Loading...
07-61Resolution No. 07 -61 RESOLUTION AUTHORIZING EXECUTION OF A FIRST AMENDMENT AGREEMENT TO THE ENGINEERING SERVICES AGREEMENT WITH TRANSYSTEMS CORPORATION FOR THE CENTRAL BUSINESS DISTRICT STREETSCAPE PROJECT 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 a First Amendment Agreement to the engineering services agreement with TranSystems Corporation for the Central Business District Streetscape Project, copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: February 28, 2007 Adopted: February 28, 2007 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk s/ Jennifer Quinton Jennifer Quinton, Deputy City Clerk First Amendment Agreement i Amendment Agreement No. 1 is hereby made and entered into thiaday of 2007, by and between the City of Elgin, an Illinois Municipal Corporation (hereinafter re rred to as "CITY ") and TranSystems Corporation, a Missouri Corporation (hereinafter referred to as "ENGINEER "). WHEREAS, the parties hereto have previously entered into an Agreement dated March 22id, 2006, attached hereto as Attachment "A" (hereinafter referred to as "ORIGINAL AGREEMENT ") and WHEREAS, ORIGINAL AGREEMENT provided for a maximum payment of $543,948.28; and WHEREAS, the parties hereto have each determined it to be in their best interest to amend Original Agreement; and WHEREAS, the CITY has determined that the proposed scope of the PROJECT should be modified to include surveying, design and construction engineering services for the 2007 underground improvements, construction engineering services for the 2007 roadway and streetscape improvements, and surveying and design engineering services for the 2008 roadway and streetscape improvements for the overall Central Business District Street Resurfacing and Streetscape Program, and WHEREAS, the circumstances necessitating these changes in performance contemplated by this amendment are germane to the original agreement as signed and this Amendment Agreement is the best interests of City and is authorized by law. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto herby agree as follows: 1. Section I (B) of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "ENGINEER shall also perform the additional services for the PROJECT to include surveying, design and construction engineering services for the 2007 underground improvements, construction engineering services for the 2007 roadway and streetscape improvements, and surveying and design engineering services for the 2008 roadway and streetscape improvements" 2. Section I (C) of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "A detailed Scope of Services for the additional services provided by the First Amendment Agreement is attached hereto as Attachment B." Paragraphs IV (A) is hereby amended to read "For services provided by the ENGINEER as described in Attachment A in the First Amendment Agreement, ENGINEER shall be reimbursed at the rate of 2.9 times the direct hourly rate of personnel employed on this PROJECT as set forth in Attachment B of the First Amendment Agreement, with the total fee not to exceed $1,324,248.91 regardless of the actual time expended or actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the DIRECTOR" 4. Paragraph IV (B) is hereby amended to read "For outside services provided by other firms or subconsultants, the City shall pay the ENGINEER the invoiced fee to the ENGINEER, plus N/A. Any such invoiced fees to ENGINEER shall be included with and constructed as part of the above - referenced amount of $1,324,248.91." 5. Paragraph IV (B) is hereby amended to read "A cost estimate of consultant services for the additional services provided by the First Amendment Agreement is attached hereto as Attachment C. Such consultant services fees shall be included with and construed as part of the above - referenced "not -to- exceed" amount of $1,324,248.91." 6. Except as amended by the First Amendment Agreement the Original Agreement between the parties shall remain full force and effect. CITY OF ELGIN TRANSYSTEM/S /CORPORATION By: Y41, Todd S. Bright Vice - President Assistant Vice - President AGREEMENT THIS AGREEMENT, is hereby made and entered into this yZ day of A /4A 2006, by and between the CITY OF ELGIN, Illinois, a municipal corporation (hereinafter referred to as "CITY ") and TranSystems Corporation, a Missouri Corporation (hereinafter referred to as "ENGINEER "). