Loading...
05-135 Resolution No. 05-135 RESOLUTION AUTHORIZING EXECUTION OF AN ENGINEERING SERVICES AGREEMENT WITH CHRISTOPHER B. BURKE ENGINEERING, LTD. FOR 2005 ANNUAL STREET LIGHT PROGRAMS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Dolonna Mecum,City Clerk,be and are hereby authorized and directed to execute an Engineering Services Agreement on behalf of the City of Elgin with Christopher B.Burke Engineering,Ltd. for the 2005 Annual Street Light Program,2005 Mid-Block Street Light Program and the Congdon Avenue/Shoe Factory Road Lighting Improvements,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: April 27, 2005 Adopted: April 27, 2005 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT is hereby made and entered into this 2 7 day of , 2005, by and between the CITY OF ELGIN, Illinois, a municipal corporation(hereina er referred to as "CITY") and Christopher B. Burke Engineering, Ltd. (hereinafter referred to as "ENGINEER"), an Illinois corporation . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with CITY'S 2005 Annual Street Light Program, 2005 Mid-block Street Light Program, Congdon Ave./Shoe Factory Rd. Lighting Improvements (hereinafter referred to as the"PROJECT"); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the CITY and ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent CITY in the engineering matters involved in the Project as set forth herein, subject to the following terms, conditions and stipulations: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR". B. The ENGINEER will provide professional engineering services related to the design and construction observation of roadway lighting for the CITY's 2005 Annual Street Light Program and 2005 Mid-block Street Light Program; and provide design engineering services related to roadway lighting for the CITY'S Congdon Ave./Shoe Factory Rd. Lighting Improvements Project. Included in the services will be Project Administration, Data Collection, Lighting Submittals, Responses to Review Comments, Plan Drawing Preparation, Preparation of Summary of Quantities and Cost Estimate and Construction Ovbservation Services. - 2 - C. A detailed Scope of Services is attached hereto and incorporated herein as Exhibit B. II. PROGRESS REPORTS A. An outline project milestone schedule is attached hereto and incorporated herein as Exhibit C. Time is of the essence of this agreement, and such Project Milestones shall constitute a material term of this agreement. B. A detailed project schedule for the Project will be provided upon request. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C. below. C. The Engineer will submit to the Director monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including, but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability to the ENGINEER. IV. PAYMENTS TO THE ENGINEER (Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 2.6132 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $112,487.27 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER. Any such invoiced fees to - 3 - ENGINEER shall be included with and construed as part of the above-referenced amount of$112,487.27. C. Direct costs for items such as blueprints, messenger service, delivery, mileage, photos, outside copies, etc. will be invoiced at cost plus 10%. Estimated costs for direct cost items are included in the not to exceed fee listed in section IV-A. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. (See attached Exhibit A) V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER for any reason in CITY'S sole discretion. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, provided, however, that such payment shall not exceed the amounts set forth under Paragraph IV above. VII. TERM - 4 - This Agreement unless terminated for cause or pursuant to Article VI or IX, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this agreement is completed and accepted by CITY in writing. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of this 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. IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen (15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. X. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorney's fees, damages or other relief, including but not limited to workers' compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any such action against the CITY, its officers, employees, agents,boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's - 5 - choosing. The provisions of this paragraph shall survive any termination and/or expiration of this agreement. XI. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance written in occurrence form with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY AS ADDITIONAL INSURED. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. Such Certificate of Insurance shall include, but not be limited to, coverage for the obligations assumed by ENGINEER pursuant to Article X herein entitled "Indemnification". Such above-referenced insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance written in occurrence form covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of$1,000,000 per occurrence subject to a $1,000,000 aggregate. - 6 - D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability Insurance covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. XIII. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES., PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other 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. 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, - 7 - conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. XVII. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between the parties hereto, except to such extent as may be specifically provided for herein. XVIII. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 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 - 8 - The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or federal statute regarding bid rigging. XXV. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. 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 - 9 - 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: JOHN LOETE, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: John P. Caruso, PE Head, Mechanical/Electrical Section Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600 Rosemont, IL 60018 - 10 - 1N 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 ByOZW— _ _ City Clerk Cit Manage (SEAL) For the ENGINEER: Dated this 22nd day of March, A.D., 2005 ATTEST: By B Secretary Executive Vice President (SEAL) ctoct,nc, ogriciAL SEAL ..OTA Y P BUC,STATE OF IWNOIS no !m ICILEXPIRES 4.20-2006 CHRISTOPHER B.BURKE ENGINEERING,LTD. 9575 W.HIGGINS ROAD,SUITE 600 ROSEMONT,IL 60018 EXHIBIT A ESTIMATE OF ENGINEERING COSTS Overhead Rate 128.40% Complexity Factor 0.00 2005 ANNUAL STREET LIGHT PROGRAM -MCLEAN BLVD. BETWEEN LILLIAN ST.AND LARKIN AVE. 2005 MID-BLOCK STREET LIGHT PROGRAM CONGDON AVENUE/SHOE FACTORY ROAD LIGHTING IMPROVEMENTS DESIGN ENGINEERING SERVICES 2005-ANNUAL STREET LIGHT PROGRAM-MCLEAN BLVD.BETWEEN LILLIAN ST.AND LARKIN AVE. PERSONNEL&HOURS(AVERAGE RATES BY CLASSIFICATION) ENGINEER ENGINEER ENGINEERING PROJECT STAFF WORD TOTAL PAYROLL DIRECT OVERHEAD FIXED FEE TOTAL TASK DESCRIPTION V II TECHNICIAN II SURVEYOR SURVEYOR PROCESSOR HOURS COSTS RATE $45.48 $23.76 $28.43 $27.25 $19.83 $20.37 _ _ 1 PROJECT ADMINISTRATION 16 2 2 0 0 0 20 $832.06 $0.00 $1,068.37 $277.49, $2,177.92 2 UTILITIES SURVEY 2 2 2, 8 8 4 26 $653.46 $0.00 $839.04 $217.93, $1,710.43 3 DATA COLLECTION 8 8 0 0 0 24 $781.36_ $0.00 $1,003.27 $260.58 $2,045.21 4 ROADWAY LIGHTING SUBMITTALS 2, 24 16 0 0 4 46 $1,197.56 $100.00 $1,537.67 $413.89 $3,249.11 5 RESPONSE TO REVIEW COMMENTS 4 8 8 0 0 8 28 $762.40_ $100.00 $978.92 $268.76 $2,110.08 6 PLAN DRAWING PREPARATION 8 30 30 0 0 8 76 $2,092.50_ $150.00 $2,686.77 $719.60 $5,648.87 7 COST ESTIMATE 1 4 2 0 0 0 7 $197.38 $0.00 $253.44 $65.83 $516.64 8 PRECONSTRUCTION SERVICES 8 4 8 0 0 0 20 $686.32 $0.00 $881.23 $228.89 $1,796.44 SUBTOTAL DESIGN COST 49 82 76 8 8 24 247, $7,203.04 $350.00 $9,248.70 $2,452.96 $19,254.71 CONSTRUCTION OBSERVATION 9 AND CONTRACT ADMINISTRATION 100 50 50 0 0 200 $7,157 50 $0.00 $9,190.23 $2,387.03 $18,734.76 SUBTOTAL CONSTRUCTION ENGINEERING COST 100 50 50 0 0 0 200 $7,157.50 $0.00 $9,190.23 $2,387.03 $18,734.76 TOTAL DESIGN AND CONSTRUCTION ENGINEERING COST 149 132 126 8 8 24 447 $14,360.54 $350.00 $18,438.93 $4,839.99 $37,989.46 NOTES RATES SHOWN ARE AVERAGE RATE FOR CLASSIFICATION DIRECT COSTS INCLUDE ESTIMATES FOR REPRODUCTION SERVICES,POSTAGE/MESSENGER,MILEAGE,AND PHOTOS. engineeringcost revised 31805.xIs3/22/2005 1 EXHIBIT A DESIGN ENGINEERING SERVICES-2005 MID-BLOCK STREET LIGHT PROGRAM PERSONNEL&HOURS(AVERAGE RATES BY CLASSIFICATION) ENGINEER ENGINEER ENGINEERING PROJECT STAFF WORD TOTAL PAYROLL DIRECT OVERHEAD FIXED FEE TOTAL TASK DESCRIPTION V II TECHNICIAN II SURVEYOR SURVEYOR PROCESSOR HOURS COSTS RATE $45.48 $23.76 $28.43 $27.25 $19.83 $20.37 1 PROJECT ADMINISTRATION 4 2 2 0 0 0 8 $286.30 $0.00 $367.61 $95.48 $749.39 UTILITIES SURVEY AND EASEMENT 2 PREPARATION 2 2 2 40 40 8 94 $2,241.50 $6,000.00 $2,878.09 $1,617.54 $12,737.13 3 DATA COLLECTION 8 8 8 0 0 0 24 $781.36 $0.00 $1,003.27 $260.58 $2,045.21 4 ROADWAY LIGHTING SUBMITTALS 2 8 0 0 0 2 12 $321.78 $100.00 $413.17 $121.81 $956.76 5 RESPONSE TO REVIEW COMMENT` 4 8 0 0 0 2 14 $412.74 $100.00 $529.96 $152.15 $1,194.85 6 PLAN DRAWING PREPARATION 4 20 60 0 0 2 86 $2,403.66 $150.00 $3,086.30 $823.37 $6,463.33 7 COST ESTIMATE 1 4 0 0 0 0 5 $140.52 $0.00 $180.43 $46.86 $367.81 8 PRECONSTRUCTION SERVICES 0 0 00 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 SUBTOTAL DESIGN COST 25, 52 72` 40 40 14 243 $6,587.86 $6,350.00 $8,458.81 $3,117.80 $24,514.47 CONSTRUCTION OBSERVATION 9 AND CONTRACT ADMINISTRATION 180 0 44 0 0 224 $9,437.32 $0.00 $12,117.52 $3,147.35 $24,702.19 SUBTOTAL CONSTRUCTION ENGINEERING COST 180 0 44 0 0 0 224 $9,437.32 $0.00 $12,117.52_ $3,147.35 $24,702.19 TOTAL DESIGN AND CONSTRUCTION ENGINEERING COST 205 52 116 40 40 14 467 $16,025.18 $6,350.00 $20,576.33 $6,265.15 $49,216.66 NOTES RATES SHOWN ARE AVERAGE RATE FOR CLASSIFICATION DIRECT COSTS INCLUDE ESTIMATES FOR REPRODUCTION SERVICES,POSTAGE/MESSENGER,MILEAGE,AND PHOTOS. engineeringcost