Loading...
00-277 • Resolution No . 00-277 RESOLUTION AUTHORIZING EXECUTION OF A PHASE II ENGINEERING AGREEMENT WITH PATRICK ENGINEERING, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute a Phase II Engineering Agreement on behalf of the City of Elgin with Patrick Engineering, Inc . , for professional services in connection with the development of Phase I (the Links 9) of the 27-hole golf course complex located on McLean Boulevard and Spartan Drive, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: December 13 , 2000 Adopted: December 13 , 2000 Omnibus Vote : Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk Page 1 PHASE II ENGINEERING AGREEMENT THIS AGREEMENT, made and entered into this 14th day of December, 2000, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Patrick Engineering Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain additional professional services in connection with the development of Phase I(the Links 9)of the 27-hole golf course complex located in the vicinity of McLean Boulevard and Spartan Drive(hereinafter referred to as the "PROJECT"). AND WHEREAS, the ENGINEER has completed the Investigation and Programming Phase of the golf course project. AND WHEREAS, the ENGINEER has an ongoing relationship with the CITY and the golf course 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, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, to act for and Page 2 represent it in certain additional 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 Finance Director of the CITY, hereinafter referred to as the "DIRECTOR." B. The ENGINEER shall perform the services for the PROJECT as set forth in Attachment Al attached hereto and made a part hereof by this reference. II. PROGRESS REPORTS A. Schedules for each task associated with the PROJECT are provided in Attachment Al. B. The ENGINEER will submit to the DIRECTOR on a monthly basis 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. Page 3 IV. PAYMENTS TO THE ENGINEER A. For services provided by the ENGINEER, the ENGINEER shall be reimbursed at the hourly rates of personnel employed on this PROJECT as set forth on Attachment A2 titled "2001 FEE SCHEDULE" attached hereto and made a part hereof by this reference, with the total fees and expenses to be paid to ENGINEER not to exceed $359,500, regardless of the actual time expended or costs incurred by the ENGINEER, unless substantial modifications to the scope of the work are authorized in writing by the CITY and approved by way of written amendment to this Agreement. B. Reimbursable expenses are included in the above not-to-exceed total fee of$359,500. Those reimbursable expenses that are invoiced to the ENGINEER through a third party vendor, and then subsequently invoiced to the CITY, are subject to a multiple of 1.10. Reimbursable costs and charges incurred in connection with the PROJECT shall be billed in accordance with Attachment A2 "2001 FEE SCHEDULE" and Attachment A3 "2001 Standard Charges Laboratory Testing Services" attached hereto and made a part hereof by this reference. C. The CITY shall make periodic payments to the ENGINEER, based upon actual progress, within 30 days after receipt and approval of invoice. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports JIB 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 Page 4 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 amounts set forth under Paragraph IV above. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Article VI, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 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. Page 5 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 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. 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. Page 6 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 Certification of Insurance naming the CITY AS ADDITIONAL INSURED. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article X titled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorate, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a $1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts Page 7 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 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. Page 8 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. 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. Page 9 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. 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. Page 10 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; 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; Page 11 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 communications 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: JAMES NOWICKI Finance Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Jeffrey C. Schuh, P.E. Vice President Patrick Engineering Inc. 4985 Varsity Drive Lisle, Illinois 60532-4144 Page 12 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 ,..''Q By G City Clerk Clerk Ci Manager (SEAL) For the ENGINEER: Dated this I day of Q-e-c-e^^12-0-.` , A.D., 2000. ATTEST: PATRICK ENGINEERING INC. By By c . Secret. Vice President (SEAL) I,, h:\geo\9177\A2\Contract\Agreement-RevO.doc ATTACHMENT Al CONSULTANT SCOPE OF SERVICES FOR THE PHASE II ENGINEERING OF THE LINKS 9 GOLF COURSE This attachment presents the scope of services to be provided by Patrick Engineering Inc. (PEI) for the design phase of the Links 9 Golf Course (Phase I of planned Sports Complex 27-Hole Golf Course). These services are additional professional services to those previously provided by PEI for the Investigation/Programming Phase of the Sports Complex 27-Hole Golf Course and are identified as Phase II Engineering Services. The following pages describe in detail the work to be performed for the various indicated service tasks. Budgets to perform the various service tasks are indicated below. PHASE II ENGINEERING SERVICES Task Page Number Budget Archaeology Survey I $20,000 Wetland Mitigation and Permitting 2 $38,000 Surveying and Mapping 4 $32,500 Geotechnical Investigations 5 $13,000 McLean Blvd. Underpass 6 $46,500 Cartpath Bridges 8 $12,500 Stormwater Management 9 $45,000 Sanitary and Water Utilities 11 $23,000 Electrical Power Service 12 $9,000 Hydrogeologic Evaluation and Quarry Reclamation 14 $120,000 Total $359,500 Services will be provided on an hourly rate and reimbursable cost basis. Rates and costs for work performed will be in accordance with the charges identified in Attachments A2 and A3. While budgets for individual tasks may be revised, the total budget will not be exceeded without a contract modification. Attachment Al Phase II Engineering Agreement Archaeology Survey Purpose. A Phase I Archaeology Survey is necessary to verify that no historic structures or significant historical features are located within the planned golf course area. Completion of a Phase I Archaeology Survey is required as part of the 404 permit process with the U.S. Army Corps of Engineers. Because wetlands will be impacted by golf course construction, a 404 permit will be required, which in turn will require the City of Elgin to perform the Phase I Archaeology Survey. Scope of Work. The Scope of Work will consist of an archaeology survey of all areas within the Links 9 course and driving range that are not disturbed. Areas excluded from the survey will be roadways, the mined area, and utility corridors where trenching has been performed. Based on the aerial photograph of the site, approximately 118 acres will be surveyed. Seventy-four acres have woody vegetation (bushes and trees). Forty-four acres are former agricultural land. The following will be performed: 1. The shovel testing method will be used to survey the wooded acreage. This method consists of digging shallow holes at approximately 15-meter intervals and sifting the soil for artifacts. 