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the CBD Street Resurfacing and Streetscape Program (hereinafter referred to as the "PROJECT "); and WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, 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, hereinafter referred to as the "DIRECTOR ". B. Services to be provided by the Engineer include design and construction services for the Central Business District (CBD) Street Resurfacing and Streetscape Program. As part of this Agreement, the services will include design and construction services for the 2006 underground improvements, scoping of the streetscape elements for the overall project, and design of the roadway and streetscape improvements to be included in 2007. C. A detailed scope of services is attached hereto and made a part hereof as Attachment "A ". Engineer shall comply with the provisions of Attachment "A ". II. PROGRESS REPORTS A. Engineer shall comply with the detailed project schedule which is attached hereto and made a part hereof as Attachment "B ". Engineer shall record progress pursuant to the project schedule and shall submit a report of such progress as a component of the status report described below. Attachment "A" -2- 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 2.9 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $543.948.28 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 N/A . Any such invoiced fees to ENGINEER shall be included with and construed as part of the above - referenced amount of $543,948.28 C. A cost estimate of consultant services is attached hereto and made a part hereof as Attachment "C ". Such consultant services fees shall be included with and construed as part of the above - referenced "not -to- exceed" amount of $543,948.28. D. The CITY may 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. -3- 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 task amounts set forth under Paragraph IV above. VII. TERM Unless terminated for cause or pursuant to Article VI or DC, this agreement shall be deemed concluded on the date CITY determines that all of the ENGINEER(S) work under this Agreement is fully completed and is 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 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 um 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. -4- 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 completion, expiration and/or termination 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. -5- 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 Sinele 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. 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. role 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. XVH. 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. -7- XX.MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this agreement shall be in the Circuit Court of Kane County, Illinois. XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 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; M 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 512 -105. XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: JOHN LOETE, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120 -5555 B. As to ENGINEER: TODD S. BRIGHT, P.E. Vice President TranSystems Corporation 1051 Perimeter Drive, Suite 1025 Schaumburg, IL 60173 -5058 M 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 w� —� B} :.v. City Clerk Manager (SEAL) For the ENGINEER: Dated this LY day of / larch) A.D., 2006 ATTEST: By_%�a- Zfte B Vice - President '1sst. Vice -Pre ident (SEAL) Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES A. Planning and Concept Development Services Project Coordination and Data Collection a. Preliminary conference with the City staff to confirm (estimated as 1 meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Invoicing and payment 7. Other administrative considerations b. Inventory readily - available existing data for the project area and immediately surrounding neighborhoods including: 1. Traffic data (in- person traffic counts are not included in this scope) 2. Right -of -way data 3. Accident reports 4. Conventional and digital map files 5. Aerial photography 6. Jurisdictional boundaries 7. Property boundaries 8. Property owners 9. Other area roadway, utility, and signal improvements 10. Current public utility atlases 11. Current power, communications, gas, and other private utility atlases 12. Previously prepared plans and reports 13. Development plans c. Review potential alternative funding sources for this project. Various phases of this project may be eligible for funding through the 1TEP, STP, or other outside funding sources. If any potential sources of funding are identified, TranSystems Corporation will meet with City representatives to discuss their merits and the additional processes that would be required for funding compliance. (estimated as I meeting) The City will have the final say in whether outside funding is pursued or not. 2. Field Survev a. Conduct full topographic design survey based on the English system including establishment of horizontal and vertical controls, topography, accesses, cross sections (at 50 foot increments), drainage, utility structures, and right -of -way verification. The field survey will be conducted along Grove Avenue from Prairie Street to Highland Avenue, Spring Street from Grove Avenue to Chicago Street, and Fulton