Loading...
06-109 Resolution No.06-109 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CIORBA GROUP, INC. FOR THE 2006 ANNUAL STREET LIGHT PROGRAM 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 agreement on behalf of the City of Elgin with Ciorba Group,Inc. for the 2006 Annual Street Light Program,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: May 10, 2006 Adopted: May 10, 2006 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk 1 AGREEMENT THIS AGREEMENT is hereby made and entered into this /0 day of / , 2006, by and between the CITY OF ELGIN, Illinois, a municipal corporation (hereinafter eferred to as "CITY") and Ciorba Group, Inc., an Illinois corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the 2006 Annual Street Li.ht Pros ram (hereinafter referred to as the "PROJECT"); and WHEREAS, the ENGINEER represents that it is in compliance with all applicable laws and regulations, including, but not limited to, all 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. Services to be provided by Ciorba Group, Inc.: 1. Attend meetings as necessary 2. Conduct a field review of site using topographic information provided by the City. 3. Prepare a lighting Design and Analysis 4. Prepare preliminary plans, specifications and estimates for review at 30%, 75% and 90% completion level. 5. Prepare final plans, specifications and estimate based upon review comments. 6. Assist City in bid process. - 2 - C. A detailed Scope of Services is attached hereto and made a part hereof as Attachment A. II. PROGRESS REPORTS A. ENGINEER shall comply with the project milestone outline schedule below: Notice to Proceed May 25, 2006 Preliminary (30%) P.S.& E. Submittal June 16, 2006 Preliminary (75%) P.S.& E. Submittal July 28, 2006 Preliminary(90%) P.S.& E. Submittal August 18, 2006 Final P.S.& E. Submittal October 6, 2006 Submittal dates are based upon agency review times as indicated on Attachment B. B. ENGINEER shall comply with the detailed project schedule for the PROJECT attached hereto and made a part hereof as Attachment B. ENGINEER shall record ENGINEER'S progress pursuant to the project schedule and shall submit such progress report monthly as a component of the Status Report described in C below. C. The ENGINEER shall submit to DIRECTOR a written monthly status report recording ENGINEER'S 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_6 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not - 3 - to exceed $30,470 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work and amendments to the maximum payment provided for herein. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 0% . Any such invoiced fees to ENGINEER shall be included with and construed as part of the above- referenced amount of $30 470 C. ENGINEER shall be entitled to payment for reimbursable expenses pursuant to the following schedule; provided, however, that such reimbursable direct costs shall be construed as being included as part of the aforementioned maximum payment amount of$30,470. Direct Costs Vehicle Days - 1 day x $45/day= $45 Vehicle Mileage - 200 miles x $0.405/mile= $81 Field Supplies - $50 Computer Time - 130 hours x $16/hour= $2,080 Mylars - 16 mylars x $5/mylar= $80 Plan Copies - 32 sheets x $1.15/sheet= $37 Printing - 2,750 sheets x $0.16/sheet= $440 Total Direct Costs = $2,813 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. 1. Upon submittal of preliminary (30%) P.S. & E., an amount not to exceed 30% of the total Agreement amount. 2. Upon submittal of preliminary(75% P.S. & E. , an amount not to exceed 75% of the total Agreement amount. 3. Upon submittal of preliminary(90%) P.S. & E. , an amount not to exceed 90% of the total Agreement amount. -4 - 4. Upon completion of the plans, special provisions, contractor's proposal and estimate of cost to the satisfaction of the DIRECTOR and their approval by the ILLINOIS DEPARTMENT OF TRANSPORTATION, 100% of the total fee shall be paid to the ENGINEER. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination; provided, however, that such payment shall not exceed the total fee maximum or task amounts set forth under Paragraph IV herein. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Article VI 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. 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. - 5 - 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 choosing. The provisions of this paragraph shall survive any termination 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. - 6 - XII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance 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. 