31% 10.76 8 18.18% 11.30 Project Manager 53.99 8 0.20% 0.11 8 30.77% 16.61 _ Construction Manager 52.51 91 2.28% 1.20 _ _ Chief Structural Engineer 62.09 28 0.70% _ 0.43 10 2.31% 1.44 Senior Project Engineer 47.39 0 Senior Transp Planner 49.24 0 Project Engineer 42.97 342 8.55% 3.68 8 30.77% 13.22 40 9.26% 3.98 24 15.19% 6.53 18 17.31% 7.44 12 27.27% 11.72 Resident Engineer 47.67 636 15.91% 7.58 4 3.85% 1.83 Senior Resident Inspector 39.28 0 Resident Inspector 35.44 8 0.20°A, , 0.07 _ Assistant Resident Inspector 29.33 0 _ Design Engineer III 37.60 255 6.38% 2.40 32 20.25% 7.61 Design Engineer II 32.10 564 14.11% 4.53 54 12.50°Ao 4101 22 13.92% 4.47 14 13.46% 4.32 _ Design Engineer I 25.99 534 13.36% 3.47 22 5.09% 1.32 28 17.72% 4.61 14 13.46% 3.50 12 27.27% • 7.09 Construction Inspector V 44.96 0 _ Construction Inspector IV 35.55 0 Construction Inspector III 26.69 0 Land Surveyor 42.21 20 0.50% 0.21 • 10 2.31% 0.98 i Survey Crew Chief 29.85 154 3.85% 1.15 114 26.39% 7.88 • Instrument Person 23.87 0 _ Rodman 17.89 154 3.85% 0.69 114 26.39% 4.72 Senior Engineering Tech 31.81 50 1.25% 0.40 8 5.06% 1.61 10 9.62% 3.06 CADD Technician III 26.70 80 2.00% 0.53 6 5.77°A° 1.54 CADD Technician II 25.09 438 10.96% '2.75 44 10.19% 2.56 0 12 27.27% 6.84 CADD Technician I 18.55 410 10.26% 1.90 24 5.56°Ao 1.03 16 10.13% 1.88 Senior Administrator 39.98 4 0.10% 0.04 4 ' 3.85% 1.54 Administrative Assistant 22.44 44 1.10% 0.25 4 2.53% 0.57 12 11.54% 2.59 Clerical 10.68 '0 D TOTALS 3998 100% $34.21 26 100°Ao $54.35 432 100% $27.91 158 100% $36.72 104 100% $39.27 44 100% $36.95 • • BDEF-824-025 REV 6/05 PRINTED 2/22/2006,9:16 AM . Attachment C • Average Hourly Project Rates Route Elgin CBD Streetscape • Section Phase 1 County Kane Consultant TranSystems Corporation Date 02/22/06 Job No. 2006 PTB/Item Local Sheet 2 Payroll Avg B-1.Preliminary Design 8-2.Prefinal Contract PSE 13-3.Final PSE C-1.Project Coordination C-2.Pretinal Cont Plans C-3.Prefinal Documents Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge 70.00 4 0.58% 0.41 _ 2 0.80% 0.58 10 1.24% 0.87 Senior Project Manager 62.17 10 9.43% 5.87 22 3.18% 1.98 6 2.39% 1.49 16 25.00% 15.54 16 1.98% 1.23 4 3.81% 2.37 Project Manager 53.99 _ Construction Manager 52.51 _ Chief Structural Engineer 62.09 8 1.16% 0.72 2 0.80% 0.49 8 0.99% 0.61 Senior Project Engineer 47.39 • _ _ Senior Transp Planner 49.24 _ Project Engineer 42.97 10 9.43% 4.05 50 7.24% 3.11 18 7.17% 3.08 16 25.00% 10.74 90 11.14% 4.79 20 19.05% 8.18 Resident Engineer 47.67 8 3.19% 1.52 Senior Resident Inspector 39.28 Resident Inspector 35.44 _ Assistant Resident Inspector 29.33 Design Engineer III 37.60 8 7.55% 2.84 54 7.81% 2.94 17 6.77% 2.55 8 12.50% 4.70 80 9.90% 3.72 16 15.24% 5.73 Design Engineer II 32.10 24 22.64% 7.27 112 16.21% 5.20 46 18.33% 5.88 8 12.50% 4.01 170 21.04% 6.75 28 26.67% 8.56 Design Engineer I 25.99 22 20.75% 5.39 145 20.98% 5.45 46 18.33% 4.76 176 21.78% 5.66 25 23.81% 6.19 Construction Inspector V 44.96 _ Construction Inspector IV 35.55 Construction Inspector III 26.69 Land Surveyor 42.21 Survey Crew Chief 29.85 Instrument Person 23.87 Rodman 17.89 Senior Engineering Tech 31.81 16 2.32% 0.74 8 0.99% 0.31 CADD Technician III 26.70 20 2.89% 0.77 10 3.98% 1.06 • 30 3.71% 0.99 CADD Technician II 25.09 16 15.09% 3.79 130 18.81% 4.72 40 15.94% 4.00 12 18.75% 4.70 110 13.61% 3.42 4 3.81% 0.96 CADD Technician I 18.55 16 15.09% 2.80 120 17.37% 3.22 50 19.92% 3.70 4 6.25% 1.16 110 13.61% 2.53 _ Senior Administrator 39.98 Administrative Assistant 22.44 10 1.45% 0.32 6 2.39% 0.54 8 7.62% 1.71 Clerical 10.68 • TOTALS 106 100% $32.01 691 100% $29.58 251 .100% $29.63 64 100% $40.86 808 100% $30.88 105 100% $33.70 BDEF-824-025 REV 6/05 PRINTED 2/22/2006.9:16 AM .114 • . • Attachment C Average Hourly Project Rates Route Elgin CBD Streetscape - Section Phase 1 • County Kane Consultant TranSystems Corporation Date 02/22/06 • Job No. 2006 PTB/Item Local Sheet 3 Payroll Avg C-4.Fin Cont Plan&Doc D-1.Pre-Construction D-2.Liaison and Contract Cont D-3.Public Outreach and Gourd D-4.On-Site Review of Work D-5.Contractor Suggestions an, Hourly Hours % Wgtd Hours . % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. _ Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge 70.00 4 1.00% 0.70 Senior Project Manager 62.17 16 4.00% 2.49 1 25.00% 15.54 _ 1 0.23% 0.14. Project Manager 53.99 _ Construction Manager 52.51 1 25.00% 13.13 4 3.23% 1.69 4 0.93% 0.49 2 33.33% 17.50 Chief Structural Engineer 62.09 . Senior Project Engineer •47.39 _ Senior Transp Planner 49.24 _ _ Project Engineer 42.97 36 9.00% 3.87 Resident Engineer 47.67 8 2.00% 0.95 2 50.00% 23.84 120 96.77% 46.14 32 100.00% 47.67 336 77.96% 37.17 4 66.67% 31.78 Senior Resident Inspector 39.28 Resident Inspector 35.44 _ Assistant Resident Inspector 29.33 Design Engineer III 37.60 40 10.00% 3.76 . Design Engineer II 32.10 86 21.50% 6.90 Design Engineer I 25.99 44 11.00% 2.86 Construction Inspector V 44.96 Construction Inspector IV 35.55 ' Construction Inspector III 26.69 _ • Land Surveyor 42.21 10 2.32% 0.98 Survey Crew Chief 29.85 40 9.28% 2.77 Instrument Person 23.87 Rodman 17,89 • 40 9.28% 1.66 Senior Engineering Tech 31.81 8 2.00% 0.64 CADD Technician III 26.70 14 3.50% 0.93 CADD Technician II 25.09 70 17.50% 4.39 _ CADD Technician I 18.55 70 17.50% 3.25 Senior Administrator 39.98 Administrative Assistant 22.44 4 1.00% 0.22 Clerical 10.68 TOTALS 400 100% $30.96 4 100% $52.51 124 100% $47.83 32 100% $47.67 431 100% $43.21 6 100% $49.29 • BDEF-825-025 RE V 6/05 PRINTED 2/22/2006,9:16 AM Attachment C ' ' Average Hourly Project Rates Route Elgin CBD Streetscape , Section Phase 1 County Kane Consultant TranSystems Corporation Date 02/22/06 Job No. 2006 PTD/Item Local Sheet 4 Payroll Avg D-6.Shop Drawings 0-7.Schedules D-6.Job Meetings D-9,Contract Administration an 0-10.Reports D-11.Contractor Pay Request ar Hourly Hours % Wgtd Hours "/a Wgtd Hours % Wgtd Hours % Wgtd Hours "A, Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge 70.00 Senior Project Manager 62.17 2 50.00% 31.09 • - Project Manager 53.99 Construction Manager 52.51 Chief Structural Engineer 62.09 • Senior Project Engineer 47.39 Senior.Transp Planner 49.24 y Project Engineer 42.97 Resident Engineer 47.67 2 50.00% 23.84 8 100.00% 47.67 16 100.00% 47.67 80 100.00% 47.67 8 100.00% 47.67 8 100.00% 47.67 Senior Resident Inspector 39.28 Resident Inspector 35.44 _ Assistant Resident Inspector 29.33 _ Design Engineer III 37.60 Design Engineer II 32.10 .Design Engineer I 25.99 _ Construction Inspector V 44.96 Construction Inspector IV 35.55 Construction Inspector III 26.69 Land Surveyor 42.21 Survey Crew Chief 29.85 Instrument Person. 23.87 Rodman _ 17.89 Senior Engineering Tech 31.81 CADD Technician III 26.70 _ CADD Technician II 25.09 ' CADD Technician I 18.55 Senior Administrator 39.98 Administrative Assistant 22.44 Clerical 10.68 TOTALS 4 100% $54.92 8 100% $47.67 16 100% $47.67 80 100% $47.67 8 100% $47.67 8 100°/" $47.67 • • BDEF-824-025 REV 6/05 . PRINTED 2/22/2006,9:16 AM • Am • Attachment C • Average Hourly Project Rates •Route Elgin CBD Streetscape • Section Phase 1 • County Kane Consultant TranSystems Corporation Date 02/22/06 Job No. 2006 PTB/Item Local Sheet 5 Payroll Avg D-12.Government Policies D-13.Final Completion&Recor Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal In Charge 70.00 Senior Project Manager 62.17 _ Project Manager 53.99 _ • Construction Manager • 52.51 80 100.00% 52.51 _ Chief Structural Engineer 62.09 - Senior Project Engineer 47.39 Senior Transp Planner 49.24 Project Engineer 42.97 Resident Engineer 47.67 _ Senior Resident Inspector 39.28 Resident Inspector 35.44 8 100.00% 35.44 Assistant Resident Inspector 29.33 Design Engineer Ill 37.60 Design Engineer II 32.10 - Design Engineer I 25.99 Construction Inspector V 44.96 - Construction Inspector IV 35.55 Construction Inspector III 26.69 - Land Surveyor. 42.21 Survey Crew Chief 29.85 Instrument Person 23.87 Rodman 17.89 Senior Engineering Tech 31.81 CADD Technician III 26.70 CADD Technician II 25.09 • CADD Technician I 18.55 - Senior Administrator 39.98 Administrative Assistant 22.44 - Clerical 10.68 TOTALS 8 100% $35.44 80 100% $52.51 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 BDEF-824-025 REV 6/05 • PRINTED 2/22/2006,9:16 AM Attachment C Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Corporation A-1 Project Coordination.and Data Collection Vehicle 120 miles @ $ 0.45 /mile $ 54 SUBTOTAL S 54 A-2 Field Survey Company Vehicle 15 days @ $ 36.00 /day $ 540 * Vehicle 320 miles @ $ 0.45 /mile $ 144 SUBTOTAL $ 684 A-3 Alternatives Development Vehicle 120 miles @ $ 0.45 /mile $ 54 Overnight Shipping 1 package @ $ 20.00 /package $ 20 SUBTOTAL $ 74 A-4 Public Participation Company Vehicle 4 day @ $ 38.00 /day $ 152 Vehicle 80 miles @ $ 0.45 /mile $ 36 SUBTOTAL $ 188 A-5 Framework Plan Vehicle 80 miles @ $ 0.45 /mile $ 36 SUBTOTAL $ 36 Attachment C • Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Corporation B-1 Preliminary Design