2. The pedestrian walkover method will be used to survey the agricultural acreage. This method consists of walking the site at 5-meter intervals and looking for artifacts. For the purpose of this scope of work, it has been assumed that the City of Elgin will burn existing vegetation and completely disk the area prior to our mobilization to the site. This is necessary to make the ground surface visible to the archaeologist. 3. The Illinois Historic Preservation Agency (IHPA), the Kane County Forest Preserve District, and the Illinois Archaeological Survey will be contacted to obtain files on any previously recorded historic sites near the planned alignment. 4. A written report will be prepared and submitted to the Illinois Historic Preservation Agency for its review. Five copies of the report will be provided to the City of Elgin. The Phase I survey will locate the presence of any historic and prehistoric sites encountered at the site. Determination of the size of any site discovered, its historic significance, or mitigation is not within the scope of a Phase I Archaeological Survey. If we discover a potential site, we will notify you of the location and the potential for a Phase II Survey to be required. We will not perform Phase II investigation activities without a contract modification with the City of Elgin. Schedule. The Phase I Archaeology Survey will take approximately six weeks to complete. The fieldwork will take approximately three weeks to complete with a three-person crew. The office research and report will take approximately three weeks to complete. It will be very difficult to schedule and complete fieldwork once the ground is frozen and possibly covered with snow. In addition, the pedestrian walkover method cannot be performed 1 Attachment Al Phase II Engineering Agreement until Elgin has the field properly prepared. We can begin work on this project within one week of authorization to proceed, having the agricultural field prepared, and weather permitting. The shovel testing can begin within two weeks of receiving authorization to proceed, weather permitting. The intent is to have the archeology survey completed by April 2001. Wetland Mitigation and Permitting Purpose. The construction of the Links 9 course will necessitate the filling of wetlands for course construction. Filling of wetlands will require a 404 permit from the U.S. Army Corps of Engineers, a 401 Water Quality Certification from the Illinois Environmental Protection Agency, and a drainage permit from the Illinois Department of Natural Resources-Office of Water Resources. Based on information collected for the wetlands at the site, it is possible that an Individual Permit will be required. This will need to be confirmed with the U.S. Army Corps of Engineers. The following scope of work assumes that an Individual Permit will be required. Scope of Work. The Scope of Work may consist of the following phases: 1. WETLAND PERMIT APPLICATION PREPARATION AND SUBMITTAL Because up to 5 acres of wetlands may be impacted, it is assumed that the Individual Permit process will be invoked. PEI, with the assistance of Hey & Associates, will prepare an Individual 404 permit application for the project. We may need the input from the golf course architect to demonstrate that alternative hole layout cannot be accomplished and that wetland avoidance is not possible. The components of this task will include: • Documentation of Impacts. This will include discussion of wetland impacts and lost wetland functions. Any detailed studies required by the Corps of Engineers or other resource agencies for birds, mammals, herptiles, etc. are not included in this scope of services. Documentation of water quality functions, stormwater functions and general wildlife habitat is included. • Alternatives Analysis. We will prepare an alternatives analysis that will discuss reasons why alternative course layouts are not feasible. • Avoidance of Impacts. A written explanation will be prepared to describe why wetland impacts are unavoidable. Course layout, site drainage, and other pertinent factors will be included in the written report. • Minimization of Impacts. This task will focus on plans or steps taken to minimize wetland impacts, and plans to control erosion and sedimentation. (Preparation of erosion and sediment control plans will be performed by PEI under the civil/design scope of services.) • List of Adjacent Property Owners. We will prepare the list with the assistance of the City of Elgin. 2 Attachment Al Phase H Engineering Agreement • The Wetland Mitigation Plan discussed below. • Endangered Species Consultation will be required. We will initiate a consultation request with the Illinois Department of Natural Resources and the U.S. Fish and Wildlife Service. We will attend one meeting with the IDNR if required. • Archaeological Survey. The results of the archaeology scope of services will be included in the submittal, unless we have already received sign-off from the State Preservation Officer. If we have received sign-off, a copy of the letter will be provided in the application. • It may be necessary to respond to comments generated by the Corps Public Notice. The response assumes no new studies and reliance only on existing data. • IEPA 401 Water Quality Certification application preparation and submittal. • IDNR-OWR permit application preparation and submittal. 2. WETLAND MITIGATION PLAN Because proposed wetland impact is expected to be on the order of 2 to 5 acres, wetland mitigation will be required. The mitigation ratio will likely be 1 1/2 acres of wetland creation for each acre of wetland filled. This scope of services assumes that on-site mitigation will be performed. We can pursue the potential to purchase off-site mitigation credits if determined to be cost-effective for the project and will be allowed by the regulatory agencies. The PEI team will prepare an on-site wetland mitigation design consistent with the requirements of the U.S. Army Corps. We will prepare preliminary grading plans for the mitigation area that will be submitted to the City of Elgin and the golf course architect for review and approval prior to incorporating the plans into the final site engineering plans. The mitigation plan will include a proposed planting plan for the mitigation wetland and a discussion of the functional values to be provided by the newly-created wetlands. Also, a five-year monitoring and management plan will be prepared as required by the Corps of Engineers. (The actual monitoring of the wetlands once constructed is beyond this scope of work.) 3 Attachment Al Phase II Engineering Agreement 3. PREPARATION OF SPECIFICATIONS AND BID DOCUMENTS FOR MITIGATION PROJECT PLANTING A project manual will be prepared that will contain technical specifications for fine grading and soil preparation prior to seeding and planting; pre-planting management; plant and seed quantities and specifications; herbivore protection; supplemental watering; performance guarantees; schedules; and payment procedures. The work products will consist of the Project Manual with planting plan drawings, a bid package for transmittal to selected contractors, a pre- bid conference if necessary, bid opening, and bid evaluation and recommendation for contractor selection. Schedule. It is intended that the permit application will be prepared for the City of Elgin's review within four weeks of notice to proceed. Once the permit application is submitted, PEI will maintain contact with the Corps of Engineers and provide additional submittals as necessary in an effort to obtain the permit for construction. Surveying and Mapping Purpose. Field surveying of existing conditions and preparation of detailed existing conditions plans are required to design and prepare construction drawings and specifications for the various project components. These improvements include Spartan Drive*, the clubhouse area facilities*, the maintenance facility, the golf cart underpass