Loading...
01-214 t • Resolution No. 01-214 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HITCHCOCK DESIGN GROUP FOR ENGINEERING SERVICES FOR THE KIMBALL STREET GATEWAY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5 . 02 . 020B (6) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interests of the city; and BE IT FURTHER RESOLVED that Joyce A. Parker, 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 Hitchcock Design Group for planning, design and engineering services for the Kimball Street Gateway, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: August 8, 2001 Adopted: August 8, 2001 Omnibus Vote : Yeas : 4 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk f o3 -os�4-�o�- DRAFT 7/16/01 RAGREE/HITCHCOC. 2 PROFESSIONAL SERVICES AGREEMENT THIS R MENT made and entered into this L day of .. 2001, by and between the CITY OF ELGIN, ILLINOIS, municipal corporation (hereinafter referred to as the "City" ) , and HITCHCOCK DESIGN GROUP, an Illinois corporation (hereinafter referred to as "Consultant" ) . WITNESSETH WHEREAS, the City Council of the City has on May 24 , 2000 adopted the City of Elgin Riverfront/Center City Master Plan; and WHEREAS, the City of Elgin Riverfront/Center City Master Plan identifies the Kimball Street Gateway Project as a proposed riverfront improvement project ; and WHEREAS, the Kimball Street Gateway Project is to provide a barrier free way for pedestrians and cyclists to safely cross Kimball Street and with its flanking pavilions will also serve as a motorist and pedestrian gateway from the west into the downtown and will link Kimball Street with the riverfront ; and WHEREAS, the City has determined to proceed with preliminary planning for the Kimball Street Gateway Project ; and WHEREAS, the City has determined it to be necessary and desirable to obtain the assistance of a professional consultant to provide preliminary planning for the Kimball Street Gateway Project ; and WHEREAS, the Consultant is experienced in providing such services for riverfront redevelopment projects and desires to render the professional consultant services to the City. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows : 1 . Scope of Work Consultant shall perform and direct the necessary qualified personnel to perform the professional services for the Kimball Street Gateway Project as set forth in Section I entitled "PHASE I PRELIMINARY PLANNING SERVICES" of the "SCOPE OF SERVICES" dated June 18, 2001, consisting of five (5) pages, attached hereto and made a part hereof as Exhibit 1 . The initial conceptual drawings identifying the location and general nature of the Kimball Street Gateway Project is set forth on Exhibit 2 , attached hereto and made a part hereof by this reference . All work hereunder shall be performed under the direction of the City Manager of the City and the Director of Economic Development and Business Services of the City. Consultant shall be entitled to rely upon the accuracy and completeness of information and reports furnished by the City. Section II entitled "PHASE II DESIGN AND ENGINEERING SERVICES" in Exhibit 1 and the services described therein are not included within this professional services agreement and any agreement therefor between the City and the Consultant will require an additional written agreement between the parties which must be separately authorized by the City Council . 2 . Time Schedule and Term Consultant shall perform and complete the various services and tasks in Section I PHASE I PRELIMINARY PLANNING SERVICES in Exhibit 1 hereto according to the schedule dated June 12 , 2001, attached hereto and made a part hereof as Exhibit 3 . Changes in the scope of work as directed by the City, timing of decisions by the City, timing of approvals by authorities having jurisdiction over the project and other events outside the control of the Consultant may, however, affect the time line . Other alterations to the time line may be made by mutual written agreement of the parties . The term of this agreement shall c mme,�} o c u n execution hereof and shall continue until S I and Consultant shall have performed and completed all of the services to be provided within such period. 3 . Fees A. Payments for services provided by the Consultant shall be reimbursed at the hourly rate of its professional and technical personnel as set forth on Exhibit 4 attached hereto and made a part hereof by this reference, with the total fees and expenses to be paid to Consultant not to exceed $108 , 000 regardless of actual time expended or actual costs incurred by the Consultant unless material modifications to the projects are authorized in writing by the City and approved by the City Council . Consultant ' s time and cost estimates for the various aspects of the services to be performed is set forth in those portions of Exhibit 5 relating to PHASE I PLANNING/PRELIMINARY PLANNING in Exhibit 5 attached hereto and made a part hereof by this reference . -2- • B. Incidental expenses incurred by the Consultant in the performance of the services pursuant to this agreement, such as by way of example, travel to and from Elgin or Consultant team offices, photocopies, check prints of work in process exchanged between team members and computer time, are included in the above not-to-exceed total fee of $108 , 000 . Also included in the above not-to-exceed total fee of $108 , 000 are reimbursable out-of-pocket expenses incurred by the Consultant for deliverables, such as photocopies, photography, diazo, large format copies of maps, reproducible mylars, digital color output of summary reports, permits and courier service when requested by the City. Such reimbursable out-of-pocket expenses that are invoiced to the Consultant through a third party vendor, that are subsequently invoiced to the City, are subject to a multiple of 1 . 15 of the invoice amount . C. Consultant shall submit invoices in a format approved by the City. Progress reports will be included with all payment requests . The Consultant shall maintain records showing actual time devoted and costs incurred. The Consultant shall permit the City to inspect and audit all data and records of the Consultant for work done and expenses incurred pursuant to this agreement . The Consultant shall make these records available at reasonable times during the agreement period, and for a year after expiration or termination of this agreement . 