Company Vehicle 2 days @ $ 36.00 /day $ 72 * SUBTOTAL $ 72 B-2 Prefinal Contract Plans,Specifications,and Cost Estimates Vehicle 200 miles @ $ 0.45 /mile $ 90 Photocopies(11"x17"reduced size plans) 31 sheets @ 20 copies @ $ 0.20 /sheet $ 124 Photocopies(8.5"xl l"specifications) 40 sheets @ 10 copies @ $ 0.10 /sheet $ 40 Overnight Shipping • 7 packages @ $ 15.00 /package $ 105 SUBTOTAL $ 359 B-3 Final Contract Plans,Specifications,and Cost Estimates Vehicle • 160 miles @ $ 0.45 /mile $ 72 Photocopies(11"x 17"reduced size plans) • 31 sheets @ 40 copies @ $ 0.20 /sheet $ 248 Photocopies(24"x36"full size plans) 31 sheets @ 3 copies @ $ 1.00 /sheet $ 93 Photocopies(8.5"xll"specifications) 40 sheets @ 40 copies @ $ 0.10 /sheet $ 160 Overnight Shipping 2 packages @ $ 15.00 /package $ 30 SUBTOTAL $ 603 C-1 Project Coordination Vehicle 160 miles @ $ 0.45 mule $ 72 SUBTOTAL $ 72 • Attachment C Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Corporation C-2 Prefinal Contract Plans Vehicle 40 miles @ $ 0.45 /mile $ 18 Photocopies(11"x17"reduced size plans) 77 sheets @ 24 copies @ $ 0.20 /sheet $ 370 Overnight Shipping 7 packages @ $ 15.00 /package $ 105 SUBTOTAL $ 493 • • C-3 Prefinal Documents Photocopies(8.5"xl l"specifications) 80 sheets @ 12 copies @ $ 0.10 /sheet $ 96 SUBTOTAL $ 96 C-4 Final Contract Plan and Documents Vehicle 160 miles @ $ 0.45 /mule $ 72 Photocopies(11"x17"reduced size plans) 77 sheets @ 60 copies @ $ 0.20 /sheet $ 924 Photocopies(24"x36"full size plans) 77 sheets @ 4 copies @ $ 1.00 /sheet $ 308 Photocopies(8.5"x11"specifications) 80 sheets @ 60 copies @ $ 0.10 /sheet $ 480 Overnight Shipping • 2 packages @ $ 15.00 /package $ 30 SUBTOTAL $ 1,814 Attachment C Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Corporation D Construction Inspection Services Company Vehicle 85 days @ $ 38.00 /day $ 3,230 * Vehicle 200 miles @ $ 0.45 /mile $ 90 Mylars 39 sheets @ 1 copies @ $ 9.00 /sheet $ 351 Photocopies(11"x 17"reduced size plans) 31 sheets @ 5 copies @ $ 0.20 /sheet $ 31 • Photocopies(24"x36"full size plans) 31 sheets@ 4 copies @ $ 1.00 /sheet 124 Photocopies(8.5"x11"specifications) 40 sheets @ 5 copies @ $ 0.10 /sheet $ 20 SUBTOTAL. $ 3,846 • TOTAL $ 8,391 "*"Indicates In-House Direct Costs . 4 Attachment C . COST ESTIMATE OF CONSTRUCTION SERVICES DLK. Project Name: Elgin Streetscape Marketing Project Number: 892-1 . CECS • ..,..:T.,•-...-:-.:-.,..,..•..--.-A...1,..t.•;:zo,-.,.;:; 4,;., .:.- :o.-,.••.,.... "- '• ,Estirnat.d.coitidollais.,. ....-.;.:....r.;.,,00--,..-: -:•••.,....... ..0., -•::..- ..- ...,..-• •:-.J--..--...:---:y,:. •----,:---•,_ Private %of . Reimbursables Item Staff Number of Base Hour Direct Labor Overhead Subtotal Profit (ILK Total Service by Others Name flours Rate (DL) (OH) (DL)+(OH) (DL).1-(OH) Grand • 152.61% . 10% Total 3.5% Phase I:Framework Plan . Principal RCH 90 $ 60.00 $ 5,400.00 $ 6,240.94 $ 13,640.94 $ 1,364.09 $ 15,005.03 12.0% $ 525 0 A Cad Operator AI 80 $ 29.00 $ 2,320.00 $ 3,540.55 $ 5,860.55 $ 586.06 $ 6,446.61 5.1% $ 226 0 Project Manager JE 118 $• 34.45 $ 4,065.10 $ 6,203.75 $ 10,268.85 $ 1,026.88 $ 11,295.73 9.0% $ 395 0 LA Sr.Architect LKV 16 $ :-30.00 $ 480.00 $ 732.53 $ 1,212.53 $ 121.25 $ 1,333.78 1.1% $ 47 0 LA Architect 1 RS 400 $. 24.25 $ 9,700.00 $ 14,803.17 $ 24,503.17 $ 2,450.32 $ 26,953.49 21.5% $ 943 0 IA Architect 2 MS 0 $ 18.75 $ - $ - $ - $ - $ - 0.0% $ - 0 ... Subtotal Phase I 704 $ 21,965.10 _$ 33,520.94 $ 55,486.04 $ 5,548.60 $ 61,034.64 48.7% $ 2,136 I Phase IT:Public Participation .. Principal DK 20 $ 63.00 $ 1,260.00 $ 1,922.89 $ 3,182.89 $ 318.29 $ 3,501.17 2.8% $ 123 0 Principal RCH 60 $ 60.00 $ 3,600.00 $ 5,493.96 $ 6,093.96 $ 909.40 $ 10,003.36 8.0% $ 350 0 A Cad Operator Al 0 $ ' 29.00 $ - $ - $ - $ 0.0% $ 0 Project Manager JE 44 $ '34.45 $ 1,515.80 $ 2,313.26 $ 3,829.06 $ 382.91 $ 4,211.97 3.4% $ 147 0 IA Sr.Architect LKV 0 $ ' 30.00 $ - $ - $ - $ - $ 0.0% $ 0 LA Architect 2 MS 0 $ . 16.75 $ - $ - $ - $ - $ . 0.0% $ - 0, Subtotal Phase IT 124 I $ 6,375.60 $ 9,730.11 $ 16,105.91 $ 1,610.59 $ 17,716.50 14.1% $ 620 . . Phase III:Pre-Final Streetscape Design Principal RCH 17 $ 60.00 $ 1,020.00 $ 1,556.62 $ 2,576.62 $ 257.66 $ 2,834.28 2.3% $ 99 0 Project Manager JE 44 $ 34.45 $ 1,515.80 $ 2,313.26 $ 3,629.06 $ 382.91 $ 4,211.97 3.4% $ 147 0 L4 Sr.Architect LKV 16 $. 