and the golf course cartpath bridges (* indicates that design of these improvements is beyond this Scope of Services). In addition, surveying activities are necessary to establish suitably located horizontal and vertical control monuments about the development site for future use during construction. Also, it has been requested that certain golf course construction control points be staked and that the limits of wetlands to be preserved be staked to aid bidders in their inspection of the site. Scope of Work. The Scope of Work of surveying and mapping activities will consist of the following items: • Establish project control monuments (4 total) suitably located about the development site. • Conduct field surveys of existing conditions (topography, surface features and known underground utilities) and prepare existing conditions base plans for the following proposed improvement areas. Spartan Drive-to Sports Complex (+/- 4000' x 100') Maintenance Facility Access Road (+/- 1800' x 100') Maintenance Facility Site (+/- 2.5 acres) Clubhouse Facilities Area (+/- 4.5 acres) Golf Course Cartpath Bridges (3 locations) McLean Blvd. Underpass (1 location) 4 Attachment Al Phase II Engineering Agreement • Stake golf course construction control points (greens, tees and fairway turns— 26 points). Set steel fence posts at each control point and establish a construction reference elevation on the top of each control point post. • Stake the defined limits of to be preserved wetlands with lath and flagging at intervals not to exceed 100 feet. • Stake location of 5 groundwater monitoring wells and 14 soil borings and determine ground surface elevation at each. Schedule. Staking of golf course control points, and monitoring wells/soil borings and existing conditions surveying/mapping of cartpath underpass and bridge locations will be completed within six weeks of authorization to proceed. Existing conditions surveying/mapping of Spartan Drive, the clubhouse facilities area, and the maintenance facilities site and access road will be deferred until the City of Elgin gives specific authorizations to proceed with these project components. Setting of project control monuments will be completed by the end of March 2001 or sooner if necessary for golf course construction activities. Geotechnical Investigations Purpose. Soil borings and an analysis of subsurface soil conditions are necessary for the structural/foundation design of the clubhouse, maintenance building, restroom facility, irrigation pump house, cart path bridges, and McLean Blvd. underpass. Scope of Work. The Scope of Work will consist of the following items: • Drill soil borings ( 14 fourteen) at the following locations: 1. Clubhouse 4 borings, 30' depth 2. Maintenance building 2 borings, 15' depth 3. Restroom facility 1 boring, 15'depth 4. Irrigation pump house 1 boring, 15'depth 5. Cart path bridge 3 borings, 15' depth 6. McLean Blvd. underpass 3 borings, 30' depth • Take representative soil samples at 2.5-foot intervals to a depth of 10 feet and 5-foot intervals thereafter. Field classify the various soil types and groundwater conditions encountered during and after the completion of the boring. • Measure groundwater levels during and 24 hours after boring operations. 5 Attachment Al Phase II Engineering Agreement • Conduct laboratory tests on the representative samples obtained in the field to determine physical characteristics and relative engineering properties of the investigated soil strata. • Conduct liaison activities with the design consultants for the various structures to obtain information about loads and conditions. • Prepare an engineering report indicating the subsurface soil conditions encountered, the results of the laboratory testing of the soil samples and comments, recommendations and specifications for foundation construction regarding the geotechnical aspects of the foundation design of the various structures. Schedule. Work for items 4, 5 and 6 can begin within two weeks of authorization to proceed. A written report can be submitted within four weeks after starting field operations. Work for items 1, 2 and 3 will be deferred until the locations for these structures have been determined and the City of Elgin gives specific authorizations to proceed with these project components. McLean Blvd. Underpass Purpose. The golf course will be located on the east and west sides of McLean Blvd. south of Spartan Drive. The City of Elgin has requested that an underpass structure beneath McLean Blvd. be built so that golf carts and maintenance equipment can travel from one side to the other without crossing traffic on McLean Blvd. It is required that the structure be designed and detailed by a licensed structural engineer in the State of Illinois. Scope of Work. The structure will be located approximately 280 feet south of the intersection of Spartan Drive and McLean Blvd. in Elgin, Illinois. Based on our understanding of the project, the following assumptions have been made: a) Existing underground utilities (Ameritech, Commonwealth Edison, NICOR and City) along McLean Blvd. will be relocated to allow installation of the structure as described below. b) The structure will consist of a cast-in-place concrete box culvert with a clear opening of 12 feet wide by 10 feet high. These dimensions are based on two-way golf-cart traffic and will also accommodate maintenance vehicles and larger grass mowers. c) The top slab of the structure will be set immediately below the existing pavement surface and will be covered with 3 inches of bituminous concrete. By placing the top slab just below the riding surface, the culvert will have an invert of about 809. This will place the invert at about 2 feet above recently measured ground water level of 807. d) The structure will be set at 90 degrees to the McLean Blvd centerline. e) The width of the structure will accommodate a 60-foot roadway, two B6.24 curbs, two 5-foot shoulders, a 10-foot bikeway, a 5-foot sidewalk, and two 2-foot shoulders. f) Approach slabs for McLean Blvd. will be provided on each side of the tunnel. 6 Attachment A 1 Phase II Engineering Agreement g) Cast-in-place concrete wingwalls will be provided at each end of the structure. h) A safety railing will be provided on the headwall and wingwalls at both ends. i) Guardrails will be provided behind the back of curb on both sides of McLean Blvd. j) Security gates, tunnel lights including electrical service from golf course irrigation pump station and a footing sump pump will be provided. k) Modular block retaining walls will be provided adjacent to the approach ramp on the west side of McLean Blvd. 1) Design details, plans and specifications will be developed based on the assumption that the construction will be completed in two stages. During construction, McLean Blvd. will remain open with a reduced number of lanes. The Scope of Work will consist of planning and design phase engineering activities and preparation of drawings, specifications and documents necessary for the bidding and construction of the underpass structure and approach pavements. This work will consist of the following items. • Meet and consult with City engineering staff to discuss roadway maintenance of traffic. • Design and detail cast-in-place concrete box culvert including headwalls and wingwalls. • Design and detail temporary sheet piling required for construction. • Design and detail safety railings, guardrails, security gates, footing drains, sump pump and tunnel lighting. • Design and detail underpass approach ramp pavements and retaining walls. • Use IDOT standards to develop and detail a Maintenance of Traffic plan to accommodate the construction of the underpass in two phases while maintaining at least one lane of traffic in each direction on McLean Blvd. at all times. It is not anticipated that temporary pavement along McLean Blvd. will be required to construct the underpass in two phases. • Prepare drawings and technical specifications for the facilities to be constructed. The specifications shall consist of IDOT's Standard Specifications for Road and Bridge Construction and relevant Supplemental Specifications and Recurring Special Provisions, together with Project Requirements and Special Provisions prepared as required to supplement the IDOT documents. • Prepare a list of pay item quantities and an opinion of probable construction cost based on the drawings and the specifications. • Prepare, with city assistance, the contract documents (Bid Notice, Instruction to Bidders, General Conditions, etc.) necessary to bidding and construction administration. • Prepare a Type Size and Location (TS&L) drawing, and a Pre-final and a Final submittal of drawings and technical specifications for the facilities to be constructed. 