4 . Rights in Results of Services The results of Consultant ' s services under this agreement shall be the exclusive property of City, and all documents (including, without limitation, all writings, drawings, blueprints pictures, recordings, computer or machine-readable data, and all copies or reproductions hereof) which describe or relate to the services performed or to be performed pursuant to this agreement or the results thereof, including, without limitation, all notes, data, reports or other information received or generated in the performance of this agreement shall be the exclusive property of City and shall be delivered to City upon request (except for one copy, which may be retained by Consultant for its confidential files) . No articles, papers, treatises, or presentations related to or in any way based upon or associated with the services performed pursuant to this agreement shall be presented or submitted for publication without the prior written consent of City. It is agreed that the results of Consultant ' s services and the work product provided under this Agreement are not intended or represented to be suitable for reuse by the City on any project not -3- contemplated by this Agreement and such reuse shall be without liability to the Consultant . 5 . Other Agreements Consultant warrants that it is not a party to any other existing or previous agreement which would prevent Consultant from entering into this agreement or which would adversely affect Consultant ' s ability to perform services under this agreement . During the term of this agreement, Consultant shall not, without the prior written consent of City, perform services for any persons, firm or corporation other than City if such services could foreseeable lead to a conflict with Consultant ' s obligations under this agreement . 6 . Subcontracting If Consultant intends to hire or retain any person, firm or corporation to perform services under this agreement, Consultant shall first secure the written agreement of such party that such party (1) shall assume and agree to be bound by the same obligations as Consultant has assumed under the provisions of this agreement, and (2) that such party shall not be or act as an agent or employee of City, nor assume or create a commitment or obligation on behalf of nor bind City in any respect whatsoever. Consultant shall provide City with a copy of each such written agreement . Prior to subcontracting, Consultant shall obtain prior written approval of the City for each individual subcontractor. City shall have the right to refuse approval of any subcontractor for any reason. Any fees, payments or other costs associated with any subcontractor or other persons or firm shall be at the sole cost of the Consultant payable from the fees the City is paying to Consultant pursuant to this agreement . 7 . Assignment Neither this agreement nor any of the rights or obligations hereunder may be assigned or otherwise transferred by Consultant , nor shall the benefits of this agreement inure to the benefit of any trustee in bankruptcy, receiver or creditor of either party, except as may be required by law, whether by operation of law or otherwise, without the prior written consent of either party. Any attempt to assign or transfer this agreement or any rights hereunder without such consent shall be null and void and of no force or effect . -4- '+ 8 . Independent Contractor Consultant is and shall perform its services under this agreement as an independent contractor, and shall not be deemed an agent, employee or legal representative of City. Consultant has no authority to assume or create any commitment or obligation on behalf of or to bind City in any respect whatsoever. 9 . Licenses Consultant shall obtain at its cost any and all licenses required by federal , state, or local statutes, regulations or ordinances necessary for the performance of its services pursuant to this agreement . 10 . Compliance with Laws Consultant shall at all times impose work orders on its employees and subcontractors which are designed to assure that they comply with all applicable federal , state and local laws and regulations (including, but not limited to, occupational safety and environmental protection statutes and regulations) in performing services hereunder, and shall comply with any directions of governmental agencies and City relating to site safety, security, traffic or other matters . Failure to comply with this section shall constitute a material breach of this agreement, and shall entitle City to terminate this agreement upon ten (10) days written notice without penalty to City. 11 . Indemnification of City Consultant shall hold harmless and indemnify City from and against any and all suits, causes of action, claims for damages, damages and any other liability to the extent caused by the negligent acts of the Consultant, its collaborating firms, its subcontractors or agents or employees of any of them in the performance of this agreement . 12 . Force Majeure The Consultant shall not be liable to the City for any failure, delay or interruption of service or for any failure or delay in the performance of any obligation under this agreement due to strike, walkouts, acts of God, governmental restrictions, enemy actions, civil commotion, unavoidable casualty, unavailability of fuel or parts or other similar acts beyond the reasonable control of the Consultant . -5- ' 13 . Consultant ' s Insurance Consultant shall obtain and maintain the following policies of insurance: (1) Worker' s compensation and occupational disease insurance in amounts required under the laws of the State of Illinois; (2) Comprehensive general liability and automobile liability insurance for bodily injury, death or loss of or damage to property of third persons in the minimum amount of $1 million per occurrence which policy shall name City as additional insured. Consultant shall furnish to City of Elgin a certified copy of such policies concurrently with the execution of this agreement . (3) Professional liability insurance for errors and omissions in the minimum amount of $1 million per occurrence and in aggregate . Consultant shall furnish to the City a Certificate of Insurance as evidence of such policy concurrently with the execution of this agreement . 14 . Severability The parties intend and agree that if any portion of this agreement , or application thereof to any person or circumstance, shall to any extent be deemed to be invalid, void, or otherwise unenforceable for any reason, the remainder of this agreement, and the application of such provision to persons or circumstances other than those as to which it is held invalid, shall not be affected thereby, and each provision of this agreement shall be valid and shall remain in full force and effect . 