Loading...
05-32 Resolution No. 05-32 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH SMITH GROUP JJR, LLC FOR THE ENTRY CORRIDOR IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin, Acting 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 Smith Group JJR,LLC for the Entry Corridor Improvement Project,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: February 9, 2005 Adopted: February 9, 2005 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT, made and entered into thisp�"ay of , 2005, by and between the CITY OF ELGIN, Illinois, a municipal corporation(hereinafter referred to as "CITY") and SmithGroup JJR, LLC, a limited liability company (hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the City of Elgin Entry Corridor Improvement Plan for State Street and Dundee Avenue (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, 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 PROJECT generally involves topographic survey, visioning,preliminary engineering, final engineering and bidding assistance for median improvements in State Street and Dundee Avenue. C. A detailed Scope of Services is attached hereto as Attachment A. II. PROGRESS REPORTS A. An outline project milestone schedule is included as Attachment B, attached 2 hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in B below. B. The Engineer will submit to the Director monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including, but not limited to,reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however,that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability 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 3.5 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $89,500 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 10%. Any such invoiced fees to ENGINEER shall be included with and construed as part of the above-referenced amount of$89,500. C. JJR $50,000 V3 $15,000 Landmark $19,500 Reimbursables $ 5,000 Total $89,500 3 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. Phase IA $ 39,000 (Incl. Topographic Survey) Phase 2A $ 28,500 Phase 3A $ 18,500 Phase 4A $ 3,500 Phase 5A Future Total $ 89,500 V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIB above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen(15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, provided,however,that such payment shall not exceed the task amounts set forth under Paragraph IV above. VII. TERM 4 This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Article VI and 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. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. VIII. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 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 claims, suits,judgments, costs, attorney's fees, damages or other relief, including but not limited to workers' compensation claims, resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any such action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of the CITY's choosing. 5 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 the 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. 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 6 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, 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 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 8 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 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 9 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: PAUL J. WIESE Vice President SmithGroup JJR, LLC 30 W. Monroe, Suite 1010 Chicago, Illinois 60603 10 IN WITNESS WHEREOF,the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By By .�.�. City Clerk City anager (SEAL) For the ENGINEER: Dated this 44-day of , A.D., 2005 ATTEST: B By S seta President (SEAL) ��GFiOUP•%9 EFFECTIVE s SEPT.20.2000 ARBOR• . . . 1• . ��„� ,���y �� .�, rt a;x ,, ,: ",� ,�: +��' ,.p 11 ATTACHMENT A SCOPE OF SERVICES The Study Area for Phase IA shall consist of Routes 31 and 25 right-of-ways from I-90 to downtown Elgin. In the attached,the Client refers to the individual who will represent the City of Elgin to guide the JJR Team(JJR)throughout the life of the project. They will provide stakeholder management and responsibility for collaborating with the consultant to identify and resolve project impediments. JJR will consist of the key individuals from the JJR Team with the responsibility of working with the City to successfully complete the project. PHASE 1A: VISIONING 1 - 2 months Task 1.1 Kick-Off Meeting Key members of JJR will conduct a kick-off meeting with the Client to review the work plan, schedule,project needs, and other requirements for the project. Task 1.2 Gather Background Data JJR will collect the data to create a base map for the Study Area. However it is requested that the Client provide JJR with background information reasonably available that will assist in the performance of the scope of services. This information may include but not be limited to: • Topographic and/or Boundary Surveys • Related Public Right-of-Way Improvements • Related Traffic and Parking Studies • Vault Locations(if known) • Overhead and Underground Utility Maps • Review of Current and/or Planned Projects • Aerial Photos Task 1.3 Visual Survey of the Study Area JJR and the Client will tour the study area to evaluate opportunities and constraints, and photographically document the Study Area. Task 1.4 Conduct Key Stakeholder Interviews JJR will conduct 2 -3 interviews with key public and/or private sector individuals, as identified by the Client,to obtain input on the Study Area. These individuals will be selected representatives of culture/arts groups, merchant associations, commercial property owners and elected or appointed officials. These interviews will be scheduled to be reasonably accomplished over one-half day. 12 Task 1.5 Workshop#1: Visioning(1/2 day) The purpose of this exercise is for the Client to reach consensus on the desires and aspirations for the future of the Study Area. Visioning or f ituring methodology will be used for this exercise. This methodology provides a dynamic opportunity for participants to identify images of the corridor as they wish it to be. The following process will be utilized to guide the participants. • Getting Acquainted—participants will be welcomed and the visioning process will be explained. • Present Trends & Conditions—it is recommended during this step,the Client present to the group local trends and conditions that currently face the Study Area. Participants will be invited to jointly assess problems, issues and options. • Photographic Tour—participants will be shown images of the Study Area and asked to comment on their likes and dislikes. • Visual Preference Exercises—participants will be shown a number of images pertaining to relevant transportation corridors and streetscapes. They will be requested to indicate which images are preferred,helping JJR understand desired directions. • Visioning the Future—participants will take a trip to the future as they are invited to use their imagination to visualize how they would like the Study Area to change in the future. • Determining Priorities—participants will be asked to set priorities using order-of- magnitude cost assumptions. This will become the framework for development of Design Alternatives. Resources The Client will arrange for the meeting facility, any food or beverages, and provide meeting notification to attendees. PHASE 2A: PRELIMINARY ENGINEERING 2 — 3 months The Study Area for the Phases 2A, 3A and 4A shall consist of the existing medians on Route 31 from I-90 to south of Big Timber and on Route 25 from 1-90 to south of Congdon. Modifications to traffic lane geometrics or materials,traffic signalization, street lighting and utilities are excluded. During this phase,JJR will investigate locations where medians do not exist but may be feasible to add. However, survey,preliminary and final engineering of new medians is not included. Task 2.1 Topographic Survey 13 JJR,through subconsultant Landmark Engineering, shall provide a detailed topographic survey. Survey data will be collected within the area defined by the street right-of-way. Scope of survey services are described in the attached proposal from Landmark dated 11/09/04. Task 2.2 Preliminary Engineering Alternatives JJR will generate site-specific design alternatives for appropriate design elements in the existing medians of the Study Area including raised or at-grade planters, landscape, irrigation,accent lighting and signage. The designs will utilize the results of the previous phase. JJR will also prepare construction cost comparisons for each of the alternatives. Task 2.3 Preliminary Engineering Alternatives Review JJR will review the alternatives developed in the previous task with the Client to determine final design direction. Task 2.4 Preliminary Engineering Design Analysis The existing median improvements will be analyzed for impacts to safety, sight distance, and mobility throughout the corridor. These issues will be the main concerns for IDOT. Our team will perform the following analyses in preparation for presentations to MOT and Kane County. • Lighting warrants, fixture spacing and average spacing calculations. • Turning vehicle template analysis using AutoTum. • Sight distance analysis. • Intersection Capacity Analysis using Highway Capacity software(if necessary). Task 2.5 IDOT and KDOT Review JJR will prepare exhibits for a joint meeting with IDOT and KDOT to present the median improvements for their review including geometrics,turning templates, sight distance evaluation, landscape and accent lighting layouts. Task 2.6 Final Preliminary Engineering Plan Based upon input received from the Client, IDOT and KDOT,JJR will develop the Final Preliminary Engineering Plan that addresses comments received. Task 2.7 Develop Opinion of Probable Construction Cost All major elements will be itemized, and estimates will be provided for budgeting purposes. Task 2.8 Final Preliminary Engineering Presentation JJR will present the Final Preliminary Engineering Plan and Opinion of Probable Construction Cost to the Client and conclude services on this phase of the project. 