revised 31805.xIs3/22/2005 1 EXHIBIT A DESIGN ENGINEERING SERVICES-CONGDON AVENUE/SHOE FACTORY ROAD LIGHTING IMPROVEMENTS PERSONNEL&HOURS(AVERAGE RATES BY CLASSIFICATION) ENGINEER ENGINEER ENGINEERING PROJECT STAFF WORD TOTAL PAYROLL DIRECT OVERHEAD FIXED FEE TOTAL TASK DESCRIPTION V II TECHNICIAN II SURVEYOR SURVEYOR PROCESSOR HOURS COSTS RATE $45.48 $23.76 $28.43 $27.25 $19.83 $20.37 1 PROJECT ADMINISTRATION 16 2 2 0 0 0 20 $832.06 $0.00 $1,068.37 $277.49 $2,177.92 2 UTILITIES SURVEY 8 8 8 0 0 4 28 $862.84 $100.00 $1,107.89 $302.26 $2,372.98 3 DATA COLLECTION 8 4 4 0 0 0 16 $572.60 $0.00 $735.22 $190.96 $1,498.78 4 ROADWAY LIGHTING SUBMITTALS 2 50 30 0 0 4 86 $2,213.34 $100.00 $2,841.93 $752.65 $5,907.92 _ 5 RESPONSE TO REVIEW COMMENT' 4 33 30 0 0 4 71 $1,900.38 $100.00 $2,440.09 $648.28 $5,088.74 6 PLAN DRAWING PREPARATION 4 60 40 0 0 4 108 $2,826.20 $150.00 $3,628.84 $964.29 $7,569.33 7 COST ESTIMATE 1 4 4 0 0 0 9 $254.24 $0.00 $326.44 $84.79 $665.47 8 PRECONSTRUCTION SERVICES 0 0 0 0 0 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 . TOTAL DESIGN COST 43 161 118 0 0 16 338 $9,461.66 $450.00 $12,148.77 $3,220.71 $25,281.15 NOTES RATES SHOWN ARE AVERAGE RATE FOR CLASSIFICATION DIRECT COSTS INCLUDE ESTIMATES FOR REPRODUCTION SERVICES,POSTAGE/MESSENGER,MILEAGE,AND PHOTOS. engineeringcost revised 31805.xIs3/22/2005 1 EXHIBIT B - SCOPE OF SERVICES I. McLean Boulevard Project and Mid-Block Street Light Program Task 1 —Project Administration: Christopher B. Burke Engineering, Ltd. (CBBEL)will attend meetings at the City of Elgin Department of Public Works and in the field with the utility companies to coordinate the design work related to this project. Task 2— Utilities Survey: CBBEL will provide in house surveying to determine approximate locations of existing utilities in the vicinity of the project sites as required. CBBEL will coordinate with J.U.L.I.E. to attempt to approximately locate existing utilities during the design process. We assume the City utility atlases will be provided to approximate the existing utility locations and will provide survey on an as needed basis. Task 3—Data Collection: CBBEL will meet with the appropriate staff at the City of Elgin and local utilities to determine the minimum lighting requirements, potential source of electrical service, and preferred roadway lighting equipment. We assume that a field topographic plan survey will not be required to prepare the base sheets for the lighting plans, but that aerials or existing utility atlases provided by the City may be used for base sheet preparation. Task 4 — Roadway Lighting Submittal: Based on the information collected in Task 3, a photometric analysis computer program will be utilized to determine pole spacing in accordance with ANSI-IES/RP-8-00 minimum recommendations and City of Elgin standards. A proposed lighting layout will be prepared and preliminary plans, photometric calculations, typical IDOT roadway lighting submittal forms and voltage drop calculations will be prepared and submitted to the City of Elgin for review. Task 5—Response to Review Comments: CBBEL will respond to review comments from the City and revise the plans and specifications accordingly. CBBEL will then resubmit the revised plans to the City for final review. Task 6 — Plan Drawing Preparation: Proposed roadway lighting plans and any required specifications will be prepared after approval from the City on the preliminary plans. The locations of the lighting units will be shown along with electric cable and raceways, controller(s) and hand holes. Detail sheet(s) of the roadway lighting equipment installation will be prepared to accompany the plan drawings. Task 7 — Summary of Quantities and Cost Estimate: An opinion of probable construction cost will be prepared along with a listing of the summary of quantities for the roadway lighting work. Task 8—Preconstruction Services: CBBEL will assist the City with a bid review, tabulate the bids received and make a recommendation for contract award. CBBEL will attend a preconstruction meeting with the City and the Contractor. Task 9 — Construction Observation and Contract Administration: 9.1 Liaison and Contract Administration CBBEL will act as the City's representative with duties, responsibilities and limitations of authority as assigned in the Construction Contract Documents, and advise and confer with City officials during construction and issue the City's authorized instructions to the Contractor. CBBEL will assist the Contractor in understanding the intent of the Construction Contract Documents and serve as the City's liaison with other local agencies such as utility companies, businesses, City's on-site representative, etc. 9.2 On-Site Review of Work CBBEL will conduct continuous and full time on-site observations of the work in progress to determine that the project is proceeding in accordance with the Construction Contract Documents and that completed work will conform to the requirements of the Construction Contract Documents. CBBEL will recommend Contractor to correct any work believed to be unsatisfactory, faulty or defective, not conforming to