15 . Governing Law 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 . 16 . Termination The City may by written notice to the Consultant terminate the whole or any part of this agreement if the Consultant fails to make delivery of the services within the time specified herein or any extension thereof : or if the Consultant fails to perform any of the other provisions of the contract, or fails to make progress so as to endanger performance of this agreement in accordance with its terms, and in either of these two circumstances does not cure such failure within ten (10) -6- days (or such longer period as the City may authorize in writing) after receipt of notice from the City specifying such failure . Notwithstanding any other provision hereof, the City may also terminate this agreement at any time upon fifteen (15) days prior written notice to the Consultant . In the event that this agreement is so terminated, the Consultant shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that payment and reimbursement shall not exceed the total amount set forth under Paragraph 3 above . 17 . Additional Provisions This agreement includes those additional provisions contained in Exhibits 6, 7, 8 and 9 relating to a tax/collusion/disbarment affidavit, equal employment commitment guidelines and affirmative action, and sexual harassment policy. 18 . News Releases The Consultant may not issue any news releases without prior approval from the City, nor will the Consultant make public proposals developed under this agreement without prior written approval from the City prior to said documentation becoming matters of public record. 19 . Entire Agreement This agreement contains the entire understanding and agreement between the parties hereto with respect to the subject matter hereof and supersedes all previous communications, negotiations and agreements, whether oral or written, between the parties hereto with respect to such subject matter, and no additions to or modifications of this agreement or waiver of any provisions of this agreement shall be binding on either party unless made in writing and executed by City. 20 . Notices Communication to the Consultant means notice in writing to Richard G. Hitchcock, President , Hitchcock Design Group, 221 W. Jefferson Avenue, Naperville, IL 60540 . Communications to the City means notice to the contracting officer in writing to Raymond Moller, City of Elgin, 150 Dexter Court, Elgin, IL 60120 . 21 . No Personal Liability No officer, director, or employee of the City or of the Consultant shall be personally liable for the fulfillment of the conditions of this agreement . -7- 22 . Cost and Quantity Opinions In providing opinions of probable construction cost, the City understands that the Consultant has no control over the costs or availability of labor, equipment or materials, or over market conditions or the contractor ' s method of pricing, and that the Consultant ' s opinions of probable construction costs are made on the basis of the Consultant ' s professional judgment and experience . The Consultant makes no warranty, express or implied, that the bids or the negotiated cost of the work will not vary from the Consultant ' s opinions of probable construction cost . 23 . Standards of Care In providing services under this agreement , the Consultant shall endeavor to perform in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances . 24 . 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. 25 . 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 -8- • shall be made without the prior written consent of the City. 26 . 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. 27 . 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 . 28 . 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 of in a duly executed amendment hereof, or change order as herein provided. 30 . Cooperation with Other Consultants The Consultant shall cooperate with any other consultants in the City' s employ or any work associated with the Project . IN WITNESS WHEREOF, the parties hereto have entered into and executed this agreement on the date and year first written above . CITY OF EL . h HI (IIICOCK DESI1N GROUP By ,11"`�� o / B =-vmm Richa G. Hitcncock � ,? sTro"4/�-- � C ty Manager / President 47 Attest : City Clerk -9- SCOPE OF SERVICES CITY OF ELGIN Elgin Riverfront Kimball Street Gateway Basic Services PHASE I PRELIMINARY PLANNING SERVICES A. Research and Analysis For the project area, we will: 1. Conduct a kick-off meeting with you and the other project team members confirming: a. goals and objectives b. constituent interests c. jurisdictional agencies d. budgeted costs,potential and confirmed revenue sources e. team responsibilities f. communications g. invoicing and payment h. tentative schedule i. other administrative considerations 2. Identify jurisdictional interests, operational practices, development plans and construction procedures by interviewing representatives of appropriate constituent and regulatory groups including: a. City of EIgin b. Kane County c. Kane County Forest Preserve District d. Gail Borden Public Library e. U.S. Army Corps of Engineers f. Illinois Department of Natural Resources g. Illinois Environmental Protection Agency h. Kane/DuPage Soil &Water Conservation District i. Illinois Historic Preservation Agency j. adjacent property owners 3. Prepare a list of appropriate jurisdictional regulations and procedures including: a. environmental b. water resources c. power and communication utilities d. other local,regional, state and federal interests 4. Inventory readily available existing data for the project area and the immediate surroundings including: a. environmental reports Elgin Riverfront Page 1 of 5 06/1/01 Exhibit 1 b. geo-technical reports c. topographic surveys d. aerial photography e. boundaries,property ownership and easements f. previously prepared hydraulic model g. pending improvement plans(Library,others) h. as-built drawings for the Kimball Street bridge and approaches i. power and communication utilities 5. Observe and photograph the project area and immediate surroundings in order to identify readily apparent physical conditions and patterns of use 6. Conduct an on-site wetland delineation using USACE Wetland Delineation Manual methodology. 7. Conduct a topographic survey,based on the English system, establishing horizontal and vertical control and locating natural features and manmade improvements including: a. bench marks(FEMA and City Datums) b. contours at one foot intervals c. jurisdictional wetlands d. tagged and numbered trees e. underground water,storm and sanitary utilities including size,type,structures, grates and inverts f. above and below ground power and communication utilities g. buildings and structures h. curbs,walks,roadways,drives, lights,signals, tracks, fencing i. other pedestrian amenities 8. Using the inventoried existing data and the new topographic survey,prepare base maps at appropriate scales. 