T?.M/SYS7-EMS Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program Street from Spring Street to Villa Street. Survey limits will include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is estimated as 4,200 feet. Portions of the survey will be reused for the subsequent yearly improvements. b. Download topographic survey and cross sections in AutoCAD or Microstation. Plot survey at 1 " =20' scale and plot existing cross sections. Conduct a plan-in -hand, walk - through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Inventory existing signing. d. Conduct a drainage and utilities survey to determine the contents, pipe sizing, and flow direction (as applicable) for all public underground utility structures. e. Request a JULIE utility design locate. Survey, download, and map the JULIE utility lines. f Observe, digitally photograph, and digitally videotape the project to become acquainted with readily apparent existing conditions. g. Conduct tree survey /condition inventory for existing trees within the public right -of- way. h. Perform a vaulted sidewalk and utility service inventory. Meet with building owner or resident representatives to identify the location of vaulted sidewalks and utility services (both public and private) which require replacement, modification, or realignment. It is estimated that 30 buildings front on the streets within the project limits. i. Draw existing utility information from utility atlases on the project base map. Update as additional information, such as future plans, test hole data, or comments are received. j. Conduct a pavement core investigation to identify pavement condition and composition. Reconstruction of the roadways is not anticipated, and therefore, a complete soils investigation program will not be undertaken. 3. Alternatives Development a. Meet with the Downtown Neighborhood Association to discuss project concepts, impacts, and recommendations. (estimated as 1 meeting) b. Conduct a public workshop meeting to introduce the project and to obtain citizen input on concept development. (estimated as 1 meeting) 2 %?.#/SYSTEMS CCa' ?PO/2�,T 1ON A° Attachment A - Scope of Services CBD street Resurfacing and Streetscape Program c. Walk the site with interested parties to discuss existing conditions, strengths, and weaknesses. (estimated as I afternoon walk - through) d. Analyze the opinions to identify opportunities and constraints. e. Analyze traffic data and existing parking conditions to determine if any roadways should be narrowed to increase the sidewalk width. Opportunities to create additional parking will also be considered; only changes which will not reduce the number of parking spaces will be evaluated. f. Perform a cursory accident analysis to determine if any high accident cluster locations exist. Identify potential countermeasures which could fall under the scope of this improvement. g. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. h. Evaluate the condition and applicability of existing streetscape elements near the new parking garage, adjacent to The Centre, and along Grove Avenue from the 1995 project. Meet with the Parks and Recreation Department to discuss potential elements, applicable construction methods, and maintenance issues. (estimated as 2 meetings) Summarize the information in a brief preliminary planning and alternative concepts document, assembled jointly by TranSystems Corporation and DLK Civic Design. 4. Public Participation a. Conduct a series of information and focus meetings with area residents and business owners, as well as the Downtown Neighborhood Association to present the preferred improvement plans and solicit public input and comment. (estimated as 2 meetings) b. Prepare all notifications, handouts, presentation text, exhibits, and minutes for the above meetings. Exhibits may include plots, photos, hand or computer renderings, drawings, or schematic plans as specific conditions warrant. c. Prepare newsletters for distribution to the public at various times. (estimated as 4 newsletters during the design phase) d. Create content for the City's web site to publicize public involvement opportunities and current issues under consideration. Post various design alternatives and public meeting information/exhibits for the public's view and create an online forum for comment, subject to City approval. Comments from the web site will be used as input and guidance for the design process throughout the planning, design, and construction phases of the project. Ta4rvSYSTEn4s CGX1P0l2AT /ON /%/5: -:.. 5. Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program e. Designate an individual as the primary public contact for the improvement. This person will expeditiously respond to resident, business owner, City Council, and media requests for information and continent. Framework Plan a. Prepare a schematic design for the project area illustrating alternatives for the location, type and/or style of the following items. Consider the previously completed downtown Streetscape schemes, input from the public and other stakeholders, and sound engineering practice. 