Loading...
93-150 Resolution No. 93-150 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH EDAW, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Larry L. Rice, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with EDAW, Inc. for engineering services for the Walton Island improvements, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: May 26, 1993 Adopted: May 26, 1993 Vote: Yeas 6 Nays 1 Recorded: Attest: sl Dolonna Mecum Dolonna Mecum, City Clerk • El 111 — Agenda Item No. April 23, 1993 MEMORANDUM TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: Engineering Service Agreement with EDAW for the Walton Island Improvements (CCO2) . PURPOSE: This . memorandum will provide the Mayor and Council with information to consider entering into an agreement with EDAW, Inc. of Alexandria, Virginia to provide Engineering Services associated with the Walton Island Improvements . BACKGROUND: The City Council awarded to EDAW, the agreement to provide a concept plan for Walton Island in January 1992 . On December 16, 1992, the City Council approved the completed concept plans and directed staff to negotiate an agreement for final engineering services with EDAW. Under this Engineering Agreement, EDAW is to provide plans and specifications suitable for construction bidding. The scope generally consists of the design of three additional pedestrian bridges, relocation of the existing pedestrian bridge, erosion protection of the east bank and island, design of the canoe chute, a report of and plans for the repair of the Kimball Street Dam and all appurtenant services associated with these design components. Also included in the scope of services is a report and design of the electrical engineering associated with the lighting of the island, east bank and pedestrian bridges. Again, these services include plans and specifications suitable for bidding. A copy of the agreement is attached for your consideration. FINANCIAL IMPACT: The costs of the engineering services outlined above is $238,600. A breakdown of these costs is found in Exhibit B within the attached agreement. Funds for this agreement will come from Accounts 392-0000-795 .93-32 and 388-0000-795.93-32. Mayor and Members of the City Council April 23, 1993 Page 2 RECOMMENDATION: It is recommended that the City Council approve the Engineering Agreement with EDAW, Inc. and direct staff toexectH-the necessary documents . LarkT L. Ric -City Manager do Attachment AGREEMENT THIS AGREEMENT, made and entered into this 2O day of May, 1993, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY" ) and EDAW, Inc. (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the Walton Island Improvements consisting primarily of Civil and Structural Engineering requirements (hereinafter referred to as the "PROJECT" ) . AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR" . B. In general, the work will consist of but may not be limited to the following: 1 . Phase I : Discovery. 1 . 0 preparation of a detailed project management plan 1 . 1 obtain, review and inventory all existing data 1 .2 preparation of a detailed topographical survey 1 . 3 site soils investigation 2 . Phase II : Preliminary Design and Engineering 2 . 0 preparation of preliminary design and engineering for: a. Walton Is . and east bank protection b. pedestrian bridge abutments C. Kimball Street dam repairs d. canoe chute e. lighting of the east bank, islands and pedestrian bridges 3 . Phase III : Design Development 3 . 0 preparation of design development documents for those areas of the project to be brought into final engineering and plans and specifications : a. Walton Is . and east bank protection b. pedestrian bridge abutments c. Kimball Street dam repairs d. canoe chute e. lighting of the east bank, islands and pedestrian bridges 4 . Phase IV: Final Engineering Plans and Specifications 4 . 0 for the areas identified on Phase III above, construction plans and specifications will be prepared and will include but not be limited to: a. layouts b. signage c. grading d. landscaping e. lighting f . construction details g. technical specifications 4 . 1 preparation of a final cost estimate 4 .2 preparation of a construction phasing schedule 4 . 3 preparation of a construction management plan C. A detailed Scope of Services is attached hereto as Exhibit A. D. City agrees to provide full, reliable information regarding its requirements for the Project and, at its expense, shall furnish the information, surveys and reports, if any, listed on the attached Exhibit A. In addition, City agrees to provide at its expense and in a timely manner, the cooperation of its personnel and such additional information with respect to the Project as may be required from time to time, to be provided by the City for the performance of the Engineer' s work. City shall designate a Project Representative authorized to act on behalf of the City with respect to this Agreement and agrees to render any decisions promptly to avoid unreasonable delay to the Project and the performance of the Engineer' s work. E. The Engineer and the Engineer' s employees and consultants shall have access to the Project site at all reasonable times and shall be permitted to photograph the Project during construction and upon completion for its records . II. PROGRESS REPORTS A. A detailed project schedule for the Project is included as Exhibit C , attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in B. below. B. The Engineer will submit to the Director monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues . 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 or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. For services provided the ENGINEER shall be reimbursed on a time and material basis, with the total fee not to exceed $238,600 . 00 as outlined on Exhibit B 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. The fees provided for in Exhibit B are based upon the assumption that the Basic Services will be concluded, without Project delays, on or before January 1, 1994 . If, for any reason other than the direct fault of the Engineer, services to be performed hereunder are delayed or suspended for more than sixty (60) days or such services are not completed on or before January 1, 1994, the Engineer' s fees shall be increased based upon agreement to be negotiated between the City and the Engineer. C. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. D. The City shall notify the Engineer, in writing, of any and all objections, if any, to the invoice within ten ( 10) working days of the date of receipt of the invoice. Otherwise, the invoice shall be deemed proper and acceptable by the City. The City agrees to submit payment within thirty (30) days of receipt of the invoice. 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, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR determines that all of the ENGINEER' s work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach hereof by the ENGINEER. 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. 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 The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including Workmen' s Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services . XI . 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 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 Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty ( 30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article IX entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability, Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1, 000, 000 per occurrence subject to a $1,000, 000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer' s Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $ 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. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XIV. 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. XV. 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. XVI. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever. XVII . 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. XVII. 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 . XIX. 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. XX. 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 . XXI. 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. XXII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY' s employ or any work associated with the PROJECT. XXV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXIV. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor' s internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act (copy attached) . A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257 . XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVI. 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: JAMES L. KRISTIANSEN Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Dennis Carmichael EDAW, Inc. 601 Prince Street Alexandria, VA 22314 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_k By_t_ City Clerk City ager (SEAL) For the ENGINEER: Dated this�day of A.D. , 19 9,Z -S ATTEST: By W-9�� By Ste: tax* V%r-f d V1 P ide t (SEAL) � a �,{ J i r�r>_ 1c, C1 Y MY Commission PablkV N Expires May 31.In MAYA H.ROGM Exhibit A DETAILED SCOPE OF SERVICES Mai, 1, 1993 Improvements to Walton Islands Contract Dated February 26, 1992 EDAW proposes to provide comprehensive design, engineering, landscape architecture, and project management services for site improvements to Walton Islands based upon design development drawings dated September 1992. EDAW will lead the team, which includes SDI Consultants, civil engineers, and Collins Engineers, structural engineers. We will provide the following scope of services: 1. EDAW will prepare plans and specifications suitable for competitive bid for site improvements to the Walton Islands. These improvements are as depicted on the design development drawings of September 1992 by EDAW Landscape Architects of Alexandria, Virginia. As determined by the City of Elgin, (the "City") the budget for Phase 1 of these improvements is $600,000. Phases 2 and 3 are assumed to be budgeted as per the EDAW cost estimates. The contract limit line for the work includes both islands and the East Bank improvements as illustrated. Phase 1 is the North Island, Phase 2 is the South Island, and Phase 3 is the East Bank. EDAW will serve as prime consultant and will be responsible for the management and delivery of the services of its consultants. EDAW will issue all drawings for review by the City