9. Prepare an Environmental Phase I report in accordance with ASTM criteria 10. Provide,inspect and test approximately 3 deep borings at Kimball Street to determine if historical site uses have adversely impacted subsurface soil 11. Provide approximately 8 shallow depth soil borings along the adjacent underpass approaches to define a. the strength, consolidation, and bearing capacities of the existing sub-surface, b. the types of material to be relocated off-site, c. the presence of any unsuitable sub-grade materials, d. the approximate amount of topsoil available 12. Define and evaluate the NWL, 2,5 10 and 100 year floodplain and floodway for the master planned area by establishing a baseline existing conditions and modified existing conditions hydraulic model using methods generally acceptable to the applicable jurisdictional agencies. 13. Evaluate the existing trees including: a. type b. size c. condition 14. Prepare a natural systems report to be used with the permit application that includes: a. observed vegetative,hydrologic and soil characteristics, dominant species and Swink, Floyd and Wilhelm quality values b. aerial photography c. representative site photography d. regulatory constraints and permit requirements in accordance with State and Federal statutes Elgin Riverfront Page 2 of 5 06/18/01 15. Prepare a report that summarizes the research and analyzes its impact on the master planned improvements. Identify what,if any, additional research and analysis is required to implement the proposed improvements. (Additional research and analysis not described in this scope of services will be considered additional services.) Identify what, if any,changes are required to this scope of services. 16. Review the research and analysis with: a. staff b. design committee c. Project Management Team B. Preliminary Design and Engineering For the project area,we will: 1. Prepare schematic designs including appropriate plan views, sections, elevations and other graphic images to illustrate the organization,scale and character of the planned improvements such as: a. structures (including the bike&pedestrian underpass and gateway pavilions) b. retaining walls c. connections to walks,trails and other pedestrian surfaces d. reconfiguration of west end of Kimball Street Parking lot e. turf and landscaped areas 2. Test the schematic designs using the hydraulic model to determine general conformance with jurisdictional regulations. Identify modifications to the design or compensatory storage as may be required to meet applicable regulations. 3. Prepare a preliminary site engineering plan illustrating schematic grading, drainage, and potential utility relocations 4. Prepare a preliminary structural engineering plan illustrating alternative and preferred: a. underpass structure b. slope stabilization methods c. foundation designs for walls and structures 5. Review the schematic recommendations with the Design Committee 6. Refine the schematic design and preliminary engineering recommendations as may be needed 7. Review the schematic recommendations with: a. Design Committee b. appropriate jurisdictional agencies 8. Prepare a preliminary construction cost opinion 9. Prepare a preliminary implementation strategy 10. Prepare a draft summary publication including appropriate graphics,text and data for: a. research and analysis of conditions and procedures b. recommended design and engineering improvements c. opinion of probable construction costs d. proposed funding and construction strategy e. changes, if any,that need to be made to this scope of services 11. Review work in progress to appropriate advisory and jurisdictional entities including: a. City staff b. Design sub-committee c. Riverfront Action Committee d. Project Management Team e. Gail Borden Library f. Kane County Forest Preserve District g. Kane County h. Other funding and regulatory agencies Elgin Riverfront Page 3 of 5 06/18/01 • i. General public(open house or public hearing) 12. Refine our recommendations as may be needed 13. Present to City Council for approval II. PHASE II DESIGN &ENGINEERING SERVICES )v01- l Ac.LQoe b A. Design Development is —TI We will: 1. Finalize the size,horizontal and vertical geometry, structure,materials and/or finish, .. appropriate, for the proposed improvements, such as: a. drainage b. utility modifications c. structures(including the bike&pedestrian underpass and gateway pavil'.ns) d. waterproofing e. retaining walls f. slope stabilization g. connections to walks,trails and other pedestrian surfaces h. reconfiguration of west end of Kimball Street Parking lot i. turf and landscaped areas j. shoreline restoration k. sign graphics 1. lighting 2. Test the final designs using the hydraulic model to d. -rmine conformance with jurisdictional regulations. Identify modifications t' e design or compensatory storage and/or conveyance as may be required to meet a• .licable regulations. 3. Document the design,in English format, on p 'ously prepared base maps and supplementary drawings as may be approp '• e including,but not limited to: a. title b. notes, index,standards c. summary of estimated quantities d. alignment,ties and bench mar. . e. maintenance of traffic f. erosion and sedimentatio ontrol g. grading and drainage h. profiles i. cross sections j. gateways, and ot• -r structures k. retaining wall 1. pedestrian a,. vehicular surfaces m. sign grap ' s n. irrigati• o. plant' g p. f • shings q. 1._ ting/power distribution r. .ther details 4. ' epare a summary of estimated quantities and an estimate of probable construction costs 5. 