1. On -street parking 2. Pedestrian walks and cross -walks 3. Benches, trash receptacles, and other pedestrian amenities 4. Irrigated planter boxes 5. Trees in tree grates 6. Lighting 7. Plant materials 8. Special. features 9. Roadway intersection geometry (bump -outs or comer radii modifications) 10. Paver bricks b. Document the schematic streetscape design using: 1. The surveyed base map 2. Conventional and computer graphics as may be appropriate 3. Supplementary sections and elevations 4. Photography from comparable projects, completed sections in the Elgin CBD area, and/or product catalogues c. Review improvement for vehicle, bicycle, pedestrian, and ADA accommodations. d. Prepare preliminary opinion of project costs. e. Present master plan and recommendations to City Public Works staff. (estimated as 1 meeting) f Present the master plan to the City Council with representatives from the Public Works Department. Prepare necessary exhibits. (estimated as 1 Council presentation) 0 T?AIVSVSTEA4S CcY ?POl2AT /ON A/6 -_ Attachment A - Scope of Services D Street Resurfacing and Streetscape Program B. Sanitary Sewer and Water Main Design Services 1. Preliminary Design a. Consult with City staff to review the scope of the project and collect pertinent information from the City: 1. Review the City records for information on the water system and sanitary sewer system. 2. Coordinate with Public Works forces to determine the location of the nearest functional water valves, water service tap locations, and building/hydrant fire services. 2. Compare records to the conducted private utility location survey and develop a useable map of existing water main and sanitary sewer mains and services. Recommend locations for dye testing to verify sanitary service conditions and locations, if necessary. b. Review City utility maps and previous engineering studies conducted by the City: Assess the need for separation of the sanitary and storm sewer mains in areas where this work has not yet been completed, if any. 2. Review City records, videotapes, public continent, and drainage survey to identify locations of necessary storm sewer repair. 3. Examine sanitary sewer televising tapes and reports to determine the condition of the existing sanitary sewer and estimated location of services. It is expected that videotaping will be performed by the City and sewer lining will be performed by others under direct contract with the City as part of the annual sewer lining program. In conjunction with the sewer lining firm, identify any necessary repairs beyond the planned fiberglass lining. 4. Review private utility survey, sewer videotapes and associated reports, resident and business comments, and City records to identify sanitary sewer services in need of replacement. 5. Review the City maps, records, and past engineering studies to determine the need for resizing the water main. Analyze the value of providing stub - outs for future building fire services. It is expected that all water main within the project limits will be replaced, regardless of apparent condition. %?AJ/&r'S7-EMS Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program c. Conduct a physical survey of the sanitary manholes within the project limits. Compare observed field conditions to the City's atlases to identify any potentially buried or removed manholes. Inform the City of all sanitary manholes that are not located. 2. Investigate all of the located manholes by surface and internal inspection. 3. Review sanitary manhole rehabilitation methods with the City and recommend repair methods or replacement for each manhole requiring rehabilitation in the project area. d. Identify the locations of cross -road lighting conduits necessary for the installation of the lighting system. It is anticipated that the new street lights will be installed under the surface improvements contract so that the foundations can be correctly set to match the new field conditions. Cross -road conduits and services which require pavement patching will be installed as part of the utilities contract. e. Identify the location of any in -line water main valves or pressure connections necessary for water main isolation and replacement staging. Engineering services for underground utilities do not include engineering design of electrical conduit, transmission lines, or services; gas transmission mains or services; telephone lines or services; or cable television lines or services. TranSystems Corporation will work closely with the appropriate utility companies to facilitate any improvements or modifications that are necessary; however, we will not actually design these facilities. 