7 Attachment Al Phase II Engineering Agreement • Meet and consult with city staff to review the project and obtain approval of the drawings and contract documents. Schedule. Design services will begin upon City authorization to proceed. Work will be performed in a manner to enable issuing documents for bidding in March 2001 and installation of the underpass during June to December 2001. Below is an estimated schedule for the design project. Submittal Duration (calendar days) Start TS&L 30 After A.T.P. Pre-final 45 After TS&L approval Final 20 After Pre-final approval The two reviews (TS&L review and Pre-final review) are estimated at 14 calendar days each. Cartpath Bridges Purpose. It is anticipated that three bridges will be necessary to carry pedestrians, golf carts, and maintenance equipment over creeks on the Links 9 Course. It is required that these structures be designed and detailed by a licensed structural engineer in the State of Illinois. Scope of Work. The three bridges will be located within the Links 9 course. Based on our understanding of the project, the following assumptions have been made: 1) The structures will consist of prefabricated steel superstructures with timber decking supported on cast-in-place concrete abutments. The concrete abutments will be founded on spread footings. 2) All of the bridges will have spans of not more than 100 feet. The Scope of Work will consist of planning and design phase engineering activities and preparation of drawings, specifications and documents necessary for the bidding and construction of the cartpath bridges as part of the Links 9 project. • Meet and consult with golf course staff to establish design parameters for each location, which includes span lengths and proposed grade elevations. • Design and detail cast-in-place concrete abutments. • Prepare specifications for the construction of the prefabricated steel superstructure with timber decking. • Prepare technical specifications for the facilities to be constructed. The specifications shall consist of IDOT's Standard Specifications for Road and Bridge Construction and relevant Supplemental Specifications and Recurring Special Provisions, together with Project 8 Attachment Al Phase II Engineering Agreement Requirements and Special Provisions prepared as required to supplement the IDOT documents. • Prepare a list of pay item quantities and an opinion of probable construction cost based on the drawings and the specifications. • Prepare a pre-final and a final submittal of drawings and technical specifications for the facilities to be constructed. • Meet and consult with City staff to review the project and obtain approval of the drawings and specifications. Note: It is understood that the project manager together with the golf course architect (each under separate contract with the City of Elgin) will prepare the contract documents (Bid Notice, Instruction to Bidders, Bid, General Conditions, Special Provisions, etc.) required for bidding and construction of the Links 9 Course. Patrick Engineering is not responsible for preparation of the Bid Documents. Schedule. Design services will begin upon City authorization to proceed. Work will be performed in a manner to enable issuing initial bid documents for the Links 9 Course within six weeks of authorization to proceed. Stormwater Management Purpose. Stormwater management is required for the entire Links 9 golf course site. The release rate from the site is governed by City requirements and existing conditions. Project stormwater management improvements will control the release rate via a series of detention facilities and depressional areas with restricted outlets. In addition, it may be possible to use the stormwater management facilities as a source of wetland mitigation. The stormwater management system will also ideally provide water quality benefits. Release of stormwater will be to the creek running east-west and south in the southern area of the site. It is anticipated that ultimately when the quarry east of the Links 9 Course is converted to a lake, it will be desirable to have storm runoff from the course drain to the lake. Several storm sewers will be installed within the course to divert storm flow to the quarry lake when it becomes available. As part of the course development, several temporary basins will be constructed to store stormwater from the clubhouse, driving range and Spartan Drive areas until the quarry lake is available to serve as a stormwater management facility. Scope of Work. The Scope of Work will consist of design phase engineering activities and preparation of drawings and documents necessary for the bidding and construction of the stormwater management system to be installed as part of the Links 9 Course. This work will consist of the following items: • Perform field investigations to examine relevant site conditions and the details of existing stormwater drainage patterns. 9 Attachment Al Phase II Engineering Agreement • Meet and consult with the clubhouse/maintenance building architect to determine how to best provide stormwater facilities for those areas. • Meet and consult with City engineering staff to discuss stormwater requirements, issues and alternatives. • Meet and consult with the Army Corps of Engineers to discuss wetland mitigation and preservation requirements (with Hey and Associates). • Meet and consult with Hey and Associates to coordinate mitigation designs and possibly combine the stormwater management and mitigation facilities. • Finalize existing conditions hydrologic model. • Develop a hydrologic model of the proposed golf course site that will provide hydrology comparable to existing conditions and meet City requirements. • Evaluate the Grading Plan and Drainage Plan by the golf course architect in terms of meeting stormwater management requirements. • Meet and consult with the golf course architect to discuss adjusting Grading and Drainage Plans based on stormwater management requirements. • Design a stormwater conveyance system (for future use) that will eventually connect a portion of the Phase I development area to Quarry Lake. • Design one or several temporary stormwater storage basins to serve the clubhouse, driving range, and Spartan Drive area. • Develop erosion control plans and specifications to provide Best Management Practices during construction. • Prepare construction drawings for stormwater control facilities, the Links 9 Course primary storm drains (excluding minor systems designed by golf course architect), and outlet sewers for the clubhouse and maintenance facilities areas and Spartan Drive. • Prepare technical specifications for the proposed stormwater improvements and include these written specifications on the construction drawings. • Prepare a listing of pay item quantities and an opinion of probable construction cost based on the drawings and specifications. 