'repare outline specifications, including the products, materials and finishes of each component or system 6. Prepare a construction strategy including: a. construction delivery system(CM, GC, other) Elgin Riverfront Page 4 of 5 06/18!01 d. public relations e. City and consultant roles 7. Review the drawings, specifications,product data and material samples with: a. City staff b. Design Sub-Committee c. Project Management Team d. jurisdictional agencies e. Gail Borden Library 8. Revise the drawings and supporting materials as may be re. red 9. Present recommendations to City Council 10. Submit plans for appropriate construction permit(s) 11. Make minor revisions as may be required to facili e jurisdictional approvals and permits) B. Construction Documents Following the approval from you and other . icipating agencies, we will: 1. Finalize the graphic and written docu ntation that will be used to bid and construct the improvements including: a. digital drawings b. project manual c. other bid documents 2. Update the opinion of. .bable construction cost 3. Update the prelimin, construction strategy 4. Review the docu.'r -nts with City staff 5. Make minor r- sions as may be required C. Bidding and N='_otiation Following a.,, oval from you,we will: 1. Provi.. one set of contract documents for your reproduction for bidding 2. Re . end reputable contractors for your consideration 3. -Ip you advertise the bid letting 4 Conduct a pre-bid meeting for interested bidders . Answer questions and issue written addenda,when appropriate, to all bidders regarding changes to or clarifications of the contract documents 6. Review the bids, tabulate the results and issue a recommendation to you regarding the contract award 7. Presentrec MT \1u-'JD' 1A1 #1)Ahse-• Elgin Riverfront Page 5 of 5 06/18/01 &Mei 14 14477 19441 WI P/ot ep. 0"\-. - Y �s� ti M Eki tot �c uLP7v/ee Ea 0.441--- 21 1 (!✓U L4—4 57 r G 8v�c '' �/NF-Op �✓pS/r s /Ns/OE,J sxrsr�ua .teur ' .--- Il EX/57-,W6 9 rr/'r/f C' .!' ,�,',, �' A 410 s ' ii r./.'hA41 yT �,e/DIbE i A r • 4011r'''''' jam•r� //!fr '•'' gg 'l a ',<_ 1 8 :k � �MY DIY fr,t :' c d ' e j Lr '\--- , I'i .ter �m6 — r.-6.I, .._ ........ 7,,. f FoX r- 25're, zz' /5.20' zo'TUNNp[- tat -,-.1..-1': reto 1.16,0ae 1¢/vp/¢ R/vPe ry#ctcges P^rf/ P/Jr17I '5t,rEI 1/NGE/cP,455 61.°pE hAkiThirs 4'17r PA14+'/N6 4-0 r QDam Overlook/Kimball Underpass Figure 27 t=i x z- 1-.. C w rr N i . Hitchcock Design Group Creating Better PlacessM Schedule June 12,2001 City of Elgin Elgin Riverfront Kimball Street Gateway Preliminary Meeting Schedule Task Group Estimated Date PHASE I-PLANNING SERVICES A. Program,R&A July,August, Sept,2001 1. Kick off Staff,Design Comm 2. Interviews Team, agencies 3. Procedures Team 4. Inventory Team 5. Observations Team 6. Wetland Hey 7. Topography PEI 8. Base map PEI 9. Env. PH I PEI 10. Deep borings PEI .., ;,tom , 1"c` a 11. Shallow borings PEI ' 3« � Y '`•12. Floodplain/way Hey �': "��c "� 't r '�1 13. Tree analysis HDG iN� s,`,. 4 10, ^ �'• ,114:1W kyY 14. Natural Systems report He ^' 4 '"Y `--' i`s, , Y P Y ; 15. Summary HDG �� < 1 ' a. r �7� 16. Review Staff,Design Comm ' l�'��s* '' ` •. t r B. Schematic Design k�; `i' i ,` ' ?'• 1. Schematic design HDG � a ' p t 2. Hydraulic modeling Hey 3. Prelim engineering PEI 4. Prelim structural PEI •s 5. Review Staff,Design Comm ,. y ; 6. Refinement Team za1E. ;" ,7. Review Staff,Design Comm ; y , rr F 8. Cost opinion Team � f;1' 9. Constr strategy Team 10. Summary HDG 11. Reviews Design Comm, agencies 12. Refinements Team 13. Council presentation HDG 1:\Existing Clients\500's\0524 Elgin\Kimball St.Gateway\schedule 011201kimball.doc Exhibit 3 PHASE II-DESIGN AND ENGINEERING SERVICES A. Design Development Nov,Dec,2001 1. Final design 2. Hydraulic modeling 3. Document production 4. Cost opinion 5. Outline specs 6. Construction strategy 7. Reviews 8. Revisions 9. Council presentation 10. Permit applications 11. Permit facilitation B. Construction Docs Jan,Feb 2002 1. Contract documents 2. Cost opinion 3. Construction strategy 4. Reviews 5. Revisions C. Bidding and Negotiation March, 2002 1. Document repro 2. Recommend contractors 3. Advertisement 4. Pre-bid 5. Questions and clarifications 6. Bid tabulation 7. Council presentation PHASE III-CONSTRUCTION A. Administration Spring 2002 B. Observations C. Recommendations June 12,2001 Elgin Riverfront Kimball Street Gateway Fee Estimate Standard Hourly Rates Hitchcock Design Group Activity Description Hourly Rate LDR Project Leadership officer oversight,meetings,presentations $ 145.00 MGT Project Management staffing, coordination, administration $ 100.00 PLN Project Planning conceptual function, organization $ 90.00 DES Project Design technical and appearance issues $ 85.00 DOC Project Documentation graphics and document production $ 60.00 SUP Project Support clerical and secretarial $ 55.00 • Exhibit 4 . • ' , ` . ' ' • , . ' June 12.2OO1 _ __1_1_ `I _ _____ Elgin _ _ __ -- lQm6a|Smr�Gateway | . r -��-�'-----------�----'--- - ---- FeeEstimate---- - - -- -- --------T----1 --'--__.______ ___ Time -I— !PHASE I PLANNING A Program,Research,Analysis 1 itKick off meeting 8 16 4 2 30 8 16 4 2 .1 2 Interviews 4 8 2 14 _-_- . ■ 8 16 24 __- site 4 4 4 4. 16 Wetland delineation 2 2 7 Topographic survey 2 2 H.. | 8 Base map / 4 16 20 96nv�onmnnu8ph��l / 2 2 - . ,___L__4_101 Deep borings 2 2 41 1 11;Shallow borings 2 . 2 — 1-1 12rfloodplain/floodway analysis 2 2 ; , 13;Tree analysis 2 4 ' � 6 -_4 ! /5{R&axummu,y�3���___ Z} 8 4 14 | 16!C ( ���vi�� � 4| D 12 |8"b~totulboocx - 26 82' 36' 8' 16 10 i Sub-total fee 3770 8200 3240 60O' 960 550 17400 __ B Schematic Design and Engineering 1 Schematic design 8 24 40 40 112 2 Hydr ulic modeling _ 4 4 __ �[��mmtoon8moonn8 4 4 4 Prelim structural engineering 4 4 5Comn�uu�r�vicw 4 4 � | 2' 10 1 -_-_- O &r5n�monm 4 4 ___- -__-- 7 Reviews 4 4 2 10 _- -_' _ 8 Cos opinion 4 24 28 __ 9lmp�m�n�honn�u�&y . 4 4. 10 Summary 4 24 24 52 . , 11 Reviews 4 4 2 10 _-_ -__--_ -_ __ 12Rofinemonts 4 8 12 13 Council Presentation _ 4 4 8 __ o'totu/ 28 02 0 64 72 6 262 _ | I '8vb'totaiyec 4060 9300 0 5440 4320 330 23350 010^ -v^ ~u ''' I. o ^.w"' ^. p^. - •w 'me ' . � � � • . . . ' . . . . . ' LDR 0��T PLN DES DOC SUP sub-tot -----| ---- —�-- _-__�_L'_--__----__—__--- 11 PHASE II DESIGN& ENGINEERING SERVICES ---- ----- -- AiDesign Development .4.__ _3 Document production 8 32 40 _IF 4 Quantitiy and cost opinion 4 16 20 5 Outline specifications 4 16 20 Fr7-1-Reviews 8 1- I Sub-total 12 56 0 60 64 0 192 i Sub-total fee 1740 5600 0 5100 3840 0 16280 IB :Construction Documents _L / 1Contract documents 8 24 32 64 | � 8 --- / - / 4 4 l 8 ) 4r�� O 8 ---20 -- || ' -- --�� 8' 16 24 . 48 __--_ 4 32 0 60 56 0 152 ! I Sub-total fee 580 3208 0 5100 3360 0 12240 _ C Bidding and Negotiation ' 0 _±.--4-1-1Document reproduction 4 4 8 4 4 4 2 ----6 4 2 6 1Questions and clarifications 4 ---4 IBid review and tabulation 4 4 7 Council presentation 4 4 8 Sub-total 4 28 0 0 4 4 40 . ----1Sub-totu}fee 580 2800 0 0 240 220 3840 . GUB/o •»^ ~" ___ o, 8 .'" ,_ ^. • ' mw 'me . . . � � ~ . ^ , • ' June 1 -_ L______ 1_-__E_ Elgin Riverfront -_'__ ' �_ _ _--_--. _----' ���aD ����Gu��� _ -_-_[_-1.