14 PHASE 3A: FINAL ENGINEERING 1 — 2 months Task 3.1 Final Engineering Plans and Specifications JJR will prepare plans and specifications setting forth in detail the requirements for construction. Front end documents shall be provided by the Client. Final engineering documents shall include: • Site Preparation Documents • Layout Documents • Grading Documents • Utility Documents • Lighting and Electrical Documents • Landscape Documents • Signage Documents • Irrigation Documents • Construction Details • Technical Specifications Task 3.2 Final Statement of Probable Construction Costs JJR will provide a Final Statement of Probable Construction Costs for the work identified in the documents. Task 3.3 Permits and Approvals JJR will identify,prepare applications and submit for permits to proceed with construction of the median improvements, including IDOT,KDOT, City of Elgin and utility companies for hook-ups to serve the medians. Task 3.4 Bid Documents JJR will prepare the above documents as one bid set and will furnish one set of reproducible plans to the Client. The Client will be responsible for providing the General Conditions,and printing plans and specifications for the bidding and contract award phases. PHASE 4A: BID AND AWARD 1 — 2 months Task 4.1 Bid and Award The City of Elgin Purchasing Department will distribute the bid documents. JJR will attend one pre-bid conference. JJR will respond to bidder's questions and requests for clarifications by issuing addenda to the bid documents when authorized by the Client. Bid opening and construction contract(s)by the Client. JJR will review bids, provide a bid tabulation and make recommendation of award. 15 SCOPE OF ADDITIONAL SERVICES (CORRIDOR IMPROVEMENT PLAN) The Study Area for Phases 2B,3B and 4B shall consist of Routes 31 and 25 right-of-ways from I-90 to downtown Elgin. PHASE 213: CONCEPT PLAN ALTERNATIVES 1 — 2 months Task 2.1 Develop Design Alternatives Based on the outcomes from Task IA, JJR will develop design alternatives for the following for both corridors. • Gateways • Intersection Treatments • Paving Materials and Patterns • Lighting Fixtures • Site Furnishings: Benches,Trash Receptacles,Newspaper Racks, etc. • Landscaping • Incorporation/Integration of Art Products Rendered plans, elevations, photos and other graphic information in order to convey the design intent. Task 2.2 Develop Cost Comparisons All major elements will be itemized and cost comparisons will be made between the various alternatives. Products Preliminary Cost Comparisons(8-1/2 x 11) Task 2.3 Workshop#2: Alternatives JJR will present the Design Alternatives developed in Task 2.1 at Workshop#2. JJR will facilitate the meeting to obtain input from all participants and attempt to reach consensus. Products Notes from Workshop Resources JJR assumes the Client will arrange for the meeting facility, any food or beverages, and provide meeting notification to attendees. PHASE 313: PRELIMINARY CONCEPT PLAN 1 — 2 months Task 3.1 Develop Preliminary Concept Plan JJR will generate a site-specific Concept Plan for all design elements in the Study Area. The designs will utilize the results of Workshop#2. 3.1.1 Overall Concept Site Plan 16 Using the outcomes from the previous phases and tasks, JJR will prepare an overall concept plan that illustrates corridor improvements for the Study Area. Product Preliminary Concept Plan Typical Street Sections for Each Condition Character Sketches(2 maximum) 3.1.2 Sidewalks Solutions for sidewalks, special scoring and paving patterns/textures and materials. Product Paving Plan with Details 3.1.3 Lighting/Illumination A lighting plan,which addresses functional and aesthetic issues,will be developed. Addressed in this plan will be the general location and types of fixtures. This will include vehicular,pedestrian and accent/ornamental lighting. Product Lighting Plan with Fixtures 3.1.4 Landscape JJR will develop landscape plans to provide for functional and aesthetic treatment for vehicular and pedestrian thoroughfares,parking lots and public land. Locations,type, size and species of materials will be provided. Irrigation design is not included. Product Landscape Plan 3.1.5 Furnishings A master furnishings plan which addresses locations of benches, waste receptacles,bollards,newspaper racks, and special elements such as drinking fountains will be developed. Gateways and art will also be included. The incorporation/integration of art will be addressed. Product Streetscape Furnishings Plan with Details of Elements 17 Task 3.2 Develop Concept-Level Opinion of Probable Construction Cost All major elements will be itemized, and estimates based on stated assumptions will be provided for budgeting purposes. Product Preliminary Opinion of Probable Construction Cost(8-1/2 x 11) Task 3.3 Concept Plan Design Analysis The proposed concept plan will be analyzed for impacts to safety, sight distance, and mobility throughout the