the requirements of the Construction Contract Documents, or does not meet the requirements of any tests, or approval required to be made and report same to the City; and advise City of action taken or if any special testing or review will be required. CBBEL will verify that tests are conducted as required by the Construction Contract Documents and in the presence of the required personnel, and that Contractors maintain and submit adequate records thereof; observe, record and report to the City appropriate details relative to the test procedures. CBBEL will perform or cause to have performed as applicable, all required field tests such as concrete tests, soil compaction tests and determine if such tests are made as specified. CBBEL will analyze the results of field and laboratory tests to determine their compliance with the requirements of the Construction Contract Documents. CBBEL will accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. CBBEL will field stake the locations of the proposed lighting units, controller(s) and handholes based on the locations as shown in the plans for review by the City and for installation by the Contractor. CBBEL will prepare and submit detailed daily reports of construction progress. 9.3 Contractor Suggestions and Requests CBBEL will consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the Contractor and make recommendations to the City with any time or cost implications for final decision. 9.4 Shop Drawings CBBEL will review shop drawing submittals submitted by the Contractor and review and monitor compliance with submittal schedules. CBBEL will review shop drawings and samples, the results of tests and inspections and other data which any Contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the Construction Contract Documents. Such review shall not be construed as relieving the Contractor of the responsibility to meet requirements of the Construction Contract Documents. CBBEL will determine the acceptability of substitute materials and equipment proposed by the Contractor; and receive and review (for general content as required by the specifications) maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the Contractor(s) in accordance with the Construction Contract Documents. CBBEL will record and maintain a shop drawing submittal and review log and notify the Contractor whenever submittals are lacking or untimely. 9.5 Schedules CBBEL will review a final Primavera type construction schedule prepared by the Contractor. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the Contractor and reviewed by the Engineer. CBBEL will work with the Contractor to maintain a workable updated Primavera type construction schedule that is maintained and monitored weekly as construction progresses as required by the Construction Contract Documents. CBBEL will report progress and schedule deviations and corrective measures proposed by the Contractor to the City. 9.6 Job Meetings CBBEL will conduct weekly progress meetings with all parties as required by the Construction Contract Documents to review construction progress, design interpretations and overall progress. CBBEL will prepare, maintain and circulate copies of minutes and arrange a schedule of on-site job work meetings with the General Contractor and Subcontractors to review day to day requirements and problems. CBBEL will prepare, maintain and circulate copies of minutes. 9.7 Contract Administration and Records CBBEL will handle day to day Contract Administration and associated correspondence and maintain orderly files for correspondence, reports of job conferences, shop drawings and sample submissions, reproduction of original Construction Contract Documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the Construction Contract Documents, progress reports, and other project related documents. 9.8 Reports CBBEL will furnish written reports to the City on a biweekly basis of progress of the work and the Contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. 9.9 Contractor Pay Requests CBBEL will review the Contractor's requests for payments as construction work progresses, and recommend to the City of the amounts due and payable to the Contractor in accordance with the terms of the Construction Contract Documents. 9.10 Change Orders CBBEL will perform evaluation of proposed Construction Contract Change Orders and submit recommendation for approval or denial to the City. CBBEL will prepare Construction Contract Change Orders when authorized by the City. 9.11 Government Policies CBBEL will review the Contractor's compliance with governmental mandated programs. Compliance with OSHA requirements and general safety provisions will be reviewed by an independent safety officer retained by the Contractor as part of the construction work. The safety officer will visit the job site periodically and will submit written reports to the City, Contractor and Engineer. 