30.00 $ 480.00 $ 732.53 $ 1,212.53 $ 121.25 $ 1,333.78 1.1% $ 47 0 LA Architect 1 RS 204 $ 24.25 $ 4,947.00 $ 7,549.62 $ 12,496.62 $ 1,249.66 $ 13,746.28 11.0% $ 481 0 LA Architect 2 MS 0 $ •18.75 $ - $ - $ - $ - $ 0.0% $ - O. Subtotal Phase La 261 $ 7,962.80 $ 12,152.03 $ 20,114.83 $ 2,011.48 $ 22,126.31 17.7% $ 774 n ' . Phase IV:Final Streetscape Design Principal RCH 23 $ 60.00 $ 1,380.00 $ 2,106.02 $ 3,486.02 $ 348.60 $ 3,834.62 3.1% $ 134 0 Project Manager JE ' 48 .$' 34.45 $ 1,653.60 $ 2,523.56 $ 4,177.16 $ 417.72 $ 4,594.87 3.7% $ 161 0 LA Sr.Architect LKV . 32 .$ 30.00 $ 960.00 $ 1,465.06 $ 2,425.06 $ 242.51 $ 2,667.56 2.1% $ 93 0 LA Arc.hitect 1 RS 198 $ 24.25 $ 4,801.50 $ 7,327.57 $ 12,129.07 $ 1,212.91 $ 13,341.98 10.6% $ 467 0 LA Architect 2 MS 0 $ 18.75 $ • - $ - $ - $ - 0.09,.. $ - 0 Subtotal Phase IV 301 $ 8,795.10 $ 13,422.20 $ 22,217.30 $ 2,221.73, $ 24,439.03 19.5% 5 1..5!. 0, . .. . • . ' Project Name:Lombard Great Number of Direct Labor Overhead Subtotal Profit . ' Service by Western Train Bridges Hours (DL) (Oil) DLK Total $ -(OL)+(OH) (DL)+COH) Others TOTALS 1,410 $ 45,098.80 $ 68,825.28 $ 113,924.08 $ 11,392.41 .$.. 125,316:49. 100.0% $ 4,386.08 0 • DLK Total $ 129,70.3.00 • /IN Vyr.tell,IA V HOURS ESTIMATE OF CONSULTANT SERVICES A , DLK . Project Name:Elgin Streetscape cncbss7, Marketing Project Number: 892-1 • Labor ITEM SHEET/ACTIVITY Principal Principal A Cad Project LA Sr. LA LA DLK Code Operator Manager Architect Architect 1 Architect 2 HOURS OK RCH AI JE LKV RS MS Phase I:Framework Plan Duration:03/01/0G-04/15/06 1.1 Initial kick-off meeting&en situ review of conditions 4 - 4 - - - - 8 1.2 Review of existing conditions 8 - 8 - 8 - 24 - 1.3 Concept sketch-Intersection 4 - 12 64 - 80 1.4 Concept sketch-narrow sidewalk _ 2 - 8 24 - 34 1.5 Concept sketch-wide sidewalk 2 - 4 24 - 30 1.6 Confirm plant palette 2 - • 4 16 8 - 30 1.7 Confirm street furnishings 2 - 4 16 - 22 1.8 Confirm planter types and materials - 4 l - 8 - 32 - 44 1.9 Review maintenance records and needs 2 - 4 - 16 - 22 . 1.10 Framework Plan-Digital Concept 8 - 12 - 80 - 100 1.11 Framework Plan-Construction Phasing Strategies 8 - 16 40 - 64 1.12 Framework Plan-Renderings - 4 40 8 - 16 - 68 1.13 Framework Plan-Summary Document - 16 24 8 - 40 - 88 1.14 Presentation to Public Works(2 Mtgs) - 8 - 8 - - - 16 1.15 Review and Modifications to Framework Plan 12 8 8 - 20 - 48 1.16 Final Framework Plan Submittal 4 8 2 - 12 - 26 1.17 SUBTOTAL PHASE I ACTIVITIES: - 90 80 118 16 400 - 704 • Labor ITEM SHEET/ACTIVITY Principal Principal A Cad Project LA to LA HOURS Code Operator Manager Architect Architect 1 Architect 2 DK RCH AI JE LKV RS MS Phase II:Public Participation Duration:04/15/06-08/15/05 2.1 Initial Meeting with Downtown Neighborhood Assoc(DNA) 4 4 - 4 - - 12 2.2 Visioning Session with DNA 8 16 - - - - - 24 2.3 Monthly mtqs w DNA in design phase(4 Mtgs x 2 Pers x 8 Hrs) 8 32 - 24 - - 64 2.4 Coordination w Public Works 8 - 16 - - - 24 2.5 SUBTOTAL PHASE II ACTIVITIES: 20 60 - 44 - - - 124 Labor ITEM SHEET/ACllVrry Principal Principal A Cad Project LA Sr. to HOURS Code Operator Manager Architect Architect 1 Architect 2 ' DK RCH Al JE LKV RS MS Phase III:Pre-Final Streetscape Design • Duration:04/15/06-05/15/06 3.1 Pro-Final Landscape Plans 2 - 4 16 16 - 38 3.2' Pre-Final Hardscape Plans 4 12 60 - 76 3.3 Pre-Final Irrigation Plans 1 _ - 8 - 32 - 41 3.4 Pre-Final quantities and estimates 2 - 4 - 32 - 38 3.5 Hardscape Details 2 4 64 - 70 3.6 Pre-Final specifications 2 - 4 - - - 6 3.7 Review Meetings(2)with Public Works 4 - 8 - - - 12 3.8 SUBTOTAL PHASE III ACTIVITIES: - 17 - 44 16 204 - 281 r Labor ITEM SHEET/ACTIVITY Principal Principal A Cad Project LA Sr. HOURS Code Operator Manager Architect Architect 1 Architect 2 DK RCH AT JE LKV RS MS _Phase IV:Final Streetscape Design Duration:05/15/06-06/15/06 - 4.2 Final Hardscape - 2 - 8 - 60 - 70 4.3 Final Landscape Plans - 2 - 4 16 42 - 64 4.4 Final Irrigation Plans 1 8 32 - 41 4.5 Hardscape Details 2 4 48 - 54 4.6 Final quantities and estimates - 2 - 4 - 16 22 4.7 Final specifications 2 8 16 - 26 4.8 Internal QA/QC 4 4 8 4.9 Review Meetings(2)at Public Works - 8 - 8 - - - 16 4.6 SUBTOTAL PHASE IV ACTIVITIES: - 23 - 48 32 198 - 301 TOTALS: 20 190 80 254 J 64 802 - I 10. Attachment C Geo Services, Inc. -- 6roiruudod fl Emironnen:sl and Civil Engineering ou ... PROPOSAL AND AGREEMENT FOR SERVICES CLIENT: Mr.Michael Lev February 6,2006 TranSystems Corporation 222 South Riverside Plaza,Suite 2320 Chicago,IL 60606 • Via email(mllev(atransystems.com)and U.S.Mail R E: Pavement Investigation,2006-07 Streetscape Project,Elgin,IL GSI Proposal No.06504 This Proposal and Agreement for Services confirms the authorization of TranSystems Corporation ("Client') of services in conjunction with the above referenced project We understand that four 5 to 6-story condominiums with a full basement are proposed. The services authorized are described as follows: 1. Layout cores and call JULIE to clear onsite utilities. 