and will be the source of communication for the design team. One initiation and coordination meeting between the design team and the City is a part of the work. Drawings will be issued for review at 60% and at 95% to the City. One set of reproducibles both for drawings and specifications is a part of this work, as it is assumed that the City will print and distribute the contract documents to the contracting industry for bids. 2. Collins Engineers, Inc., under the direction of EDAW, will provide the following professional services. a. Design a geotechnical exploration program (to be performed by others) which will provide data for the structural engineering described below. b. Walton Island and East Bank edge protection. (1) Provide structural details, specifications and design calculations for the edge protection system developed and selected by City and civil engineer. (2) Analyze long-term stability of system based on soil conditions and horizontal and vertical forces exerted on the bank protection system. C. Pedestrian Bridge Abutments (1) Provide lateral load criteria for use in bridges designed by others. (2) Provide structural design, calculations and details for the abutments required for four new pedestrian bridges and one existing bridge to be relocated generally described as follows: (a) Bridge between North and South Islands - 1 - 90'x10' painted steel bridge - 60 psf uniform live load, 10,000 lb. vehicle load. (b) Bridge between East Bank and South Island - 1 - 144.5'x10' painted steel bridge, same specifications as above. (c) Bridge between East Bank and North Island - 1 - 145.5'x10' painted steel bridge, same specifications as above. (d) Bridge overlooking Elgin Dam - 1 - 50'x10' painted steel bridge - 100 psf uniform live load, 2,000 lb. point load, bridge to be designed with a 15' cantilever on observation end. (e) Bridge between East Bank and South Island - 1 - 118.5'x8' existing structure to be relocated and reinstalled on new abutments. (f) Lateral loads caused by Fox River flood stage flows will be considered. (3) Rehabilitation details for left abutment of dam as needed for overlook bridge. d. Review miscellaneous structures and foundations on Walton Islands which require structural license certification. e. Canoe Chute/Elgin Dam (1) Provide structural design and details for retaining walls and slabs required to construct canoe chute. (2) Analyze stability of canoe chute retaining walls when subjected to Fox River flood stage flows. (3) Provide structural design and detail for rehabilitation of the existing Elgin Dam and abutments at the east and west ends of the dam. (4) Provide structural design for the final interface between the remaining and undisturbed portion of the existing Elgin Dam and the canoe chute. (5) Analyze and confirm stability of Elgin Dam after insertion of the proposed canoe chute, all in accordance with IDOT-DWR's finding that the proposed canoe chute will constitute a major modification to an existing dam. (6) Based on findings and recommendations contained within a report prepared by Collins Engineering, Inc. entitled "Underwater Investigation of the Kimball Street Dam on the Fox River in Elgin," Illinois, conduct further analysis of the condition of the dam to confirm the findings of the Collins report. Prepare design information and details to rehabilitate and repair the dam and east and west abutments in accordance with the recommendations in the Collins report and/or required by data provided in the geotechnical exploration report. (7) Provide an initial cofferdam design for use in the permits application and in the contracts documents. 3. SDI Consultants, under the direction of EDAW, will provide the following professional services. a. Detailed Topographic Survey of: (1) North Island (2) South Island (3) East Bank from a point 75 feet north of the Kimball Street bridge on the north to the Highland Avenue bridge on the south. (4) Key horizontal and vertical data on the eastern portion of the Kimball Street bridge to provide detailed information for the canoe chute design. (5) West dam abutment. For said survey SDI will: (1) Record a minimum of one permanent benchmark at the site. Elevations will be referenced to a datum commonly used at the site. If the datum used is other than the National Geodetic Vertical Datum (NGVD), an equation relating such local datum to the NGVD will be indicated on the map. Location and elevation of existing permanent benchmark to which the new benchmark is tied will be indicated on the map. (2) A contour map with a 1'-0" contour interval will be prepared from field spot elevations. Spot elevations obtained in the field will be sufficient quantity to generate a contour map which properly represents the ground surface. Additional elevations will be indicated on the map as follows: • As required to establish accurate profiles (including all changes or breaks in grade) and cross-sections of walks, curbs, gutters, pavement edges and walls. • Spot elevations on the top of all utility structures such as manholes, catch basins, and valve covers. • Vaults, subbasements and first floor elevations of existing buildings adjacent to the east bank survey area. (3) Kimball Street bridge abutment and deck location and elevations. (4) Elgin