9.12 Record Drawings CBBEL will prepare record drawings which show field measured dimensions of the completed construction work which the Engineer considers significant and provide the City with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety (90) days of the project completion., 9.13 Final Completion CBBEL will conduct a final walk through of the project with the City and the Contractor and prepare and give to the Contractor a final punchlist. CBBEL will issue an opinion of satisfactory completion for acceptance of the project by the City to process the Contractor's final request for payment. II. Congdon Avenue/Shoe Factory Road Lighting Improvements Task 1 —Project Administration: Christopher B. Burke Engineering, Ltd. (CBBEL)will attend meetings at the City of Elgin Department of Public Works, Cook County Highway Department and in the field with the utility companies to coordinate the design work related to this project. Task 2— Utilities Survey: CBBEL will provide in house surveying to determine approximate locations of existing utilities in the vicinity of the project sites as required. CBBEL will coordinate with J.U.L.I.E. to attempt to approximately locate existing utilities during the design process. We assume the roadway geometry plans prepared by CCHD will be used as base sheets, and do not anticipate any survey work required for this project. Task 3—Data Collection: CBBEL will meet with the appropriate staff at the City of Elgin and local utilities to determine the minimum lighting requirements, potential source of electrical service, and preferred roadway lighting equipment. We assume that roadway geometry plans provided by Cook County and existing utility atlases provided by the City will be used for base sheet preparation. Task 4 — Roadway Lighting Submittal: Based on the information collected in Task 3, a photometric analysis computer program will be utilized to determine pole spacing in accordance with ANSI-IES/RP-8-00 minimum recommendations, City of Elgin standards and Cook County requirements. A proposed lighting layout will be prepared and preliminary plans, photometric calculations, typical IDOT roadway lighting submittal forms and voltage drop calculations will be prepared and submitted to the City of Elgin and Cook County Highway Department for review. Task 5—Response to Review Comments: CBBEL will respond to review comments from the City and Cook County and revise the plans and specifications accordingly. CBBEL will then resubmit the revised plans to the City and Cook County for final review. Task 6 — Plan Drawing Preparation: Proposed roadway lighting plans and any required specifications will be prepared after approval from the City and County on the preliminary plans. The locations of the lighting units will be shown along with electric cable and raceways, controller(s) and hand holes. Detail sheet(s) of the roadway lighting equipment installation will be prepared to accompany the plan drawings. The drawings will be prepared in a format acceptable to the CCHD to be incorporated into the roadway plans prepared by the County. Task 7 — Summary of Quantities and Cost Estimate: An opinion of probable construction cost will be prepared along with a listing of the summary of quantities for the roadway lighting work. City of Elgin Congdon Ave./Shoe Factory Road Lighting Improvements EXHIBIT C -Proposed Project Schedule APRIL MAY JUNE JULY AUGUST TASK Month 1 2 3 4 5 Week 1 1 2 1 3 1 4 1 1 2 1 3 1 4 1 1 2 1 3 1 4 1 1 2 1 3 1 4 1 1 2 1 3 1 4 Notice to Proceed PROJECT ADMINISTRATION UTILITIES SURVEY DATA COLLECTION ROADWAY LIGHTING SUBMITTALS CITY OF ELGIN/COOK COUNTY REVIEW �� t RESPONSE TO REVIEW COMMENTS PLAN DRAWING PREPARATION COST ESTIMATE 1 03/18/2005 10:22 FAX 847 1517, 9033 AVA INS AGENCY �t..nKlrsr3u �J002 ACORDTN CERTIFICATE OF LIABILITY INSURANCE DATE 12114/04D T) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION AVA Insurance Agency, LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 425 N. Martingale Road HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR g ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. F '1100 sumburg,IL 60173 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Lexington Insurance Company Christopher B_ Burke Engineering, Ltd. INSURER B: Susan Wentz INSURER C: 9575 W.Higgins Road,Ste_600 INSURER D: Rosemont, IL 600184920 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED_NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L. POLICY EFFECTIVE POLICY EXPIRATION LTR NSRD TYPE or INSURANCE POLICY NUMBER DATE IMMIDD/ YL , PATF IMM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PRPREMIS MIS S(TO ( RENTED $ E,occurrence) CLAIMS MADE n OCCUR MED EXP(Any one per-.0n) $ PERSONAL&ADV INJURY 5 GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG S 7 POLICY n JECOT- n LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S AN AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per parson) HIRED AUTOS BODILY INJURY S NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per ecciden[) GARAGE LIABIUTY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S AUTO ONLY: qGG $ EXCESS/UMBRELLA.LIABILITY EACH OCCURRENCE •S OCCUR n CLAIMS MADE AGGREGATE S S 1 DEDUCTIBLE S RETENTION S $ WORKERS COMPENSATION AND I TWOCTIAMTIUS I 1°R- EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? I(yee.describe undo ,E.L.DISEASE-EA EMPLOYEE $ SPECIAL PROVISIONS below E.L.DISEASE.POLICY LIMIT S OTHER A Professional 9564050 04/07/04 04/07/05 Per Claim $2,000,000 Liability Aggregate$4,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS "Except for Non-Payment, 10 Days. Re: 2005 Annual Street Light Program,2005 Mid-block Street Light Program, Congdon Ave_/Shoe Factory R.d. Lighting Improvements CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Elgin DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 1(1*, DAYS WRITTEN 150 Dexter Court NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SD SHALL Elgin, IL 60120 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE -dam- ACORD 25(2001/09)1 of 2 #S188221/M184659 � 3RBUE ACORD CORPORATION 1988 03/18/2005 10:41 FAX 7088491470 ORTHON GROUP ZI 001 ACOnt CERTIFICATE OF LIABILITY INSURANCE DATE PRODUCER 708 429-3100 FAX 708 429-3105 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION The Orthon Group ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8041A W. 186th Street HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. -inley Park, IL 60477 INSURERS AFFORDING COVERAGE NAIC# INSURED Christopher B. Burke Engineering Ltd. INSURERA: St. Paul Fire & Marine Ins. Co 9575 W. Higgins Road, #600 INSURERS: Rosemont, IL 60018 INSURER C: INSURER 0; INSURER E; COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADD'tt, TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTRNSRC DATE(hAM/DD/jYI DOTE/MM/DD/YY) GENERAL LIABILITY BK01923271 10/15/2004 10/15/2005 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL,.LABILITY DAMAGE TO RENTED300000 PRFIt41AFSS lEw nrrorPnro1 1 CLAIMS MADE n OCCUR MED EXP(Any one person) $ 10,000 A PERSONAL&ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER; PRODUCTS-COMP/OP AGG S 2,000,000 POLICY X PRO LOC n VI: n AUTOMOBILE LIABILITY BA01923255 10/15/2004 10/15/2005 COMBINED SINGLE LIMIT X ANY AUTO (Ea occident) 1,000,000 X ALL OWNED AUTOS BODILY INJURY A X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NCN-OWNED AUTOS (Per acddo,I) PROPERTY DAMAGE (Per actident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO E4 ACC $ OTHER THAN AUTO ONLY: AGG S ECCES5/UMBRELLA LIABILITY BK01923271 10/15/2004 10/15/2005 EACH OCCURRENCE $ 10,000.000 OCCUR n CLAIMS MADE AGGREGATE S 10,000.000 A S DEDUCTIBLE $ X RETENTION $ 10,000 WORKERS COMPENSATION AND BW01919352 10/15/2004 10/15/2005 X I TORYTIMTTS I IFR EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE EL.EACH ACCIDENT S 500,000 OFFICER/MEMBER EXCLUDED? EL.DISEASE-EA EMPLOYEE 5 500,000 If yea,describe under SPECIAL PROV'ISIONS below E.L.DISEASE-POLICY LIMIT S 500,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: See Attached The General Liability coverage includes Blanket Additional Insured Endorsement CL/00 99 01, but only where required by written contract. Coverage is primary, non-contributory per form CL/00 99 01. Transfer of Rights of Recovery and Proceeds Against Others to Us form CL/BF 21 30 is included. Waiver Of Our Right to Recover From Others form WC 00 03 13 is included where required by written contract. E- _ iOLDER CA JQ LLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Elgin BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 150 Dexter Court OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Elgin, IL 60120 AUTH D PRESFJdT 1 Wil lam on a CPCU ARM AAI ACORD 25(20(11/08) IDACORD CORPORATION 1988 03/18/2006 10:41 FAX 7088491470 ORTHON GROUP Z002 City of Elgin Certificate issued to City of Elgin 03/07/2005 The Orthon Group /18/2005 projects: 2005 Annual Street Light Program 2005 Mid-( lock Street Light Program, Congdon Ave/Shoe Factory Rd, Lighting Improvements Agenda Item No. % § City of Elgin L s AI April 8, 2005 G TO: Mayor and Members of the City Council FINANCIALLY STABLE CITY GOVERNMENT EFFICIENT SERVICES, AND QUALITY INFRASTRUCTURE FROM: Olufemi Folarin, City Manager John M. Loete, Public Works D. ector SUBJECT: Engineering Services Agreement with Christopher B. Burke Engineering, Ltd. For the 2005 Annual Street Light Program, 2005 Mid-Block Street Light Program and the Congdon Ave./Shoe Factory Rd Lighting Improvements PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with Christopher B. Burke Engineering, Ltd. for engineering services for the 2005 Annual Street Light Program, 2005 Mid-Block Street Light Program and the Congdon Ave./Shoe Factory Rd Lighting Improvements. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with Christopher B. Burke Engineering, Ltd. in the not-to-exceed amount of$112,487.27 for the 2005 Annual Street Light Program, 2005 Mid-Block Street Light Program and the Congdon Ave./Shoe Factory Rd Lighting Improvements. BACKGROUND Several street lighting projects are budgeted in the 2005 budget for which the engineering services would be very similar. In order to obtain cost effective engineering services and easier contract management, the design and inspection of the three projects were combined into one project. The three projects are outlined below. The Annual Street Light Program installs street lighting on a section of collector streets to enhance the safety and appearance of that roadway. For 2005, South McLean Boulevard between Larkin Ave. and Lillian Street was selected. The Annual Mid-Block Street Light Program installs individual street lights on various neighborhood streets, usually at the specific request of citizens. Each requested site is examined for need and for the availability of a power �•. source for the light. These miscellaneous lights are bid with the Annual Street Light Program work to gain a cost savings from the combined volume of work. The Congdon Ave./Shoe esi Eng. Service Agrmnt for 2005 Street Light Projects April 8, 2005 Page 2 Factory Rd Lighting Improvements Project provides a lighting design for Cook County Highway Department's general roadway improvement project. Cook County advised that lighting could be done as part of the project, but that the City would have to do the design and fund the construction cost for the lighting. A Request for Proposal (RFP) was developed for the design and inspection work and five engineering firms were solicited. Four firms submitted proposals at the deadline on January 28, 2005. The firms responding were: • Christopher B. Burke Engineering, Ltd. • Engineering Enterprises, Inc. • Pavia-Marting& Co. • URS Corporation A staff selection committee evaluated the four proposals, with Christopher B. Burke Engineering, Ltd being selected as the most qualified firm for the project. Upon selection, Christopher B. Burke Engineering met with staff to finalize the project scope and negotiate a project fee. The final negotiated fee is for$112,487.28 of which $69,050.33 is for the design and /-- engineering of the three projects and $43,436.95 is for construction inspection services on the Annual and the Mid-Block Lighting Projects. The total budget for the three projects is$328,000. A map depicting the project area is shown as Exhibit A. A copy of the results of the selection process is attached as Exhibit B. A copy of the proposed agreement is attached as Exhibit C. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None Opk_____ FINANCIAL IMPACT The cost of the agreement with Christopher B. Burke Engineering Ltd, will total $112,487.28. Funds for the three projects were budgeted as follows for a total of$328,000. In the Riverboat Fund, account number 275-0000-791.92-36, "Buildings/Structures", project number 339687, "Annual Street Light Program (2005)" $150,000 is budgeted and available. In the Riverboat Fund, account number 275-0000-791.92-36, `Buildings/Structures", project number 339782, "Mid-Block Street Lights (2005)" $150,000 is budgeted and available. In the Riverboat Fund, account number 275-0000-791.93-80, "Public Ways/Street Improvements project number 339825,"Congdon Avenue Reconstruction (Engineering)" $28,000 is budgeted and available. eimk Eng. Service Agrmnt for 2005 Street Light Projects April 8,2005 Page 3 fn Jvt EGAL IMPACT None ALTERNATIVES 1. Approve the Engineering Services Agreement with Christopher B. Burke Engineering, LTD. 2. Do not approve the Engineering Services Agreement with Christopher B. Burke. Engineering, LTD. Respectfully submitted for Council consideration. JML/do Attachments Exhibit A Location Maps - .s :. . Jan 1999 - # 21 . - •rh , . ,_, C ___] I I@I I 1 '1_ . ________:____________ 701 CON 60ON A% ,� a n o �.— Cif«/- ' /II J —J \ S"- -7-- ___J ''- rr^^Tr/C/.? •Dk. ��y�� P.?Gr A/z. 6 _I •- - . ,:_ / // NO wx P .---ii o '-- -.1 --) Ate' -, '' •ChM-Z.- /9Y = 5 y/aro ,-7, • L._.___......---------1::: . IZ 800 C/NCOCN aim. PR. `S 7 c... 700 CoLU/48/A A;% k-Z1 .6-. Z. - ' / / 4 �! J ------<-----501'1, I fc' JFFF�P,.5 • 01 60/0 i& '- v Q 2005 MIDBLOCK STREET LIGHT PROGRAM SITE 6 -.7.1 - . . [ s 00 . SU11/7/T Si, lor --r1N Jan 1999 _ . . .• - • # 29 .. . . :: rik ' . . ). ?. y4 . ,.'. • • Z� .e • cc 6'.1 Al (( IF P. t Su^mit St.J P.t. 5 2 r 1 - ( IL,.., 2 Carl 6 J, �o�"Or rotShiloh = (ocGtiocd--Q . to 'r / l L N �,- s_c air ;=r—— c Mut ord / Sniloti_� Nc. 1 /"\ S c' 1cLy 1 gJosiyr. 8 1111 �;^ _Jr ..._ 2 � - i �. o' 'lg_ Or.! 5 9 c�uryf Sr.- \ , ,. I a, C\c- 2" V U . v 'o �Ct cn made I R. cJ 2005 MIDBLOCK STREET LIGHT PROGRAM SITE 13 "-I) •-a- Jan • • . N . . _____. _ .._.. .._ ._. . . • .... . • . ... # . 4 4 . . . . __, „„,k, , . • . . A • i .. . • , sandy C,eek Son \� ` dy Cr2ek . . o > - Itt. \ n Springv `_.) G o`- _ s Cove o c c, x u G\, G° c fC reilond_ rsc�e,., l v+c, Ln- ,5 c e _`� \\esto r L `o c__-_,- ----t. O P a > N o < E Lin Lar s _ `Country— Knolls—' Ln. CT. Ln. > * �St 1 [ c\ . , Lin Lor — JL L' Wol - Ave_ c � \ Maple ' - - L 2005 MIDBLOCK STREET LIGHT PROGRAM SITE 3 1.--- r l JL_-' • C o iroe l..e d c cu a> a ° U G p c r'' • _ y . • • N' > I ri / I -,- S. LYCL /IVE., t''• . / ..;' 1..,,•3,),..-,;,..i.,..'4). -c.-4_.. \______ ti' n ,moi �+ A UR EEN ' DR , � � y 0 � 'vE p R lS'IRRKET PI,L• g • • t21 �r v, oo y —.-•--- 1.011EN_____L�....---------•-- R. r ! jT : T . . /fP/9RD �� — S. ✓/INC •al/ 1...i ot c,, c, ,Q r----- • = CO � rrll 1 ~ ENIS C �� N • N •(- . -.:.1_, LAR,rIN til .ROIIERI- DR, \_.-C r' • 1§ �S, Mc L F 9N fI L VD. ' 11-4:. . \ 7 . . ,--. , n r� U' Z 1i 1 //�, 1, r 1 r :-' !C V / . 2005 ANNUAL STREET LIGHT PROGRAM • McLEAN BLVD FROM LARKIN AVE TO LILLIAN • c 0 Jan 1999 N . # . 