2. Prefinal Contract Plans. Specifications and Cost Estimates a. Prepare prefinal contract plans, specifications, and estimates for the sanitary, water main, and lighting conduit work. It is anticipated that the following sheets will be included in the contract plans: List of Plan Sheets Title Index of Sheets and General Notes Alignment, Ties, and Benchmarks Summary of Quantities Existing and Proposed Typical Sections Existing and Proposed Plan (20 scale) Profile Drainage and Utilities Plan (Including Water Main and Sanitary Sewer) Detour / Alternate Route Plan Maintenance of Traffic Notes and Typical Sections T ?M /SYSTEMS CGY2P0/?AT /ON / /f_ Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program Maintenance of Traffic (50 scale) 4 Lighting Plan 2 Vaulted Sidewalk Filling Details 2 Construction Details 3 Total 31 b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The IDOT Standard Specifications for Road and Bridge Construction will be used as the guideline for these construction projects, unless the City desires a different standard. c. Prepare the status of utilities to be adjusted specification. Meet with representatives of the various affected utility companies to discuss necessary relocations, system upgrades, service and meter relocations, and other related work. Coordinate schedules for the required private utility work. (estimated as 3 meetings) d. All utility relocation necessary for sidewalk vault filling is expected to occur under or concurrently with this construction contract. To the extent that vaults can be filled at the same time, that work will be included in the contract as well. e. Prepare the IEPA Water Main and Sanitary Sewer permits, as applicable. The City will be responsible for payment of any required permit fees. f. Conduct public meetings to present the scope and schedule for the improvements. (estimated as 2 meetings) 3. Final Contract Plans, Specifications and Cost Estimates a. Meet with City subsequent to the submittal of the prefinal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) b. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide thirty (30) sets of 11 "x17" plans, specifications, and bid documents. c. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and AutoCAD or Microstation formats to the City. d. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) e. Attend the pre - construction meeting. (estimated as 1 meeting) 7 TZ4MSYSTEA4S �` CQ?PO/2AT /ON /fl= Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program C. Streetscape and Roadway Improvements Desien Services Proiect Coordination a. Meet with City to discuss the proposed improvement plan. (estimated as 1 meeting) b. Meet with City subsequent to submittal of prefmal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) c. Conduct public meetings throughout design process to solicit public input and comment. One meeting is anticipated before prefinal plan submittal and one meeting is anticipated after City comments have been incorporated. (estimated as 2 meetings) Prefinal Contract Plans a. It is anticipated that the following sheets will be included in the contract plans. The project will be prepared in English format. List of Plan Sheets Title Index of Sheets and General Notes Alignment, Ties, and Benchmarks Summary of Quantities Existing and Proposed Typical Sections Existing and Proposed Plan (20 scale) Profile Drainage and Utilities Plan 5 Detour / Alternate Route Plan I Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic (50 scale) 4 Paving Plan 1 Lighting General Notes I Lighting Plan 3 Wiring Diagram 1 Lighting Details 4 Pavement Marking and Signing 2 Erosion Control Plans and Details 1 Cross Sections (50' increments) 15 Vaulted Sidewalk Pilling Details 1 Construction Details 5 Streetscape and Tree Plan (20 scale) 3 hrrigation Plan 3 Irrigation Details 2 Streetscaping Details (including sidewalk jointing plans) 5 Planting Plans and Details 4 Total 77 T ?M /SYSTEMS /�,µ CGY2P0/7AT /ON /f / - -_ Attachment A - Scope of Services Resurfacing and Streetscape Program b. Identify planting methods, tree pit configuration, soil mixtures, irrigation, and subgrade drainage to ensure plant longevity and health while minimizing the required annual maintenance. c. Lighting will follow the design and layout already installed in certain portions of the CBD area. The relatively new double acorn lighting on Grove Avenue may be left in place, dependent on City wishes, even though it does not match the new single acorn standard used in the north CBD. Traffic signal work will be completed by others prior to the start of this project; it is anticipated that no changes to traffic signal installations will be necessary. d. Street resurfacing is anticipated except in the vicinity of the abandoned rail line. In those areas, the pavement will be reconstructed to provide a smoother profile. 