2. Provide 1-man coring crew and flagger to perform 6 to 8 pavement cores with hand augers to a maximum depth of 24 inches to determine base course thickness and subgrade type. We assume coring locations will be truck accessible and cores may be performed during normal work hours(M-F,7 AM to 5 PM). Note that proposal does not include coring thru granite pavers(if any). Cores will be terminated at the top of granite pavers(if any). 3. Perform typical laboratory testing on samples at our laboratory of any basecourse and subgrade materials obtained(mc,Qp,). 4. Provide brief letter report with core logs,location diagram and core photos. • ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE COST Coring Crew(1-man)(includes generator,equipment,etc) hour 8.00 $ 125.00 $ 1,000.00 Flagger hour 8.00 $ 80.00 $ 640.00 Signs/Cones each 1.D0 $ 75.00 $ 75.00 JULIE-Call each 1.DD $ 100.00 $ 100.00 Layout hr 3.00 $ 80.00 $ 240.00 Lab Testing(mc,Qp) each 16 $ 10.00 $ 160.00 Letter Report LS 1.00 $ 750.00 $ 750.00 TOTAL $ 2,965.00 The not-to-exceed cost for the above listed scope of work is$2,965.00. If additional services are deemed necessary due to unexpected conditions,we will negotiate a price with you prior to proceeding with any extra work. If services to be provided under this Agreement require the agents, If in the reasonable judgment of GSI,the scope or nature of the services employees, or contractors of Geo Services, Inc(GSI)to enter onto the to be performed by GSI, in respect to the above-referenced project, Project site, Client shall provide right-of-err-Piss to the site to GSI, its chance or deviate materially from the scope or nature of the services employees, agents and contractors, to conduct the planned field described above, GSI may at its discretion,suspend performance of its observations or services. services, until a written agreement superseding this Agreement and adjusting the scope,schedule,fees,and terms and conditions has been The attached terms and conditions are expressly incorporated into, and executed. If such a superseding agreement is not agreed to within a are an integral part of our contract for services. Please indicate your reasonable time,GSI may terminate this Agreement. acceptance of this Proposal and Agreement by having an authorized representative of your firm execute one copy and return it to the undersigned prior to commencement of GSI services. Geo Services,Inc. 0 (Client) Signature Signature. Andrew J. Ptak, Protect Manager • Name&Title Name&Title February 6,2006 Date Date Attachments: Terms and Conditions 1235 E.Davis Street,Suite 101 805 Amherst Court,Suite 204 Arlington Heights,Illinois 60005 Naperville,Illinois 60565-3448 647.253.3845/Fax 847.253.048 630.305.9186/Fax 630.355.2838 Attachment C Geo Services, Inc. Geotechnical.Environmental and Civil Engineering fin ran!-out ton, GENERAL TERMS AND CONDITIONS SECTION 1: SCOPE OF WORK: Geo Services, Inc.(GSI)shall perform the services defined in the Agreement and shall invoice the Client for those services according to the rates and unit charges indicated in the Agreement.if unexpected site conditions are discovered,the scope of work may change even as the work is in progress. GSI will provide these additional services at the agreed upon rates and unit charges. Rates for work beyond the scope of this Agreement and not covered in the Agreement can be provided. GSI can perform additional work with prior authorization,and will provide confirmation of fees. Fee schedules are valid for one year following the date of the Agreement unless otherwise noted. Initiation of services by GSI pursuant to this proposal will incorporate these terms and conditions. SECTION 2: ACCESS TO SITES,PERMITS AND APPROVALS: Unless otherwise agreed,the Client will furnish GSI with right- of-access to the site in order to perform the work. Unless otherwise agreed,the Client will secure all necessary approvals,permits, licenses and consents necessary to the performance of the services hereunder. SECTION 3: SOIL BORING AND TEST LOCATIONS: The accuracy and proximity of provided survey control will affect the accuracy of in-situ test location and elevation