52 • . • . • . sa . . . • . .. . • • .. . • . . • . ._.... ii A. • •. , . • • • . . . . • • • • • . . • . , . . 11 . . • • . • • • . . e„ . C . .I -.7--:J.:,..•-•••' \7 . 41#CS.- • \\ • 05 MIDBLOCK STREET LIGHT PROGRAM SITE 2 . a. CQ-6> ".or- -"•\trie;itcn • B ex Lcnc�s c 1-1-17—' C v ^`<no burY o c C� ,5:- Chelse • ' Coc C.. (....__Ct. y l Hill ieic JCC Cir C N �_(C. LCollece—Green�/ �'�� _�Circ� 7c 1---1>t Ij \\ 0,- .- L..„....-----------._r_______ C Q" Co!!e9 LCr. C u� c- IGrr2 i Q I �I q ; \ rfn°S v � g Cr 1 CCrrnCCC {� �, JC. 'Ps-Circle-- 1. c Ccrlsocd I c`' IndiC�-4ndr_ws —Circle -� C?• C `I!iSSCri� c o t ' C li rids �r. ..z-- I Cris 1 . (� ..../...../T-7,.. cis O C c. • vi o r--- - .to •�C I I cc Q II u7s) I,. c c z.-. I I I\ %. t j 7.3. '3 _ b � rocic� ;Cr — hJLh. • 1 H I �' ► li I ! • I 1 . Jan 1999 N . . . . . . # 58 . . . . .. . .. . . . r . zt:0 0, .E N,c,7 •N D. • fi Inoro N) r„.c, \ 1i Tern= a _ .-INirdn,r, _n/C7r r i 4,.,. .-S.' • -L --/,,.,_,,_:,,,.,-''''---.,_,.,..,... 0 kill-Ocks 1}( 1= \ • � r - Brookside ,` 17 l 2005 MIDBLOCK STREET LIGHT PROGRAM SITE 14 f i 0 ,Country—K77, o 0 , 0 0s Y ^ur,,ry Knolls Ln Win = cow HeDvfn A ouwocC_�C� `a10-u p =Lin-Lor Lr. �/� i arc—Dr.� Vernon Dr.' ' It 8. ...„.._.,\ A. 6 c; i i is a r . • 1 c , c C - aN.\ I I i.roo• ilia'' I Lcrin Ave. I ` j cA s. GSS rid, I \`'/ Io 2 � c o • • Jan 1999 . • # • .60. • . N . . • . _ • _ . • • i . . ____ S00 -� ---_ L I V E p. ----- i _ - r . . & NI•A, P p �� . Ty 1=r ri • Creek • \\Grevk� cc ''7\.-1 °j• a� G�( �0� 1 Jor & ••• .7 `°n � G re`, a �( / c Ci` c II / z 1--1 �N� u 2005 MIDBLOCK STREET LIGHT PROGRAM SITE 1 �' c ( v :11 ''oyal —EIVd-f; G`.nyon _Ln'C r ccc / 7 \\,/ C C^ C 0• lice P/ Go�O °cG,• i� Q n --1.0:: 0. G per/ \ot2_ I RCh(n c ( 1.0------ - ).T `^' O '�J t' ____5) ,, ( � •Pip e }iCrn' iC_ C^ ,.,.?\.c...- � •• C\L-Lr �c77> � S •ac' c 1� cr . ii"-,—-E``=cabin ..0 01�� ,,er,cndoo�\\- c.. 'un-) !Cr. ---:'•1JLn. /ce- • cn ` �- \� �C,0 CvC�nC-,-, „,/ '/ /0 r -...,,s,„...„,___.:4 -i- >,..„ --ci, s% kai idr1r' C •iir• Tuf7 QL PC� \YidC� ( c z iN. C ��V ``fir `(�c �-r�C� t �' • Por7Cce I 1 So-d -t ,�� C(]r Cr ;ok c `Y o rink, oS _, (-----/- \.,. c-'-.1 -----___L • . , , i ,,______ L.L._,L. • 6111111111111NOP • iningl•Lar • MUM WM, *snow IMO MID GM IMP MINIM .IIIIIP OSP IMP J- r-c'-- ... . .._____=,........„ - , Huron- Dr.---. 6%.' . , . ...„ . 77: 0 0 1 • DttD > �' 1r O Woods • a ;\': • . .0 C .-; a i • o 0 0 4 0 . . �--- 0 . 2 Y>� ,� s • BARTLETT & C. 1 HQFFMAN ESTATE -�-- r--Sttwort---.. F D. —5 > 0 r--lit: e. �oid �e5 F. P D. E , Creek Ava. i'a 4-Po.bkwoY7-- — I w gOCA • ► '• � Butler • X— a Elmop �� c vel $ v ' ay WwmKr 1. roi _ oo vg. L °�Io a G v Sioux Df. a & �'�J Hilt--fl nrt-E as2. .4 r i Folk t o° V----1 Ford �. -� A Ford Ave c o �_ I `+'' t p Co4,:).::., n_ ._iJell-St� ,� 5erninolt --=Dr. •gyp r bms,,° ^Corflq Yiq"m SPringli/� �, I �ti---J o c 0 + Crook bbeywood n StPrtie- i SNp�/ 4 E0i 0 ...._.QJ —pJ J '—Congdon------Q —Av• - --.... Ot.D__ I,. r' Al. + f'—'�1 t ..k_r_ ---.—------- —'- '' \ s y `1` 1 • M iE I 4.) CONGDON AVE/SHOE FACTORY RD / „ � — — cr LIGHTING IMPROVEMENTS I ' ,110` ao •°y ��..'`�'o`'' 9. `'�- BARTLETT & C. ' • 0 . c0 i FP. D. 0 % _ _ . �t 51-(4.1)53 Btdtord ." / °o Dole-----\ • Dr— 1`I E �`' (14.41,..,,,,C0„ ,fy.I s /v 2....:e, J r ; Exhibit B Selection Process Rating Sheets QUALIFICATIONS RATING SHEET MID-BLOCK, ANNUAL & CONGDON STREET LIGHTING PROJECTS Lochner URS CB Burke Steve John Joe Charlie Chad Steve John Joe Charlie Chad Steve John Joe Charlie Chad EVALUATION FACTORS WEIGHT Pertzborn Loete Evers Pitt Butzow Pertzborn Loete Evers Pitt Butzow Pertzborn Loete Evers Pitt Butzow Project Manager Qualifications 0-20 16 15 18 15 15 15 15 16 18 16 Project Team Qualifications 0-20 ' 17 14 mai 15 15 ( 16 14 Eig19 17 Firm Experience 0-15 13 WHIM 12 111011111101111 15 11E111111011110311 Scope of Services Proposed 0-25 mu 18 17 23 20 18 OEM 20 20 22 18 Familiarity With Conditions 0-15 ___MI 11 13 13 7 11 12 14 14 12 12 Technology 0-5 3 5 3 4 4 • I 3 5 4 6 4 TOTALS 0-100 0 0 0 0 0 78 78 80 73 77 77 83 77 90 81 Engineering Enterprise Pavia Martin. Steve John Joe Charlie Chad Steve John Joe Charlie Chad EVALUATION FACTORS WEIGHT Pertzborn Loete Evers Pitt Butzow Pertzbom` Loete Evers Pitt Butzow Project Manager Qualifications 0-20 ammanimagnamanumusamEE. 18 15 Project Team Qualifications 0-20 woman 10 aggi 15 iminim 10 man 16 • Firm Experience 0-15 111110111.531 10 10 1.0111113111 161 Scope of Services Proposed 0-25 11163.11111011 19 20 18 iumiugai 20 20 =amiliarity With Conditions 0-15 MEM 9 7 ain 9 I 10 EmillaillE11111113111 technology 0-5 © 111113111 6 1111111113.11Ent TOTALS 0-100 65 71 64 71 74 I 71 80 68 87 80 AVERAGE SCORE SHEET MID-BLOCK, ANNUAL & CONGDON STREET LIGHTING PROJECTS CONSULTANTS Engineering Pavia SELECTION TEAM Lochner URS CB Burke Enterprise Marting Steve Pertzbom 1 2 4 3 John Loete 3 1 4 2 Joe Evers 1 2 4 3 Charlie Pitt 3 1 4 2 Chad Butzow 3 1 4 2 TOTAL SCORE 0 - 11 7 20 12 Notes: Assign Scores based on the following formula: (1 -first, 2-second, 3-third, 4- forth, 5- fifth) Low Total Score Indicates Top Ranked Firm