-' --'___-_ - _--___' --- --_-___---____ --__-__-_--_- _ Fee Estimate Q--'--------'-- ----------' --------'- ----'----- -----' onxultanC��Su��u� 7- _ _� | - -F----'--- -----' ---- - - | survey geotech civil structural water res ___� I PHASE I PRELLM PLANNING IA-- ' ---- ----------- ----------- ` 3450 34500 2300 2300 2300 Engineering 0 0 2300 2300 3450 3450 34500 4600 4600 5750 -- ' ---- -'---- - -- '-------- =___ __i_ II PHASE II DESIGN &ENGINEERING A Design Development 0 0 9200 22540 2875 B Construction Documents 0 0 9200 20470 0 IC- -- ^ ' - 0 0 0 6325 0 0 18400 49335 2075 I - . electrical architect illustrator' Sub-tot I IPHASE I PRELIM PLANNING ---- | ' 805 575 0 46230 _ 2070 2300 3450 %S078 � ---' - - | 2875 2875 3458. 62100 II PHASE II DESIGN& ENGINEERING - - -- - __ _ 4 2415 4600 0 41630 2760 4600 0 37030 /T ------ C Negotiation 0 0 0 6325 � - - | ||�o�-�ptulm 5175 9200 0 84985 8/18/1 -w" ~u ''' u" I ~ ww. *. ' ^ . ' es -es • . . . • ' June 12,2001 Elgin Riverfront Kimball Street Gateway | i ' �------- --- l___- _ - Drwm]8mtimmwtm Summary HDG sery bur 0000ulL travel '---other'--- sub-tot I PHA88DPRE�D0 �D � �v0� � -__- jProgram, 1200 46230 400 500 65730 --- -- B 2400 15870 400 500 42528 40750 3000 62100 800 1000 108250 L. -__--_-__�- ___-__-----_- DD PHASE II DESIGN ENGINEERING i ' -----' A Design Deve o meoL 16280 2000 41030 400 2000 02310 B Construction Documents l2240' 2000' 3703 400 2000 53670 _--__- Negotiation 3840 2000 6325 200 0 12365 t t l 32360608O 84985 1008 40001 12W345 i ----' { --''T--r�--____�____________ Totals 73110 9600 147085 1800 5000 236595 6/18/o • • ~yN f—' •• 1 ^.w»~ 4^ ' ^ ^ ' Hm^ry • TAXJCOLLUSIONIDEBARMENT AFFIDAVIT State of Illinois ss. • County of DuPag. Richard G. Hitchcock , being first duly sworn, deposes and says: That he is President of the firm of the party making the foregoing bid and that the bidder is not barred from contracting with any unit or local government as a result of a violation of 720 Illinois Compiled Statutes, Section 5133E-3 or 5/33E-4, as amended; and, no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain freedom of competition by agreement has taken place; and, bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. Signature of Bidder, if an individual: Signature of Bidder, if a partnership: Subscribed and sworn to before me this day of , 2001 Signature of ;idder, if a corporation: My commission expires: L 14. ' CAA. Wald pril cre - • Exhibit 6 �•�., ti City of Elgin, Illinois 0,4ITEDEtl: Equal Employment Written Commitment Guideline The written commitment required in Item #4 of the Bidder's Employee Utilization Form shall: I. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities-and females in the area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization. S. Indicate bidder's consent to submit to the City of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, and selection and hiring of job applicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin. Description of Groups for Classification Purposes • 'White: all persons having origins in Europe, North America, or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican, Puerto Rican, Cuban, Central South American, or ocher Spanish culture or origin, regardless of race Asian American: all persons having origins in the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands American Indian: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition Exhibit 8 v `• ofF�clti • ,. City of Elgin, Illinois br. Sexual Harassment ---- Policies and Programs ti Every party to any contract with the City of Elgin and every bidder is required to have, and to effectively distribute, written sexual harassment policies that include, at a minimum, the following information: (I) the illegality of sexual harassment (II) the definition of sexual harassment under state law (III) a description of sexual harassment,utilizing examples (IV) the vendor's internal complaint process including penalties (V) the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission (VI) . directions on how to contact the department and commission (VII) protection against retaliation as provided by Section 6-101 of the Human Rights Act I hereby affirm that the organization which I represent has in place sexual harassment policies which include the required information set forth above, and I hereby agree to furnish the City of Elgin - Human Resources Department with a copy of these policies if they so request. Signature/Title Company Hitchcock Design Gr 1, Date July 24,2001 Sexual harassment is defined as follows: "Sexual harassment"means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when(1)submission to such conduct is made either explicitly or implicitly a term or condition of an individual`s employment,(2)submission to or rejection of such conduct by and individual is used as a basis for employment decisions affecting such individual, or(3)such conduct has the purpose or effect of substantially interfering with and individual's work performance or creating an intimidating, hostile, or offensive working environment. . Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin -Human Resources Department at (847) 931-5618. I hereby agree fully indemnify and hold the City of Elgin harmless from any and all liability, loss or damage including costs of defense or claim, demands, cost of judgement against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the per cnance of tlyrs`ontract. Signature/Title Company Hitchcock Design Group Date July 24, 2001 Exhibit 9 • '' BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts 1. Name and Address of Bidder Description of Project. Hitchcock Design Group Elgin Rivprfrnnr CPnrer City 221 W. Jefferson Avenue Master Plan. Kimball Street Naperville, IL 60504 Gateway Project JOB CATEGORIES Total Whites Blacks Hispanics Asians or American Minority Female Employees Pacific Indians (M &F) (All Islanders Categories) M / F M / F M / F M / F M / F % % Example:Managers 18 3 5 3 2 4 1 55.6% 44.4% (10/18) (8/18) Officers 5 5 0 0% Sr. Associates 7 5 2 0 29% Associates 12 8 4 _ 0 137, j Jr. Associates 8 3 5 - - _ 0 67 S7 Interns 3 3 0 0% TOTALS 35 24 , 11 I 0 ,46% Signature of Company Official Title Telephone Number Date Signed Page 1 'Z,t'I ct1& OhrLcMJ of l. Y President 630-961-1787 07/24/01 2. Have you ever been awarded a bid by the City of Elgin? X Yes No 3. - If the answer to question #2 is Yes, please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under-utilisation of minorities and/or females, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc., fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel, terminate, or suspend the contract in whole or in part. ►I n Exhibit 7 ��J -4' Agenda Item No. k City of Elgin g °�.. A li r; July 6, 2001 G � `A TO: Mayor and