10 Attachment Al Phase II Engineering Agreement • Prepare and assist the City in submitting necessary permit applications for erosion control practices and the stormwater management facilities. • Prepare a Stormwater Pollution Prevention Plan (SWPPP) and submit a Stormwater Discharge Notice of Intent to the IEPA, as required to comply with provisions of General NPDES Permit No. ILR10 revised by the IEPA for stormwater discharges from construction site activities. • Meet and consult with City staff to review the project and obtain approval of the drawings and specifications. Note: It is understood that the project manager, together with the golf course architect (both under separate contract with the City), will prepare the contract documents (Bid Notice, Instruction to Bidders, Bid, General Conditions, Special Provisions, etc.) required for bidding and construction of the Links 9 Course, including necessary stormwater improvements. Schedule. Design services will start upon City authorization to proceed. Work will be performed in a manner to enable issuing initial bid documents for the Links 9 Course on or about January 29, 2001 and starting earthwork operations and drainage system installation in April/May 2001. Sanitary and Water Utilities Purpose. Sewage collection systems and potable water supply systems are required for the clubhouse, the maintenance building and an on-course restroom facility. Sanitary service will be provided by installing outlet sewers to connect to existing sewers north and south of the golf course site. The on-site restroom facility will be connected to the clubhouse or maintenance building sewer via an ejector pump and force main. To provide an adequate water supply, it is proposed that a looped water main be installed through the golf course and connected to existing water mains along McLean Blvd. and within the City Sports Complex. The main will run adjacent to the clubhouse and maintenance building sites. A small size service line will be extended to the on-course restroom location. Scope of Work. The Scope of Work will consist of final design phase engineering activities and preparation of drawings and documents necessary for the bidding and construction of the sanitary and water utilities. This work will consist of the following items: • Conduct a field reconnaissance to verify relevant site conditions and the locations and details of the existing sanitary and water utilities at the connection locations. • Meet and consult with the golf course architect to coordinate placement of the utilities within the course site. 11 Attachment Al Phase II Engineering Agreement • Meet and consult with the clubhouse/maintenance building architect to determine a best utility alignment to serve the facilities. • Meet and consult with City engineering staff to discuss needs, issues and alternatives. • Develop detailed design layouts for the sanitary sewers and water main. • Prepare construction drawings indicating the horizontal and vertical alignments and details of the proposed sanitary and water systems. • Prepare technical specifications for the proposed facilities and include these written specifications on the construction drawings. • Prepare a listing of pay item quantities and an opinion of probable construction cost based on the drawings and specifications. • Prepare and assist the City in submitting necessary IEPA permit applications for the sanitary and water facilities. • Prepare, with City assistance, the contract documents (Bid Notice, Instruction to Bidders, Bid, General Conditions, Special Provisions, etc.) necessary for bidding and construction administration. • Meet and consult with City staff to review the project and obtain approval of the drawings, specifications and contract documents. Schedule. Design services will start upon City authorization to proceed. Work will be performed in a manner to enable issuing documents for bidding in March 2001 and installation of the utilities during June to September 2001. Electric Power Service Purpose. Adequate and suitable electric service will be needed at the locations of various project components. These components are as follows: • Clubhouse and associated facilities • Maintenance facility • Irrigation well and distribution pump station • Driving range lighting* • Spartan Drive lighting* • Golf course restroom facility* 12 Attachment Al Phase II Engineering Agreement *It is expected that lighting for the driving range and Spartan Drive will be served by the power supply established for the clubhouse facilities. Electric service for the golf course restroom will likely come from the maintenance facility. The electrical requirements for each location (clubhouse, maintenance facility and irrigation well/ pump station) need to be determined based upon the specifics of the components and individual items to be served. Coordination with Commonwealth Edison is necessary to ensure proper power feed and transformer selections and suitable supply locations for all of the project facilities. Preliminary information with regard to electrical power needs is as follows: Clubhouse Facilities: Clubhouse may be an 8,000- to 12,000-square-foot building with a restaurant. Electrical capacity is also needed to provide for charging golf carts and lighting a parking lot, Spartan Drive and the driving range. Maintenance Facility: Small building with typical electrical loads except possible use of welding equipment and need to supply electric service to on-course restroom building. The restroom will contain a sewage ejector pump. Irrigation Well and Pump Station: Well pump and two 1,800-gpm distribution pumps that will require a 480 V, 3-phase power feed. It is assumed that the pumps are less than 200 HP. It is anticipated that this facility will also provide an electrical service to the McLean Boulevard underpass, for security lighting and a sump pump. Scope of Work. The Scope of Work for this task will consist of the following activities: • Meet and consult with City staff, the clubhouse architect and the golf course project manager to develop estimated electrical loads for the various facilities. • Meet and consult with Commonwealth Edison to select and locate primary cables and utility transformers for each facility location. • Provide engineering associated with installation of meters and CTs for various facilities. The following clarifications will apply to this scope of work: • Commonwealth Edison will provide primary power feed to each transformer. • Load calculations are not part of this work scope. • This work scope is for engineering the electrical services to the facilities up to the entrance panels only. 13 Attachment Al Phase II Engineering Agreement Schedule. Services will start upon' City authorization to proceed. These services will be performed in character, sequence and timing so that they will be coordinated with the needs of the City, the project manager, and the architect; with regard to the planning and design of the clubhouse, maintenance and irrigation facilities. Determining electrical loads and discussing details with Commonwealth Edison can not be done until the architect for the clubhouse is retained by the City of Elgin and initial planning and decisions result in specific facilities programs. Hydrogeologic Evaluation and Quarry Reclamation Purpose. It has been determined that additional services are required to quantitatively predict the final surface elevation of the golf course lake after the quarry mining operations are completed. The Groundwater Assessment Report submitted as part of the Investigation/Programming Phase of the new 27-hole golf course in Elgin, Illinois, discusses the results from an initial hydrogeological investigation performed by PEI. In summary, the report conclusions indicate that the results of the proposed golf course site investigations demonstrate a more complex hydrogeological setting exists than formerly understood from earlier reports. The complexity of the groundwater inflow and outflows from the site aquifers and local geology makes it difficult to support a water surface recovery elevation