determinations. Unless otherwise noted,the accuracy of test locations and elevations will commensurate only with pacing and approximate measurements or estimates. If greater accuracy is required,the services of a professional surveyor should be obtained. The Client will famish GSI with a diagram indicating the location of the site. Boring and test locations may also be indicated on the diagram. GSI reserves the right to deviate a reasonable distance from the boring and test locations unless this right is specifically revoked by the Client in writing at the time the diagram is supplied. GSI reserves the right to terminate this Agreement if conditions preventing drilling at the specified locations are encountered which were not made known to GSI prior to the date of this contract. SECTION 4: UTILITIES: In the performance of its work, GSI will take all reasonable precautions to avoid damage or injury to subterranean structures or utilities. SECTION 5: UNANTICIPATED HAZARDOUS MATERIALS: It shall be the duty of the owner,the Client,or their representative to advise GSI of any known or suspected hazardous substances which are or may be related to the services provided;such hazardous substances include but are not limited to products, materials, by-products,wastes or samples of the foregoing which GSI may be provided or obtain while performing its services or which hazardous substances exist or may exist on or near any premises upon which work is to be performed by GSI employees,agents or subcontractors. SECTION 6: DISPOSAL OF HAZARDOUS MATERIALS: GSI does not create,generate or at arty time own or take possession or ownership of or arrange for transport, disposal or treatment of hazardous materials as a result of its exploration services. All hazardous materials,including but not limited to samples,drilling fluids,decontamination fluids,development fluids,soil cuttings and tailings, and used disposable protective gear and equipment, are the property of the Client, and responsibility for proper transportation and disposal is the Client's unless prior contractual arrangements are made. All laboratory and field equipment that cannot readily and adequately be cleansed of its hazardous contaminants shall become the property and responsibility of the Client. The Client shall purchase all such equipment and it shall be turned over to the Client for proper disposal unless prior alternate contractual arrangements are made. SECTION 7: REPORTS AND INVOICES: GSI will furnish three copies of the report to the Client. The Client will be billed for any additional copies requested. GSI will submit invoices to the Client monthly and a final bill upon completion of services. SECTION 8: OWNERSHIP OF DOCUMENTS: All reports,boring logs,field data,field notes, laboratory test data, calculations, estimates, and other documents prepared by GSI as instruments of service,shall remain the properly of GSI unless there are other contractual agreements. SECTION 9: CONFIDENTIALITY: GSI shall hold confidential all business or technical information obtained from the Client or his affiliates or generated in the performance of services under this agreement and identified in writing by the Client as"confidential". GSi shall not disclose such Information without the Client's consent except to the extent required for. 1)Performance of services under this agreement;2)Compliance with professional or ethical standards of conduct for preservation of public safety,health,and welfare;3)Compliance with any court order or other governmental directive and/or;4)Protection of GSI against claims or liabilities arising from performance of services under this agreement. GSI's obligation hereunder shall not apply to Information in the public domain or lawfully acquired on a non-confidential basis from others. SECTION 10: STANDARD OF CARE: Services performed by GSI under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions in the same locale. No other warranty,expressed or implied,is made or intended by the proposal for consulting services or by furnishing oral or written reports of the findings made. The Client recognizes that subsurface conditions may vary from those encountered at • 805 Amherst Court,Suite 204♦Naperville,IL 60565-3448+Phone(630)305-9186+Fax(630)355-2838 www.geoservicesinc.net Attachment C the location where borings,surveys,tests or explorations are made by GSI and that the data,interpretations and recommendations of GSI are based solely upon the data