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. - 7 - 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. - 8 - 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. - 9 - XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 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. - 10 - XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: JOHN LOETE, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Gerald W. Heimsoth, PE President Ciorba Group, Inc. 5507 N. Cumberland Avenue Suite 402 Chicago, IL 60656 - 11 - 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 iCe1-►,--r' �-e c ,� By SAW — City Clerk i Manager (SEAL) For the ENGINEER: Dated this �i_t 'day of �� , A.D., 2006 ATTEST: / ` / i BY . Al I .._ By •�► GU •A,i•W /Arm' ecr, . Presiden (SEAL) Attachment A Scope of Services ENGINEER shall complete the following services pursuant to the terms and conditions of this agreement: Meetings, Coordination, and Data Collection — We will meet with the City staff to review the proposed scope of improvements and project schedule. The available data, such as City utility maps, will be obtained at this meeting. Other meetings will be scheduled as required to maintain close coordination with the City and review plan submittals. Coordination with IDOT Bureau of Electrical operations will be initiated early in the design process to ensure our design is accordance with IDOT requirements, reducing review time and comments. Ciorba will begin coordination with ComEd immediately upon the start of design, to make certain that there will be no delays in procuring power for the new lighting controller(s). Coordination will also occur with other utility companies so that all existing utilities are aware of the project and can be accounted for in the final design. This item will also include all coordination with the manufacturers of the lighting equipment to be used on the project. Ciorba will obtain the catalog cuts for the fixtures and poles and photometric files so that light pole spacing and illumination levels can be determined using IDOT approved software. Field Review — Ciorba will field review topographic information received from the City and utilities to develop a horizontal plan of Summit Street, between Hiawatha Drive and 200 feet east of Dundee Avenue. Special attention will be paid to existing utilities and trees within the right-of- way where lighting is to installed. The adjacent approaches of Liberty Street and Hiawatha Drive will also be reviewed as required due to IDOT's requirement for transition lighting at signalized intersections. Additional topographic features not found on the provided aerial survey will be added to the plans by use of a wheel and/or tape. Base Sheet Preparation — Plan sheets will be developed using GIS and aerial information provided by the City. Utility information will be added based on atlases received from the utilities as well as the walking survey. These base sheets will then be used for the design plans and utility coordination. Base sheets will be prepared in an AutoCAD format acceptable to the City. Lighting Design and Analysis — Several pole layouts will be evaluated to determine the appropriate lighting design. Quality of illumination, cost and ease of construction will be the basis 1 of 2 Attachment A Scope of Services for this determination. The presence of many mature trees and overhead utilities along the project will be a major factor in the selection of a preferred layout. The selection will be discussed with the City before proceeding with preliminary plans. All designs will be prepared in accordance with City, IDOT and IESNA guidelines. Ciorba will determine locations of the proposed lighting. Work will also include design of the wiring system(voltage drop calculations), conduit sizing and the lighting controller layout. The proposed light poles will be placed at locations that minimize conflicts with the utilities. Beacon lighting will be provided per IDOT requirements. Special consideration will be given to the lighting levels for the portion of Summit Avenue under the jurisdiction of the City. Prepare Preliminary Plans, Specifications and Estimate — Four submittals will be prepared — 30 percent, 75 percent, 90 percent and final. Ciorba will prepare all plan sheets required to complete the plan set, including cover sheet, general notes, summary