predicted from a previous study. Therefore, to either corroborate or refute the final elevation indicated in the study (by others), PEI is proposing supplemental assessments with the adoption of the following Scope of Work. Scope of Work. The Scope of Work will consist of tasks needed to provide a reasonable estimate of the final water elevations in the quarry after the mining operations have been completed. Project-wide hydrologic analyses are proposed as simulations (that is, computer models) to aid in estimating both water availability and the effects of the Prairie Materials methods for extracting water on the groundwater and surface-water system. Computer models will be used to represent the most important features of the actual system with mathematical formulas. When constructed, the model will represent the complex relations among the inflows, outflows, changes in storage, movement of water in the system, and possibly other important historical attributes. As a mathematical representation of the system, the model will be used to estimate the response of the system to various development options and provide insight into appropriate management strategies. However, a computer model is a simplified representation of the actual system, and the judgment of PEI's water-management professionals is required to evaluate model simulation results and plan appropriate actions. Knowledge of the sources and discharges of water to and from the system and how they change with continuing development (course construction and quarry closure) is needed to understand the response of groundwater systems to development, as well as to aid in determining appropriate management strategies and future use of the resource. To measure the response of the groundwater systems, it is proposed that PEI will: 14 Attachment Al Phase II Engineering Agreement > install piezometers • monitor water levels > determine water quality analysis Y perform either a mass volume controlled pump test or test the prolific isolated zones within the bedrock aquifer Y generate a groundwater flow model, and • formulate changes to the existing mine reclamation as deemed necessary from results of this and previous investigations The details of the individual tasks necessary to accomplish the goals of the project follow: 1. Installation of Four Piezometers into Bedrock PEI will use an experienced drilling contractor to install the piezometers at select locations on the golf course. Because large and widespread changes in head (water level) occur in the aquifers of interest across the site, the wells will be placed to best map the distribution of the groundwater surface. Contour maps will be prepared periodically for each of the individual and heavily-pumped aquifers. The wells will be placed in such a manner as to determine the influence the quarry's presence is having on the local groundwater surface. The placement of these wells will be ancillary to the pumping well and will corroborate the information that will be gathered during the proposed pump test. 2. Well Monitoring The water/pressure head levels in the bedrock wells and the previously installed monitoring wells will be measured. Observed declines in heads and associated reductions in storage in response to current pumping can be large compared to changes in unstressed groundwater systems. For example, declines in heads as a result of intense pumping appear to have reached several hundred feet in some hydrogeologic settings. Widespread pumping that is sufficient to cause site-wide declines in heads can result in several unwanted effects. For example: 1) regional declines in heads may represent large decreases in aquifer storage, particularly in unconfined aquifers; and 2) some wells may become dry because the lower heads are below the screened or open intervals of these wells. Both of these factors impact subsequent modeling of the site. Comparisons of proposed synoptic-head maps will permit changes in groundwater levels in wells to be documented through time for individual aquifers. Such histories of head change may serve as the basis and catalyst for initiatives to manage the affected groundwater reservoir. The monitoring and head map information will also be used in the calibration of the proposed groundwater model (Item 6). It is also necessary to help better understand the interrelationship and dependency, if any, between the overburden and upper bedrock aquifers underlying the site. 15 Attachment Al Phase II Engineering Agreement 3. Water Quality Analyses If necessary, groundwater samples from two of the bedrock wells will be acquired for water quality analysis purposes. The analyses will be performed (as needed) to meet the requirements of the Illinois Department of Resources (IDNR) Section 1780.21. Depending on feasibility, either the sampling methodology outlined in the "Standard Methods for the Examination of Water & Wastewater" [1980], or in 40 CFR 136 and 134 will be used to collect the samples. 4. Groundwater Pump Test A controlled aquifer pump test will be performed to calculate the rate at which groundwater flows through the bedrock and overburden materials. One of the critical linkages in both unstressed and stressed groundwater systems is between groundwater and surface water. Pumping water from aquifers that are hydraulically connected with surface-water bodies can have a significant effect on those bodies by reducing groundwater discharges to surface water and possibly causing outflow from those bodies into the groundwater system. Thus, an evaluation of groundwater management strategies will involve consideration of surface water resources which will be observed during pumping of the test well. The estimation of the amount of groundwater that is available for use requires consideration of two key elements. (1) The use of groundwater and surface water must be evaluated together on a site-wide basis. This evaluation includes the amount of water available from changes in groundwater recharge, from changes in groundwater discharge, and from changes in storage for different levels of water consumption. (2) Use of groundwater changes the subsurface and surface environment (that is, the water must come from somewhere). During the groundwater pump test, water/pressure head levels from the bedrock wells, previously installed shallow wells, and the City of Elgin lime residue pond observation wells will be continuously monitored. Alternately, individually more prolific zones of the bedrock aquifer will be mechanically isolated and pressure tested by pumping clean water back into the hole and measuring requisite engineering parameters. The collection of these data and the determination of the geologic representation will provide input criteria for the groundwater flow model. The head data, when analyzed, will sustain or refute the connectivity of the two aquifers being investigated and provide the hydraulic parameters necessary for use in the proposed groundwater model (Item 6). 5. Acquisition of Additional Data To allow for accurate prediction of the final water surface of the proposed golf course lake, unknown items paramount to the success of the assessment will be obtained in this segment of the work. For example, the current groundwater use by the City of South Elgin is necessary to better constrain the southern boundary of the proposed groundwater model. 6. Creation of a Groundwater Model Incorporating data gathered throughout the Investigation/Programming Phase of the new 27- hole golf course and during the previous tasks outlined this scope, a groundwater model using United States Geological Survey software "Visual Modflow®" will be created. When 16 Attachment Al Phase H Engineering Agreement constructed, the model will represent the complex relations among the inflows, outflows, changes in storage, movement of water in the system, and possibly other important features. As a mathematical representation of the system, the model will be used to estimate the response of the system to various development options and provide insight into appropriate management strategies. This model will project the recovery of the groundwater surface after the mining operations have been completed in 2005, and will be flexible enough to account for future potential impacts to the site's hydrogeology. 