Members of the city Council N RIVER AS A RESOURCE FROM: Joyce A. Parker, City Manager SUBJECT: Kimball Street Gateway Engineering Services PURPOSE The purpose of this memorandum is to present to the Mayor and members of the City Council a proposal for Professional Services from the Hitchcock Design Group (HDG) for planning, design and engineering services related to the Kimball Street Gateway. BACKGROUND The Kimball Street Gateway is identified on the 2000 Riverfront Master Plan as a barrier-free way for pedestrians and cyclists to safely cross Kimball Street, an extremely busy arterial roadway. With its flanking pavilions, it also will serve as a motorist and pedestrian gateway from the west into the downtown, and it will link Kimball Street with the Riverfront . Since the Sasaki plan was completed in the early 90 ' s, a below-grade crossing has been identified as a crucial improvement that will provide both regional and local connectivity with and through the downtown. When the first segment of the Riverfront is completed and the Gail Borden Library is relocated into its new facility north of Kimball Street, construction of a below-grade crossing will be imperative . Hitchcock has been consulting with the library architect on a regular basis to coordinate their work with the anticipated crossing under Kimball Street . From the beginning of the Riverfront Master Plan, it has been concluded that it would be impractical to consider a below-grade crossing immediately adjacent to the river because of the inadequate clearance at the existing bridge structure . And if the path were depressed to provide adequate clearance, its elevation would be much lower than the normal water level of the river, making its construction and maintenance extremely costly. An above-grade crossing was dismissed as unattractive and inaccessible. Alternatively, the feasibility of a below-grade f crossing that is segregated from the river was considered and recommended based on many assumptions at the master plan level including: Kimball Street Gateway Engineering Services July 6, 2001 Page 2 • ability to manage periodic flood flows in a satisfactory way • ability to manage existing utilities within Kimball Street • ability to find additional partners to participate financially in this project HDG is proposing a two-phased approach to the planning, design and engineering of the project . In the Phase I Planning Services, they will confirm the feasibility of the concept and outline a strategy to get the improvement built . At the conclusion of Phase I , the City will have received: A Summary Report including appropriate jurisdictional procedures topographic survey environmental Phase I Report results of supplemental environmental and stability testing shoreline assessment vegetation assessment alternative and recommended structural and site ►. improvements [ hydraulic analysis opinions of potential construction costs implementation strategy (including confirmation or modification of the services and fees that are recommended to complete Phase II Design and Engineering) Additional presentation materials Presentations to a variety of constituent interests Once the concept is refined and the City approves an implementation strategy, HDG will confirm the scope of services and fees, and with the approval of the Mayor and members of the City Council, begin work on the second phase of services . At the conclusion of Phase II, Design and Engineering Services, the City Will have received: Construction documents and cost opinions for: the bridge/underpass structure utility relocations roadway reconstruction gateway structure (s) riverwalk other related improvements Bid results and contract award recommendations 1 Kimball Street Gateway Engineering Services July 6, 2001 Page 3 Under the direction of Rick Hitchcock, Mark Underwood, a Senior Associate at HDG, will manage the work of HDG' s urban design team. Given his knowledge of the Elgin Riverfront, Dave Frigo will continue to participate on the team, but will not manage the project given his current responsibilities with Segment 1 and Festival Park. Patrick Engineering will provide survey, environmental, geo-technical , civil, structural and electrical consulting services to the team. PHN Architects will provide architectural consulting and Anderson Illustration Associates will provide specialized graphics, when appropriate . HDG proposes to provide Phase I of the attached scope of services at the standard hourly rates, plus customary out-of-pocket expenses for a fee not to exceed $108 , 000 . An estimate of the hours, fees and expenses is included within the attached proposal . HDG has also estimated the services and fees for Phase II, but suggests that Phase II only be authorized after Phase I is complete and the concept, services, fees, implementation strategy and funding for the project is confirmed. A preliminary schedule is also attached. HDG would like to begin the project as soon as possible because of the lead time needed to schedule the survey team. Under normal circumstances, HDG believes that if they start the work in July 2001, construction could begin in the spring of 2002 . The State of Illinois Department of Commerce and Community Affairs (DCCA) has approved a $225, 000 grant to be applied toward costs related to the underpass project . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED The Project Management Team and representatives of the Gail Borden Library have recommended that this project move forward. ''N, ftFINANCIAL IMPACT ' A grant from DCCA has been approved in the amount of $225, 000 . A check for $112 , 500 was received from the State of Illinois on June 18, 2001 and credited to the Riverfront project number 039518 . An accounting of project expenses to date is included for your information. emik Kimball Street Gateway Engineering Services July 6, 2001 Page 4 Riverfront/Center City Project #039518 as of July 3 , 2001 Original Budget $5, 300, 000 Anticipated Grants State of Illinois $112 , 500 Kane County 600 , 000 Kane County Forest Preserve 400, 000 DCCA 60 , 300 $1, 172 , 800 Subtotal $6, 472 , 800 Expenditures & Encumbrances Design Phase Hitchcock & Associates $1, 243 , 408 Schrieber, Anderson & Assoc . 272 , 724 Walker Parking Consultants 11, 991 $1, 528, 123 Plan Implementation Vandewalle & Associates $100 , 809 rft. Engineering/Construction MIC, Inc . $3 , 162 , 421 Edwards Engineering 216, 360 ENSR International (environmental testing) 51 , 429 $3 , 430, 210 Miscellaneous Pioneer Memorial Foundation $75, 000 Various 5 , 006 $80 , 006 Committed to Date $5, 139,-148 Grants Received -112 , 500 Total 55 , 026 , 648 $5, 026, 648 Funds Remaining 51 . 