3. Prefinal Documents a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The IDOT Standard Specifications for Road artd Bridge Construction will be used as the guideline for these construction projects, unless the City desires a different standard. c. Prepare the status of utilities to be adjusted specification. It is anticipated that all necessary upgrades and adjustments besides minor surface improvements and manhole rim adjustments will have taken place prior to or during the utilities contract construction. Therefore, extensive utility coordination is not anticipated for the Streetscape and roadway contract. Vaults not filled during the underground contract will be filled as part of this improvement. d. Prepare the NPDES permit. 4. Final Contract Plan and Documents a. Based on comments received, final contract plans, specifications, and documents will be prepared. b. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide fifty (50) sets of ll "x17' plans, specifications, and bid documents. c. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and AutoCAD or Microstation formats to the City. Ta4JVSYSTEMS Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program d. Attend a pre -bid meeting with contractors and City personnel. (estimated as 1 meeting) e. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) f Attend the pre - construction meeting. (estimated as 1 meeting) D. Construction Inspection Services TranSystems Corporation and Geo Services, Inc. will provide the resident engineer, inspectors, and other technical personnel necessary to observe, monitor, and document the contractor's progress on the project from the start of field operations to final completion. Pre - Construction a. Video record and document the existing site conditions. b. Attend the pre- construction meeting. 2. Liaison and Contract Control a. 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. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses, City's on -site representative, etc. C. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. 3. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns, comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exlvbits shall be available for public viewing. Ideally, this office would be in the same location as the engineer's field office. 10 TZdWVSYSTEA4S Attachment A - Scope of Services cm Street Resurfacing and Streetscape Program C. Continue to maintain the project web site and disseminate relevant information to the public through this means. d. Prepare and distribute project newsletters and/or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service, and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 4. On -Site Review of Work a. Conduct continuous and full -time on -site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed work will conform to the requirements of the construction contract documents. b. Instruct 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 inspections, 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 inspection will be required. C. 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. d. Perform all required field tests such as concrete tests and soil compaction tests and ensure such tests are conducted as specified. Analyze the results of all field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. C. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. f Stake -out construction lines and grades and assist the contractor with interpretation of the drawings and specifications. g. Prepare and submit detailed daily reports of construction progress. h. Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. 11 TarvSYSTEA4S CQ' 2P0/2AT /ON A Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program 5. Contractor Suggestions and Requests a. 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. 6. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. b. Review and approve 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. 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. C. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. 7. Schedules a. Prepare a final Primavera construction schedule with the participation of the contractor and obtain the contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated Primavera construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. 12 ]ZANJySTEMS Attachment A - Scope of Services CBD Street Resurfacing and Streetscape Program 8. Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of minutes thereof. Arrange a schedule of on -site job work meetings with the general contractor and subcontractors to review day -to -day operations. b. Attend public informational meetings that may occur from time to time during the construction phase. 9. Contract Administration and Records a. Handle all day -to -day contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions 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. 10. Report s a. Fumish 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. 