7. Upgrades to the Current Mine Reclamation Plan Based on the findings from the Investigation/Programming Phase of the new 27-hole golf course and the results from the task items outlined above, changes to the existing mine reclamation plan will be made. The proposed mine reclamation plan prepared by PEI for submittal by Prairie Materials will show how overburden areas will be graded; subsoil and topsoil fill will be placed and vegetated; and how the post-mining land uses will be accomplished. Carefully placing and shaping the material assures proper grade, slope, and contour design. Throughout the reclamation process, rock quarry operations must meet detailed requirements including a timetable for the completion of each step. Areas to be included in this category include all land from which overburden has been removed and all areas where overburden has been deposited. Highwall and pit areas extending to the top of the highwall are to be included. The main objective of this Scope of Work is to predict the probable range in elevation to which the groundwater will recover in the proposed golf course lake in 2005 and later years. The proposed task items are requirements for predicting the final surface elevation with a reasonable level of accuracy. The importance of accurately predicting this level has an impact on the progressive phases of the golf course design and construction, on the potential uses of the proposed golf course lake, and on the mine reclamation upon completion of the quarry operations. Schedule. Hydrogeologic evaluation and quarry reclamation services will commence upon authorization to proceed. It is estimated that it will take approximately six months to complete all of the necessary activities and described tasks. H:\geo\9177\A2\Contract\AttachmentA l.doc 17 ATTACHMENT A2 2001 FEE SCHEDULE CITY OF ELGIN—PHASE II ENGINEERING PERSONNEL CATEGORY CHARGES ENGINEERS and TECHNICAL SPECIALISTS Staff Engineer 1 /Technical Specialist I $65.00/hr. Staff Engineer 2/Technical Specialist 2 70.00/hr. Staff Engineer 3/Technical Specialist 3 80.00/hr. Project Engineer 1 /Technical Specialist 4 90.00/hr. Project Engineer 2/Senior Technical Specialist 100.00/hr. Project Manager/Technical Manager 110.00/hr. Senior Project Manager/Senior Technical Consultant 125.00/hr. Principal 150.00/hr. ARCHITECTS Staff Architect 1 55.00/hr. Staff Architect 2 62.00/hr. Staff Architect 3 67.00/hr. Staff Architect 4 72.00/hr. Interior Designer 72.00/hr. Senior Architect 85.00/hr. Project Manager 105.00/hr. Principal 150.00/hr. GEOLOGISTS Staff Geologist 1 55.00/hr. Staff Geologist 2 65.00/hr. Project Geologist 80.00/hr. Senior Geologist 95.00/hr. SURVEYORS/GIS PROFESSIONALS Staff Surveyor 1 55.00/hr. Staff Surveyor 2 65.00/hr. GIS Analyst 70.00/hr. Senior GIS Analyst 80.00/hr. Project Surveyor 85.00/hr. Survey Manager 115.00/hr. Two-man Survey Crew 140.00/hr. Principal 150.00/hr. ARCHAEOLOGISTS/SCIENTISTS Archaeologist 70.00/hr. Environmental Scientist 1 60.00/hr. Environmental Scientist 2 80.00/hr. PERSONNEL CATEGORY CHARGES Attachment A2 2001 Fee Schedule Phase II Engineering TECHNICAL & SUPPORT SERVICES Drafter/CAD 1 $45.00/hr. Drafter/CAD 2 55.00/hr. Drafter/CAD 3 65.00/hr. CAD Supervisor 75.00/hr. Technician 1 40.00/hr. Technician 2 55.00/hr. Technician 3 70.00/hr. Clerk 40.00/hr. Secretary 50.00/hr. Administrative Assistant 60.00/hr. TRANSPORTATION AND SUBSISTENCE COSTS Charge for Use of Vehicle $0.50/mile Minimum Vehicle Charge $25.00/day Public Transportation and Subsistence at cost+ 10% Per Diem or Living Expenses Established on a Per Project Basis REPRODUCTION COSTS Photocopies/Color Printing 8' x 11 (b&w) $0.10/each (in-house) 11 x 17 (b&w) $0.25/each 8' x 11 (color) $1.00/each 11 x 17 (color) $1.50/each Digital Plotting(in-house) Bond $0.30/sq.ft. Vellum $0.60/sq.ft. Mylar $l.00/sq.ft. Bluelines(in-house) $0.30/sq.ft. Digital Photographs $3.00/each Outside Services(reproducibles, sepias, etc.) at cost+ 10% FAX-Continental U.S. (outgoing only) $2.00/page MISCELLANEOUS COSTS Computer Use(except Word Processing) $10.00/hr. Filing Fees,Photography,Materials, Analytical Laboratory Fees,Equipment Rentals,etc. at cost+ 10% Outside Consultant and Computer Services at cost+ 10% Lower Explosive Limit(LEL)Meter $100.00/day Photoionization Detector $100.00/day Nuclear Density Meter $25.00/day Underground Pipeline and Utility Locator $75.00/day Outside Contractor Services at cost+ 10% Special Equipment to be Negotiated on a Per Project Basis h:\geo\9177\A2\Contract\Attachment A2.doc ATTACHMENT A3 2001 STANDARD CHARGES LABORATORY TESTING SERVICES LABORATORY TESTING (SOILS) UNIT CHARGE Visual Classification of Each Soil Type $5.00 Moisture Content Determination (ASTM D 2216) $5.00 Unconfined Compression, Uncontrolled Strain (RIMAC) $5.00 Sieve Analysis,Washed, 7 Sieves (max.) $55.00 Combined Hydrometer and Sieve Analysis (ASTM D 422) $75.00 Percent Passing#200 Sieve (ASTM D 1140) $45.00 Atterberg Limits, LL, PL(ASTM D 4318) $70.00 Shrinkage Limits by Wax Method (ASTM D 4943) $75.00 Specific Gravity Determination (ASTM D 854 or IDOT) $50.00 Standard Proctor Compaction (ASTM D 698) 4"Mold(Method A and B) $150.00 6"Mold (Method C) $165.00 Modified Proctor Compaction (ASTM D 1557) 4"Mold (Method A and B) $165.00 6"Mold (Method C) $180.00 Hydraulic Conductivity Tests Falling Head Method (Granular only) $155.00 Constant Head Method (Granular only) (ASTM D 2434) $155.00 Test in Triaxial Cell w/Backpressure Saturation (ASTM D 5084) $300.00 (0.005N CaSO4 permeant for 1 day max.) Additional Confining Pressures (Per Point) $100.00 Tests on Remolded or Trimmed Samples Add $55.00 Long-term Test, (after 1 day Permeation) Add $500.00/wk. Test using Leachate(provided by Client) Add$500.00 Unconfined Compression Test including/Stress-Strain Curve (ASTM D 2166) $50.00 Extrude Shelby Tube Sample,Each (all testing additional) $20.00 Consolidation Test, (ASTM D 2435) 1/4 thru 16 tsf, including Sample Preparation, Specific Gravity Test, and Plot of Deflection Versus Log Time $500.00 (over) Attachment A3 2001 Standard Charges Laboratory Testing Services LABORATORY TESTING (SOILS) UNIT CHARGE Illinois Bearing Ratio Test, including Proctor Density $350.00 Density Determination, including Moisture Content Test $15.00 Organic Content of Soil by Wet Combustion (AASHTO T194) $75.00 Organic Content of Soil by Loss on Ignition (ASTM D 2974) $20.00 pH of Soil (ASTM D 4972) $20.00 Triaxial Shear Strength Tests, 1.4"or 2.8"Diameter Specimens Unconsolidated, Undrained, Per Point $200.00 Consolidated, Undrained including Pore Pressure Measurements,Per Point $325.00 Drained Test Per Point (Granular Soils only) $200.00 Drained Test Per Point (Cohesive) To be negotiated Tests on Remolded or Trimmed Specimens, Per Specimen Add $50.00 Cation Exchange Capacity $90.00 Sample Preparation for Special Tests at Technician's Time and Rate LABORATORY TESTING (CONCRETE) Unconfined Compressive Strength 6"x 12"Cylinders (set of 4) $50.00 (premolded caps) Unconfined Compressive Strength 6"x12"Cylinder $20.00 (sulphate capping) Unconfined Compressive Strength, Prepared Concrete Core $50.00 OUTSIDE LABORATORY TESTING Services Performed by a PEI Subconsultant at cost plus 10% REPORT PREPARATION Preparation of reports containing laboratory testing methodology and test results will be billed on a unit time and materials basis in accordance with the 2001 Standard Charges. h:\geo\9177\a2\contract■attachment A3.doc y OF E0 Agenda Item No. City of Elgin L (1t` r � October 23, 2000 G ', �---•.