Dam east and west abutment wall horizontal location and elevation. Elgin Dam crest elevations. (5) Fox River bottom elevation within a 10 foot area surrounding Walton Island and adjacent to the East bank. (6) Spot elevations will be shown to the nearest 0.01 foot on pavements, building floors and utility structures. Spot elevations in unpaved areas will be shown to the nearest 0.1 foot. (7) Existing surface features such as walls, pavements, curbs, walks, buildings, above grade structures, manholes, traffic lights, parking meters, fire hydrants, valve boxes, poles, fences, signs and transit stops will be located by scale. (8) Individual trees of 4" diameter or greater will be located within a one foot tolerance. A spot elevation will be shown at the base of individual trees. Where trees are closely grouped, the perimeter outlined only of the tree grove will be shown. (9) Mean elevations of water in the Fox River will be shown. (10) The survey will utilize drawings of the existing utility systems adjoining or contained within the Survey Area which can be obtained from the appropriate city, county or state departments, or appropriate utility company. Visible features of the various systems, such as poles, manholes, hydrants, etc. will be located in the field and coordinated with information shown on the records. Wherever access is possible, inverts, pipe sizes and depth of cover to below grade utilities will be field verified. The location of each main, pipe, duct banks, conduit line and other structures will be indicated. b. Civil Engineering for Walton Islands (North and South) and East Bank (1) Serve as civil engineering representative for the project and provide professional engineering consultation and advice. Participate in meetings with the City, EDAW and other public bodies to assist in securing approvals for the project. (2) Review geometric and layout plans showing edge geometry of walkways, island/water interface point and all architectural features impacting permitting. (3) Review detailed grading plans defining walkway and open area elevations, pedestrian bridge abutment elevations and Fox River/Walton Island interface elevations. (4) Utilizing FEMA Flood Insurance Study (F.I.S.) data, prepare a hydraulic model of the "without-project" and "with project" conditions and submit technical findings and report to IDOT-DWR all in accordance with the requirements of IDOT-DWR's "Rules for Floodway Construction in Northern Illinois." (5) Conduct meetings with IDOT-DWR and the City, as required to obtain a permit for Walton Island and East Bank construction. (6) Prepare technical specifications for civil engineering components of the project. (7) Assist in obtaining site-related approvals from the City. C. Civil Engineering for Canoe Chute (1) Obtain construction drawings for and visit existing canoe chute located in the City of Aurora. Meet with design consultant for Aurora canoe chute and discuss issues and parameters impacting design and permitting of Aurora chute. (2) Prepare geometric layout, vertical profile and details of proposed canoe chute. (3) Identify any modifications to existing Kimball Street bridge which may be necessitated by canoe design. Make provisions in design of canoe chute which will allow future widening of Kimball Street bridge. (4) Utilize design concept for aesthetic treatment of canoe chute faces. (5) Perform detailed hydraulic model studies of canoe flow profiles at various headwater elevations for the Elgin Dam. (6) Prepare required technical reports and submit said reports under separate permit application to IDOT-DWR. (7) Obtain a permit for canoe chute construction and dam rehabilitation under IDOT-DWR's "Rules for Construction and Maintenance of Dams." d. Electrical Engineering Services (1) Walton Islands and East Bank - Prepare plans and specifications for lighting of Walton Islands and the East Bank in conformance with design development plans. Drawings will fix and describe the power requirements, fixtures, transformers, and wiring system for a fully automatic illumination scheme consisting of tree-mounted downlights on the island and pedestrian lights along the east bank. Plans and specifications will meet current codes and will be coordinated with other trades and City standard practices. A footcandle analysis plan will be provided to demonstrate the proposed lighting levels throughout the project area. (2) Pedestrian Bridge Lighting - Prepare drawings and specifications for decorative lighting on pedestrian bridges in conformance with design development plans. Exhibit B Professional Fees North Island Contract Documents: $28,000 South Island Contract Documents: $34,000 East Bank Contract Documents: $26,000 Topographic Survey $12,200 Island Civil Engineering/Permits: $23,200 Canoe Chute Engineering Feasibility: $22,100 Electrical Engineering: $3,600 Geotechnical Program: $1,200 Islands Edge Design/Engineering: $8,100 Pedestrian Bridge Abutments: $25,500 Structural Engineering Review: $6,200 Canoe Chute Structural Engineering: $48,500 $238,600 t. Exhibit C Project Schedule Project Initiation May 1, 1993 Canoe Chute Feasibility July 1, 1993 60% Contract Documents July 15, 1993 95% Contract Documents August 15, 1993 100% Contract Documents September 1, 1993