available to GSI. GSI will be responsible for those data, interpretations and recommendations,but shall not be responsible for the interpretations by others of the information developed. SECTION 11: SAFETY: GSI has adopted safety policy procedures for its personnel when providing services at known or suspected hazardous waste sites. GSI personnel will adhere to these procedures,as site conditions require. GSI is not responsible or liable for injuries or damage incurred by third parties who are not employees of GSI. It is understood that GSI will not be responsible for job or site safety of the project. Job and site safety will be the sole responsibility of the contractor unless contracted to others. SECTION 12: SUBPOENAS: The Client is responsible,after notification,for payment of time charges and expenses resulting from the required response by GSI to subpoenas issued by any party other than GSI in conjunction with work performed under this contract. Charges are based on fee schedules in effect at the time the subpoena is served. SECTION 13: INSURANCE: GSI carries worker's compensation and employer's liability insurance and has coverage under public liability and property damage insurance policies. Certificates for all such policies of insurance will be provided to Client upon request. Within the limits and conditions of such insurance,GSI agrees to indemnify and save Client harmless from and against any loss, damage,injury or liability arising from any negligent acts of GSI,its employees,agents,subcontractors and their employees and agents. GSI shall not be responsible for any loss, damage or liability arising from any acts by a Client, its agents, staff consultants employed by others,or other third parties who are not employees of GSI. SECTION 14: INDEMNITY: The Client acknowledges that GSI has neither created nor contributed to the creation or existence of any hazardous,radioactive,toxic,Irritant, pollutant, or otherwise dangerous substances or conditions at the site. Client and GSI agree that they will not be liable to each other,under any circumstances,for special,consequential or punitive damages arising out of or related to this Contract. •SECTION 15: SAMPLES: GSI will retain all soil and rock samples that are transported to GSI laboratories for 30 days after submission of the report. Further storage or transfer of samples can be made at Client expense upon written request. SECTION 16: SEVERABILITY: If any of the provisions contained in this Agreement are held illegal,invalid,or unenforceable,the enforceability of the remaining provisions will not be impaired. SECTION 17: TERMINATION: This Agreement may be terminated by either party upon seven(7)days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof. In the event of termination,GSt shall be paid for services performed to the termination notice date plus reasonable termination expenses. Expenses of termination or suspension shall include all direct costs of GSI required to complete analyses and records necessary to complete its files and may also include a report on the services performed to the date of notice of termination or suspension. SECTION 19: PRECEDENCE: These General Conditions shall take precedence over any inconsistent or contradictory provisions contained in any proposal,contract,purchase order,requisition,notice to proceed,or like document regarding GSI's services. • • I ACORDTM CERTIFICATE OF LIABILITY INSURANCE 10/01/2006 oir2/2006 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Lockton Companies ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W.47th Street,Suite 900 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kansas City Mo 64112-1906 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (816)960-9000 INSURERS AFFORDING COVERAGE • INSURED TRANSYSTEMS CORPORATION INSURER A: ZURICH AMERICAN INSURANCE CO.,KS 4723 1051 PERIMETER DR.,STE.1025 INSURER a: American Guarantee&Liab.