__ TO: Mayor and Members of the City Council RECREATIONAL LEISURE ANC/CULTURAL OPPORTUNITIES FOR ALL CITIZENS FROM: Joyce A. Parker, City Manager SUBJECT: Engineering Service Agreement Sports Complex Golf Course Phase II Engineering PURPOSE The purpose of this memorandum is to provide the Mayor and Members of the City Council with information to consider amending an agreement with Patrick Engineering for professional engineering and surveying services. rft. BACKGROUND In June 2000, the City entered into a $75, 000 contract with Patrick Engineering for preliminary engineering services related to the initial nine holes at the Sports Complex. As a result of that investigation/programming process, Patrick Engineering has submitted their proposal for various site engineering and surveying tasks associated with the initial nine holes. The extent of their work will cover twelve areas ranging from an archeology survey, that' s required for a U. S. Army Corp. of Engineers 404 permit, to Clubhouse/Maintenance Facility Infrastructure. A detailed list of the engineering tasks and their fee is as follows : Task Fee Proposal Archeology $ 20, 000 Wetland Mitigation/Permitting 38, 000 Surveying and Mapping 32, 500 Geotechnical Investigation 13, 000 McLean Blvd. Underpass 46, 500 Cartpath Bridges 12, 500 Stormwater Management 45, 000 Sanitary and Water Utilities 23, 000 Spartan Drive (East of McLean) Reconstruction 37, 000 Electrical Power Service 9, 000 t"` Clubhouse/Maintenance Facilities 40, 000 Subtotal $ 316, 500 .. . r Engineering Service Agreement Sports Complex Golfcourse October 23, 2000 Page 2 We have also removed engineering tasks associated with 1) the reconstruction of Spartan Drive, and 2) the clubhouse/maintenance building facilities at this time. The type, character and size of both the road and the clubhouse need to be determined before engineering can take place. The engineering costs associated with these two tasks equal $77, 000 . In addition to the above tasks, Patrick Engineering, Inc. , has continued concerns about the hydrogeologic conditions of the limestone quarry and its effect on the golf course and overall Sports Complex. In order to better quantify the final elevation of the lake, five specific activities will be performed. One of those items will include developing an updated mine reclamation plan that would ensure that a specified lake level can be established and maintained. The current mine reclamation plan was established in 1993 and is outdated. An updated reclamation plan is essential for us to provide to the mining contractor to direct the placement of overburden in areas in and around the lake and golf course. The r fee for the hydrogeologic investigation work equals $120, 000 . The total fee for all tasks recommended at this time totals $359, 500 . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED The Golf Course Leadership Team has approved moving forward with engineering. FINANCIAL IMPACT Patrick Engineering, Inc. ' s fee for the specific engineering tasks, excluding Spartan Drive reconstruction and the clubhouse/ maintenance building, is a not to exceed figure of $359, 500 . Sufficient funds are budgeted and available in account number 375- 0000-795. 30-99, project number 509531 to pay for the contract . LEGAL IMPACT V° The proposed agreement/amendment must be submitted to the Legal V Department for review. rb. • Engineering Service Agreement Sports Complex Golfcourse October 23, 2000 Page 3 ALTERNATIVES 1 . Contract with Patrick Engineering, Inc. , for engineering services. 2 . Decline to proceed with the project. 3. Choose another engineer. RECOMMENDATION It is recommended that the City Council approve an amendment to Patrick Engineering, Inc. ' s contract for engineering services in conjunction with the Sports Complex Golf Course at a not to exceed figure of $359, 500 . Res.ectfully submitted, Alt, 4 1. Jo pre A. Parker City Manager JN: sp Attachments 10/20/00 FRI 16:27 FAX 630 434 8400 PATRICK ENGINEERING el002 Transportation' pA T " infrastructure QNOINEgtrnN0 INC. Planning ArohOeCtUro Design/Build Surveying October 20,2000 Mr.Jim Nowicki Fiscal Services Manager City of Elgin 150 Dexter Court,2nd Floor Elgin,Illinois 60120-5555 Re: Links 9(Phase I)Golf Course Professional Engineering/Surveying Services • • Dear Mr.Nowicki: Enclosed are scope of services/fec proposals for the various site engineering and surveying tasks associated with the Links 9 Course that we have discussed with you, Randy Trull, Monica Meyers, Seven Pertzbom and Mike Lehman. The following list indicates these tasks and our proposed budgets for engineering and surveying services. Task Budget Archaeology Survey $20,000 • Wetland Mitigation and Permitting $38,000 Surveying and Mapping $32,500 Geotechnical Investigation $13,000 McLean Blvd.Underpass $46,500 Cartpath Bridges $12,500 Stormwater Management $45,000 Sanitary and Water Utilities $23,000 Spartan Drive Reconstruction $37,000 Electrical Power Service $9,000 Clubhouse/Maintenance Facilities Infrastructure $40,000 Total $316,500 • Also enclosed is our proposal for a"Hydrogeologic Investigation"with regard to the rock quarry located within the east portion of the golf course property and adjacent to the Links 9 site. The hydrogeologic complexity of the sports complex and golf course areas and the lack of site-specific data make it difficult to predict the final water elevation of the proposed golf course lake with requisite accuracy. This complexity Is due to the varied geologic makeup of the area,regional groundwater use, and the m:ining operations occurring on the site. It is important to determine how the groundwater surface will change following the termination of the mining activities at the quarry site. Both the cessation of mining and the method of mine reclamation will afecl:the golf course grading plan,the determination of surface drainage flow paths,and the types • 4970 Varsity Diive • Lisle,IL 00532.4101 Tel(030)795.7200 • Fax:(630)nowimmeovilow. 10/20/00 FRI 16:27 FAX 630 434 8400 PATRICK ENGINEERING 1 003 • of activities that will occur in the lake in the future. In order to better quantify the final elevation of the lake,the following activities are recommended: • 1) Install monitoring wells with piezometers into the limestone bedrock to determine the groundwater relationship between the overburden and upper bedrock aquifers. • • 2) Sample groundwater from the newly installed bedrock wells for use in the development of updates to the mine reclamation plan. 3) Perform controlled aquifer tests to determine the hydraulic properties of the upper bedrock and • glacial overburden aquifers. • 4) Develop,calibrate and run a computer model of existing and proposed conditions to predict the final contour elevations of the groundwater surface in the area. 5) Develop an updated mine reclamation plan to ensure that a specified lake level can be established and maintained. These recommendations are discussed in detail in the proposed Scope of Services submitted as Phase I Design Scope of Services—Hydrogeologic Investigation. A budget of$120,000 is proposed to perform the described work. Services will be provided on an hourly rate and reimbursible cost basis. Rates and costs for work performed in 2000 will be in accordance with our"2000 Standard Charges." Rates and costs for work performed in 2001 will be in accordance with our"2001 Standard Charges," except that any personnel rate increases will be limited to 6%. • A total "not to exceed" budget amount of $436,500 is proposed. This budget amount will not be exceeded unless modifications to the scope of work are authorized by the City. We look forward to proceeding with these assignments. If you have any questions or need additional information,please contact me or Jeff Schuh. • Very truly yours, PATRICE:ENGINEERING INC. Arnold F.Seaberg,P.E. Chief Civil Engineer AFS/mjh Enclosure: As noted H:\gco\917TA0100Ieu&I01lnoj.doc