of quantities, lighting plan, one line diagram and required details. Cost estimates will be provided with each submittal. We will also initiate coordination with the utility companies to reduce the possibility of construction delays caused by utility conflicts. Ciorba will complete a field check with the plans (before submittal) in an effort to locate any potential construction conflicts. Prepare Final Plans, Specifications and Cost Estimate Review - Revise the preliminary plans, specifications and cost estimate in accordance with City comments. Submit final plans, specifications and cost estimates to the City for bidding. Electronic documents will be included with the final submittal, including all contract documents. CAD files will be in both AutoCAD and PDF formats. Specifications will be provided in both Microsoft Word and PDF formats. QC/QA Review —Prior to each submittal, an internal review will be performed by our QC/QA Engineer to ensure that there are no omissions based on the scope of the submittal. Prior to the 75 percent submittal, a constructability review will be performed by a senior member of Ciorba's construction staff. Of course, if a constructability concern is identified before the 75 percent submittal, it will be discussed with our construction staff prior to continuing with design. Bidding Assistance — Ciorba will be available to answer bidder's questions as directed by the City. Ciorba will attend any pre-bid meeting held by the City. After the bid opening, Ciorba will prepare a bid tabulation, checking each bidder's proposal for errors. A letter from Ciorba recommending the lowest responsible bidder will be submitted to the City. 2 of 2 Attachment B - Project Schedule 2006 Annual Street Light Program City of Elgin Work Task 2006 May June July August September October Notice to Proceed - May 11, 2006 Meetings, Coordination & Data Collection Field Review and Base Sheet Preparation Preliminary P.S.& E. - 30% City Review IDOT Review Preliminary P.S. & E. - 75% City Review Preliminary P.S. & E. - 90% City Review IDOT Review Final P.S. & E. Bidding Assistance -f �y FEC `` ', City of Elgin Agenda Item No. h. ,.d.,rI vI E4� / L I April 21, 2006 G 40 it N TO: Mayor and Members of the City Council l r FINANCIALLY STABLE CITYGOVERNMENT EFFICIENT SERVICES, AND QUALITY INFRASTRUCTURE FROM: Olufemi Folarin, City Manager John Loete, Public Works Dire for SUBJECT: Engineering Services Agreement with Ciorba Group, Inc. for the 2006 Annual Street Light Program. 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 Ciorba Group, Inc. for engineering services for the 2006 Annual Street Light Program. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with Ciorba Group, Inc in the not-to-exceed amount of $30,470.00 for the 2006 Annual Street Light Program. BACKGROUND The Annual Street Light Program installs street lighting on selected sections of collector streets to enhance the safety and appearance of that roadway. For 2006, the section of Summit Street between Dundee Ave and Hiawatha Street was selected. A Request for Proposal (RFP) was developed for the design and inspection work on the project and engineering firms were solicited. Five firms submitted proposals at the deadline on March 31, 2006. The firms responding were: • Ciorba Group, Inc. • Crawford Murphy and Tilly, Inc. • Hampton, Lenzini and Renwick, Inc. • K-Plus Engineering, Ltd. • Strand Associates, Inc. A staff selection committee evaluated the five proposals, with Ciorba Group, Inc being selected as the most qualified firm for the project. Upon selection, Ciorba Group, Inc met with staff to finalize the project scope and negotiate a project fee. The final negotiated fee is for $30,470.00 .I r t 2006 Annual Street Light Eng. Agreement - April 21, 2006 Page 2 for the design, engineering and construction inspection services on the 2006 Annual Street Light Project. 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. The current total budget for design, inspection and construction of the project is $150,000. The decision package submitted for this program indicates that the size of the Summit Street project and the requirements that IDOT will place on the lighting design will likely cause the cost to exceed $150,000. No project was scheduled for the 2007 Annual Street Lighting Program in anticipation that funding would be needed. To split this contiguous project into two projects would only increase construction costs unnecessarily. If the estimate of probable cost that will be done by the Ciorba at the completion of design confirms the need for additional funds, the bidding of the work will be delayed until December of 2006 so that the award can utilize the funding from 2007 as well. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None dm., F -NCIAL IMPACT (fciiiteL_The cost of the agreement with Ciorba Group, Inc, will total $30,470.00. Funds for the project are available in the Riverboat Fund, account number 275-0000-791.92-36, "Buildings/ Structures", project number 339695, "Annual Street Light Program (2006)" with $150,000 budgeted and available. Vii* (AL IMPACT None ALTERNATIVES 1. Approve the Engineering Services Agreement with Ciorba Group, Inc. 2. Do not approve the Engineering Services Agreement with Ciorba Group, Inc. Respectfully submitted for Council consideration. (CP) Attachment Exhibit A Location Maps 1411--14- yrio „ `” ' y .�i ..a. #11 Location Map ""' 4 ti i�1 b ;41A '.. =ill _t, u '4: 1 z'i SO i -- M' • � # r , I j ' ''4"; y,wk VI A 1' Summit St. Project Area rS tt ) Ti/ 'v1 +'9 I, x. t40 1r 1"`7,t 14% .} — •4 r 1� • -10/iii,.. ,1t41 .'- b 1 ,,. ;0 " ;1'. y� g+;, • ,; tip' ri ,1 fa, t 4 *. s� w •d •' , yam.- J! I '� t 1 �,y re .1 t.a., k: 1, - ;" . .� ' .i;� 1 �� ,_ „ A. � . gat*,. *� _ li l':' Fo�J 1 r � F „.r, r p • m i f . 'µ,by�-1 • ' k�.f1 w 1" 1 ,J) 1 � i it;„,,,,, ?le . d� a M,_ �, to Hiawatha ) �� �, 'Ir -� ,,� Pro'ect Area Summit Street from Dundee x 1t- .. f t,_- , 1. I, *PA �'. � +. " , a a•\ M 1.,i r e 4 l !' ' : ,. ar 3 „. 14":3" wap ,, ' ,.. "- ' '� :'4,r. .1t 4 1�1 1rA e�p�l ri Ci • fi ' t om ' r .' �:j + ,, { 4 :,_. 9 *1 ,Imo.:. ,,✓w., ,, !A, - a P, i.' . . ,o-. ' , ` 'x 11 if$ ' 11 t,IA .t r .„‘„mixoretiftwirTzm • r " H .....:- °"'.+M�lw-. • � ",°" r 19 w+■ r s ..' 1 . "kg 4 ii g'•,a N �1i f ' 1 'Rl F 4" ,r t rt 7 p A [ , 7 t" „ ,a.. W �j\. E .1 AC , ,, :rte* ar Ni 4'R " p, It i�yF� } R I :F3 IkY+ y Re "I S tt, ma � - ii. . ' tP, ur , r §. ��. ��. - �, ., _ —r. _, :" :. -•ate.4484, 1 :: p ' `yii '- .a „ ' rye _ �'n For more information contact: . R "9!i ' .1�1 `' 'y '"d,• .-6 11 ` :�.+'IA 1 1 V ' I „Er , y ' -1r `� ,; ,: i •- ,.. .1 e1�i��xi 1 �w _�"i,` .c,o.r . �l , iii . - 1 y - te r" 3 r1'.i)plp W a.. T' 1 .i .� .A , "; 4 -317 .11 1i. Pi ,, 1.- a, • �, 1 �4 ` �� e . ,....:4# -",(4,,,,,A,:it4t,..,x,.....#0,irr,,,..tr - i ,,,,,, -,.1 k ' '-‘--• , , ,,,,. i r ♦. ia. 4t +iY s.1 i » ea t �, i A ` f fur i` 4.#, � t'' '.S' fi ' - 1 x x i •l4 P"-w" .qir p ►4.d �» �. ' rs , H Map createdElgin In n 1 y with CASSVIew- ." _. !' I _ it 1 .;'. y i April 11, 2006 09:45 AM E M_ Copyright 1998,1999 Data Dynamics , This is an evaluation copy,Visit www.datadynamics.com for more Information, For support during evaluation please send email to supportCOdatadynamlcs.com Exhibit B Selection Process Rating Sheets 1 1 1 QUALIFICATIONS RATING SHEET • 2006 ANNUAL STREET LIGHTING PROJECT Ciorba Grou• Crawford Mu •h and Till Inc Ham•ton, Lenzini & Renwick Steve John Charlie Chad Steve John Charlie Chad Steve John Charlie Chad EVALUATION FACTORS WEIGHT Pertzborn Loete Pitt Butzow Pertzborn Loete Pitt Butzow Pertzborn Loete Pitt Butzow Project Manager Qualifications 0-2520 20 19 20 MIM Project Team Qualifications 0-25 20 O!MWN 20 20 20 11531.11111.1011111101111.31111 Firm Experience 0-10 1111111111110111111M 10 IM 10 WM 10 MO 10 WM 10 Scope of Services Proposed 0-25 20 20 20 20 20 Intallaill 22 WM Familiarity With Conditions 0-10 11110111111111011 6 9 1 10 10 IMO 10 10 10 MIDI 10 Technology 0-5 TOTALS 0-100 80 88 89 85 81 86 81 86 77 87 88 84 K-Plus En•ineerin., Ltd. Strand Associates, Inc. Steve John Charlie Chad Steve John Charlie Chad EVALUATION FACTORS WEIGHT Pertzbom Loete Pitt Butzow Pertzbom Loete Pitt Butzow Project Manager Qualifications 0-25 19 20 20 19 111111020 Ma 20 Project Team Qualifications 0-2520 111110111111 19 ; g Firm Experience 0-10111131011:11111 9 11111E1M111011111111111111C1111 Scope of Services Proposed 0-25 wominigiumniimminumiing' Familiarity With Conditions 0-10 Technology 1111011111111MME111011311111111011111112111111131111111111 TOTALS 0-100 79 89 79 82 73 76 77 78 AVERAGE SCORE SHEET 2006 Annual Street Lighting Project CONSULTANTS Ciorba K-Plus Strand SELECTION TEAM Group CMT HLR Engineering Assoc Steve Pertzbom 2 1 4 3 5 John Loete 2 4 3 1 5 Charlie Pitt 1 3 2 4 5 Chad Butzow 2 1 3 4 5 TOTAL SCORE 7 9 12 12 20 Low Total Score Indicates Top Ranked Firm Notes: Assign Scores based on the following formula: (1 -first, 2-second, 3-third, 4-fourth, 5-fifth)