corridor. These issues will be the main concerns for IDOT. JJR will perform the following analyses in preparation for presentations to IDOT and Kane County. • Lighting warrants, fixture spacing and average spacing calculations. • Turning vehicle template analysis using AutoTurn. • Sight distance analysis. • Intersection Capacity Analysis using Highway Capacity software(if necessary). Task 3.4 MOT and KDOT Review JJR will prepare exhibits for a joint meeting with IDOT and KDOT to present the median improvements for their review including geometrics,turning templates, sight distance evaluation, landscape and accent lighting layouts. Task 3.5 Workshop#3: Preliminary Concept Plan JJR will present the Preliminary Concept Plan developed in task 3.1 for review and comment following incorporation of IDOT and KDOT comments. Product Preliminary Concept Plan PHASE 4B: FINAL CONCEPT PLAN 1 — 2 months Task 4.1 Final Concept Plan Based upon input received from the Client, IDOT and KDOT,JJR will develop the Final Concept Plan that addresses sidewalks, lighting, landscape and furnishings. Task 4.2 Update Concept-Level Opinion of Probable Construction Cost All major elements will be itemized, and estimates based on stated assumptions will be provided for budgeting purposes. Task 4.3 Final Concept Plan Presentation JJR will present the Final Concept Plan and Opinion of Probable Construction Cost to the Client and conclude services on this phase of the project. 18 REMUNERATION Basic Services The Client shall compensate JJR on a lump sum basis for the services described herein per the following amounts. Phase 2B $ 17,500 Phase 3B $ 17,500 Phase 4B 7,500 Total $ 42,500 Reimbursables Reimbursable expenses are excluded from JJR's basic compensation as described and the Client shall, in addition to payment for the Basic Services, reimburse JJR for these expenditures made in the interest of the project. Elgin Corridor January 3, 2005 Attachment B - I June Wk 2 Wk 3 Wk 4 Wk 1 Wk 2 Wk 3 Wk 4 Wk 5 Phase 1 A Visioning 1.1 Kickoff Meeting 1.2 Gather Background 1.3 Visual Survey of the 1.4 Conduct Key Stakel 1.5 Workshop #1 Visio Phase 2A: Preliminary En 2.1 Topographic Surve), 2.2 Preliminary Engine( 2.3 Preliminary Engine( 2.4 Preliminary Enginef 2.5 INDOT and KDOT 2.6 Final Preliminary Er 2.7 Opinion of Probabl 2.8 Final Preliminary Ei Phase 3A: Final Engineer 3.1 Final Engineering P 3.2 Final Statement of F 3.3 Permits and Appro\ 3.4 Bid Documents Phase 4A: Bid and Award 4.1 Bid and Award Phase 2113:Concept Plan 2.1 Design Developme 2.2 Develop Cost Corr 2.3 Workshop #2: Alte Phase 36: Preliminary C 3.1 Develop Preliminar 3.2 Develop Concept- 3.3 Concept Plan Desi 3.4 IDOT and KDOT R 3.5 Workshop #3: Prel Phase 46:Close-Out 4.1 Final Concept Plan 4.2 Update Concept Le 4.3 Final Concept Plan �J CERTIFICATE NUMBER n ��. CHI-001240743-01 PRODUCER THIS CERTIFICATE IS ISSUED As A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA,INC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 600 RENAISSANCE CENTER, POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE SUITE 2100 AFFORDED BY THE POLICIES DESCRIBED HEREIN. DETROIT,MI 48243 COMPANIES AFFORDING COVERAGE Attn:Laura Reed P:313-393-6594 F:313-393-6513 COMPANY 21060-Prof-04-05 A HARTFORD FIRE INSURANCE CO INSURED COMPANY SMITHGROUP JJR,LLC B N/A 30 WEST MONROE SUITE 1010 COMPANY CHICAGO,IL 60603 C LLOYDS OF LONDON COMPANY D THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MMIDDIYY) DATE(MM/DDIYY) A GENERAL LIABILITY 83UUNLP2277 05/02/04 05/15/05 GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2,000,000 CLAIMS MADE � OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 X Per Lncatinn Aggregate FIRE DAMAGE(Any one fire $ 300,000 MED EXP(Any one person) $ 25,000 A AUTOMOBILE LIABILITY 83UUNLP2277 05/02/04 05/15/05 COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OW NED AUTOS (Per accident) PROPERTYDAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC STATU- OTH EMPLOYERS'LIABILITY TORY LIMITS ER ,. �u• `&' EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EACH EMPLOYEE $ C OTHER QF037404(1) 05/15/04 05/15/05 AGGREGATE ' Architects&Engineers EACH OCCURRENCE 1,000,000 Professional Liability SELF INSURED RETENTION 350,000 Retro Date:1/1/1853 DESCRIPTION OF OPERATIONSILOCATIONS IVEHICLESISPECIAL ITEMS Certificate Holder is Additional Insured for General Liability,but only where their interests may appear and when required by written contract,as respects professional services for the City of Elgin Corridor Improvement Plan for State Street and Dundee Ave.General Liability coverage is primary and non-contributory. CER f IFi�A #O.GE 9 W CANMIA?lO AN .. � SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 3Q DAYS WRITTEN NOTICE TO THE City of Elgin CERTIFICATE HOLDER NAMED HEREIN,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 150 Dexter Court Elgin,IL 60120-5555 LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE,ITS AGENTS OR REPRESENTATIVES,OR THE ISSUER OF THIS CERTIFICATE. MARSH USA INC. ` BY: John CHurley VALID AS OF 12/28/04