(Zurich) SCHAUMBURG IL 60173-5058 INSURER C: INSURER D INSI IRER E' COVERAGES TRASYO1 PE • THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND.CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DDNY) -DATE IMM/DDNYI LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY GL03707153 10/01/2005 10/01/2006 FIRE DAMAGE(Any one fire) $ 100,000 CLAIMS MADE X OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&AOV INJURY $ 1,000,000 GENERAL AGGREGATE s 2,000,000 GEM.AGGREGATE LIMIT APPLIESPER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY JEC P1 LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A X ANY AUTO BAP3707I50(AOS) 10/01/2005 10/01/2006 (Ea accident) A ALL OWNED AUTOS TAP3707152(TX) 10/01/2005 10/01/2006 BODILY INJURY SCHEDULED AUTOS (Per person) $ XXXXXXX X HIRED AUTOS BODILY INJURY $ XXXXXXX X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ XXXXXXX (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT s XXXXXXX ANY AUTO NOT APPLICABLE OTHER THAN EA ACC s XXXXXXX AUTO ONLY: AGG $ XXXXXXX EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000 B X OCCUR CLAIMS MADE AUC9376483 10/01/2005 10/01/2006 AGGREGATE $ 1,000,000 UMBRELLA $ XXXXXXX DEDUCTIBLE FORM $ XXXXXXX. RETENTION S $ XXXXXXX A WORKERS COMPENSATION AND WC3707I54 10/01/2005 10/01/2006 X WCOYII IT FRH TORYIIMITS FR EMPLOYERS'UABILJTY E.LEACHACCIDENT $ 500,000 E.L.DISEASE-EA EMPLOYEE $ 500,000 E.L DISEASE-POLICY LIMIT $ 500,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS — PROJECT NAME:CBD STREET RESURFACING AND STREETSCAPE PROGRAM.PROJECT NO.P401060010.RE:CITY OF ELGIN IS NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL AND AUTO LIABILITY AND THIS COVERAGE IS PRIMARY AND NON-CONTRIBUTORY AS REQUIRED BY WRITTEN CONTRACT. • \11 (tti CERTIFICATE HOLDER ADDITIONAL INSURED:INSURER LETTER: CANCEL N Fq q/ i[ e/� �� �"" 2511691 SHOULD ANY OF TA-AB-WE bESCRZZ 116LICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF ELGIN DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 ATTN:MR.JOHN LOETE,P.E. DAYS WRITTEN 150 DEXTER COURT NOTICE TO THrMTT IIKI. 1-Ip��TO THE LEFT,BUT FAILURE TO DO SO SHALL ELGIN IL 60120-5555 IMPOSE NO OBI LA KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97) For questions regarding this certificate,contecL the number listed In the'Producer section above end specify the client code'TRASYet.. ®ACORD.C RPORATION 1988 ACORDT. CERTIFICATE OF LIABILITY INSURANCE 10/01/2006 02/21200 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Lockton Companies ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W.47th Street,Suite 900 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kansas City Mo 64112-1906 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (816)960-9000 INSURERS AFFORDING COVERAGE INSURED TRANSYSTEMS CORPORATION INSURER A: CONTINENTAL CASUALTY COMPANY 7979 1051 PERIMETER DR.,STE.1025 INSURER B: %Victor O.Schinnerer SCHAUMBURG IL 60173-5058 INSURER C: INSURFR 0• INSURER E• COVERAGES TRASY01 PE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YYI_ DATE(MM(DD/YV) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ XXXXXXX COMMERCIAL GENERAL LIABILITY NOT APPLICABLE FIRE DAMAGE(Any one fire) S XXXXXXX CLAIMS MADE OCCUR MED EXP(Arty one person) $ XXXXXXX PERSONAL 8 ADV INJURY $ XXXXXXX GENERAL AGGREGATE S XXXXXXX GEL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ XXXXXXX POLICY I I JECOT fl LOC • AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ XXXXXXX ANY AUTO NOT APPLICABLE (Ee accident) ALL OWNED AUTOS BODILY INJURY $ XXXXXXX SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY X r}�XXXXX NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ XXXXXXX (Par accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ XXXXXXX ANY AUTO NOT APPLICABLE OTHER THAN EA ACC $ XXXXXXX AUTO ONLY: AGG $ XXXXXXX EXCESS LIABILITY EACH OCCURRENCE $ XXXXXXX _ OCCUR CLAIMS MADE NOT APPLICABLE AGGREGATE $ XXXXXXX ni UMBRELLA $ XXXXXXX DEDUCTIBLE I FORM S XXXXXXX RETENTION $ $ }{})00{xx WC STATU- OTH- WORKEtS COMPENSATION AND NOT APPLICABLE TORY I IMITS ER EMPLOYERS LIABILITY E.L EACH ACCIDENT $ XXXXXXX E.L DISEASE-EA EMPLOYEE!$ XXXXXXX E.L DISEASE-POLICY LIMIT $ XXXXXXX A OTHER AEA13-333-10-51 10/01/2005 10/01/2006 S1,000,000 EACH CLAM&INANNUAL PROFESSIONAL LIABILITY AGGREGATE FOR ALL PROJECTS. air DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS D , PROJECT NAME:CBD STREET RESURFACING AND STREETSCAPE PROGRAM.PROJECT NO.P401060010 tit FEB -2�7 2006 )~ CERTIFICATE HOLDER ADDITIONAL INSURED:INSURER LETTER: CANCELLATION TRANSYSTEMS STEMS 2511692 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BECANCELLED BEFORE THE EXPIRATION CITY OF ELGIN DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL_3_0__. DAYS WRITTEN ATTN:MR.JOHN LOETE,P.E. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 150 DEXTER COURT ELGIN IL 60120-5555 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97) For questions regarding this certificate.contact the number listed In the'Producer section above and specify the client code'TRASY07'. ®ACORD C PORATION 1988