446 , 152 EGAL IMPACT The award of this contract would be considered an exception to the Procurement Ordinance . A Professional Service Agreement must be entered into. The City will also need to complete the acquisition eilik of property in the Meadows site from the Gail Borden Library. • 4 . 1 Kimball Street Gateway Engineering Services July 6, 2001 Page 5 ALTERNATIVES 1 . Proceed with the entire contract as proposed at a cost of $108, 000 . 2 . Do not proceed with this project . RECOMMENDATION In light of the Riverfront project currently under construction and the imminent construction of the Gail Borden Library, it is recommended that the Mayor and members of the City Council enter into an agreement with Hitchcock Design Group for alternative 1 at a cost of $108, 000 . Respectfully submitted, Joyce`A. Parker City Manager RHM:amp Attachments rft. - /, k Hitchcock Design Group Creating Better PlacessT June 15, 2001 Mr. Ray Moller, Director of Economic Development and Business Services City of Elgin 150 Dexter Ct. Elgin, IL 60120 RE: Kimball Street Gateway Project#: 03-0524-002 Dear Ray: Thank you for asking Hitchcock Design Group to submit this proposal for professional planning, design and engineering services for the Kimball Street Gateway. We look forward to advancing our relationship with you and all of your colleagues as Elgin implements its great riverfront initiative. The Kimball Street Gateway is identified on the 2000 Riverfront Master Plan as a barrier-free way for pedestrians and cyclists to safely cross Kimball Street, an extremely busy arterial roadway. With its flanking pavilions, it also will serve as a motorist and pedestrian gateway from the west into the downtown, and it will link Kimball Street with the riverfront. Since the Sasaki plan was completed in the early 90's, a below-grade crossing has been identified as a crucial improvement that will provide both regional and local connectivity with and through the downtown. When the first segment of the Riverfront is completed and the Gail Borden Library is relocated into its new facility north of Kimball, construction of a below-grade crossing will be imperative. In fact, we have been consulting with the library architect on a regular basis to coordinate their work with the anticipated crossing under Kimball Street. From the beginning of the riverfront master plan, we have concluded that it would be impractical to consider a below grade crossing immediately adjacent to the river because of the inadequate clearance at the existing bridge structure. And if the path were depressed to provide adequate clearance, its elevation would be much lower than the normal water level of the river making its construction and maintenance extremely costly. An above grade crossing was dismissed as impossibly ugly and inaccessible. Alternatively, the feasibility of a below grade crossing that is segregated from the river was considered and recommended based on many assumptions at the master plan level including: • ability to manage periodic flood flows in a satisfactory way • ability to manage existing utilities within Kimball Street • ability to find additional partners to participate financially in this project Like our previous work on the Riverfront, we propose a 2 phased approach to the planning, design and engineering of the project. In the Phase I Planning Services we will confirm the feasibility of the concept and outline a strategy to get the improvement built. At the conclusion of Phase I, the City will have received: I:\Existing Clients\500's\0524 Elgin'Kimball St.Gateway\proposal011201moller.doc 221 W.Jefferson Avenue Naperville,Illinois 60540 • Phone 630.961.1787 Fax 630.961.9925 A Summary Report including: appropriate jurisdictional procedures topographic survey environmental Phase I Report results of supplemental environmental and stability testing shoreline assessment vegetation assessment alternative and recommended structural and site improvements hydraulic analysis opinions of potential construction costs implementation strategy(including confirmation or modification of the services and fees that are recommended to complete Phase II Design and Engineering) Additional presentation materials Presentations to a variety of constituent interests Once the concept is refined and the City approves an implementation strategy,we will confirm our scope of services and fees,and with your approval,commence our work on the second phase of services. At the conclusion of Phase II,Design and Engineering Services,the City will have received: Construction documents and cost opinions for: the bridge/underpass structure utility relocations roadway reconstruction gateway structure(s) riverwalk other related improvements Bid results and contract award recommendations Under my direction,Mark Underwood,a Sr.Associate at Hitchcock Design Group,will manage the work of Hitchcock Design Group's urban design team. Given his knowledge of the Elgin Riverfront,Dave Frigo will continue to participate on the team,but will not manage the project given his current responsibilities with Segment 1 and Festival Park. Patrick Engineering will provide survey, environmental, geo-technical, civil, structural and electrical consulting services to our team. PHN Architects will provide architectural consulting and Anderson Illustration Associates will provide specialized graphics,when appropriate. Our team proposes to provide Phase I of the attached scope of services at our standard hourly rates, plus customary out of pocket expenses for a fee not to exceed$108,000. An estimate of the hours, fees and expenses is included with this proposal. We have also estimated the services and fees for Phase II,but we suggest that Phase H only be authorized after we have completed Phase I and confirmed the concept, services, fees and implementation strategy for the project. A preliminary schedule is also attached. We would like to begin the project as soon as possible because of the lead-time needed to schedule the survey team. Under normal circumstances,we believe that if we start the work in July,2001, construction could begin in the spring of 2002. I S' rah' As always, we look forward to finalizing the scope, schedule, fees and contractual details in order to best meet your objectives. Thanks again for the opportunity to serve your community on this important project. Sincerely, Hitchcock Design Group u I Richard Hitchcock President encl: scope of services,hour and fee matrices,preliminary schedule cc: Underwood,Frigo,Brestal,Hitchcock Design Group rik