11. Contractor Pay Requests and Change Orders a. Review the contractor's requests for payments as construction work progresses, and advise the City of the amounts due and payable to the contractor in accordance with the terms of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. 12. Government Policies a. 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. 13 TZ4fVSVSTEMS CQ2PORAT /ON � /._'� Attachment A - Scooe of Services CBD Street Resurfacing and Streetscape Program 11 Final Completion and Record Drawings a. Prepare record drawings which show field measured dimensions of the completed construction work which the engineers consider 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. b. Conduct a Enal inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractor's final request for payment. C. Conduct a final "lessons leamed" meeting with design engineering and City staff to discuss project procedures and items for potential improvement in future projects. The goal of this meeting shall be to have continuous improvement in procedures and property owner /tenant disruption over the course of the multi -year project. 14 %?9IVJVSTEA4S CGY2P017.4T /ON / / /_ -_ Attachment B - Project Milestone Schedule CBD Street Resurfacing and Streetscape Program City of Elgin 3/14/06 A. Planning and Concept Development Services Notice to Proceed 3/23/2006 Kick -off Meeting 3/30/2006 Initial Meeting with Downtown Neighborhood Assoc (DNA) 4/13/2006 Complete Field Survey 4/1312006 Visioning Session with DNA 4/27/2006 Complete Framework Plan 6/8/2006 B. Underground Design Services Submit Prefinal Plans, Specifications and Estimates 7/10/2006 Submit Final Plans, Specifications and Estimates 8/7/2006 C. Streetscape & Roadway Design Services Submit Prefinal Plans, Specifications and Estimates 10/30/2006 Submit Final Plans, Specifications and Estimates 12/25/2006 D. Underground Construction Inspection Services Advertise 8/7/2006 Bid Opening 8/21/2006 Award Contract 9/4/2006 Begin Construction 9/18/2006 End Construction 11127/2006 Finalize Documentation 1/8/2007 Attachment C - Cost Estiamte Summary CBD Street Resurfacing and Streetscape Program City of Elgin 3/14/06 TranSystems Corporation $411,280.23 DLK Civic Design $129,703.00 Geo Services $2,965.00 Total $543,948.23 N U 0 2 0 0 m h H W LL N W CL U U U u f-� e000000aos000es c N E o e L m V N O b N N N N o o o oo°eeso N N Q Q � U c0 a � T f N N O E E 0 U (O a; (/J 0 0 N N N N 0 H Z_ a 0 W N O a N LL W 0 m e000000aos000es o o o oo°eeso 0 _ r N r N N O c A r r e{ (O I� N r N c0 (� r r N 7 r N N r N O c A H O I N M([ I O N N r g m O m 7 M W r V N O r N O O 01 m O N N O) 7- N O OJ O S. O 1`- N (O W O O M. � M O O r 0 0 N r O O tr> (7 t0 (V jQ 0 7 7 N O m n (O N O) of 7 W 00 (O 7 N 7 m N N M N 7 N N Q � 7 M � C N ,r N O N (6 7C4 r V r N r N (O (pp uM"� N N U T O1 (NO O) N I M 7 (p O O o 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 � O U 7 m 7 N N 7 N N CM m O r N of N M N ro O M N 7 N (h N I� M n m N N � (O N N m r M. O P r N cq 0 0 q (D O I� N v N N 7 0 r O) r O O O r ro 7 c0 N 7 7 0 (D N N N r N , N [O O) M N (h t0 N N 7 r r N V r r N N LL 7 N r r I� C N T r V Nj r r N 0 0 0 o p 0 0 0 0 0 N r p d N O U O M m m r 7 (O W Y S N of M 0 Lq O O N O N O O N O t: N O N N N C1 M N N 0 70)M m OW 7V ON O 0 0 N m y LO0O lD "1y: M .. N m N — m N N 7 N (D N O O o N N m r 7 M N a7 O) N N c- N (p 7 N > �' G1 N O c L O O M N O O m m 7 O N O m (q N r 0 cq O O O 'O) N 7 I- c0 It 11 09 7 It N W CO O N O OJ N 7 M N m OJ m N N Q) N (O r N O N T 7 O W O (O M n 7 7 co m N m N (D N N M (� m M r N N 7 •- m N t� N N (n N N r N cl M cr d (D N c0 7 7 (O 7 aJ N 0 7 7 N r (p 7 W (O O N N c0 O N (` N �,N 070�N(O OmO 07 NM n O m L C m N N to N c o � m O U O m m CL v o c a c o OO 0 Up O N U U U `o c o y K m w co c m U t SO M N N 06 N N c a c y 'U c J 9 0 c O 0 C O N O Q a m m d E `6 ;° o v CR 0 c m a 0 E a 0 m ° m F- `o Z,0 000 cm m(����'Q omE o Z m m U w U U 0 w cu D K o m a> h tS E o O N> a 3 m m m c 0 U° U N U 'C m E U QU, c U O 0 O N O _ O AUL) U D C L c O O c 4 N 'O R N ` N C O ` d C d 'N N ] c O O QN ' U U L a_LLQ aa a0 -L ao(L a a0U U) U)O U O �- M N M 7 1 N m r N (h 1 .- QQQQ Qa1 mc000UU 000000000❑ 000 (O a; (/J 0 0 N N N N 0 H Z_ a 0 W N O a N LL W 0 m z Y G EE U Rs Y Y Q IA N R v d a 3 0 S d G1 zo ml a N � 0 a O i N c m 0 U N N O A> 0 uj O LL W O O N m a a W Z a a v n rn rn c e» N 6 0 0 0 0 N E d m N N N n u L 7 m N N N V ax o Q vo 00 00 0o a� G S � N ~ N �Q of co rvv o M c ea E e o o a a o e o p e m m W N N N mP-m N t0 � p N O c V ` +1 1 V � n Q p x N N R 1 N N L Ot m N m m N [O m m o n mm r N C+ en .0 o° Z a m M N N N m O M M O m N 00 N N N N O tN V 2 � p > M dry' Q Ip O � a n o 0 0 0 o° 0 � o n a` p N m m m N ax Q 6 O N 2r (V C O M I- O N V M 0 C'i d 6 S9 U m C 0 0 0 0 0 0 a o o o O c o' o 0 �NOOm 0 N T O m <<' O N N N O(Om 0O N m c? N m m N O O N p ° ao°ioN o m o tn o m 16 .- N° o� 0 i m y M d 0 M (O N m Q O m O O N m M N N 0 N CJ N m Ol N (O r N m U; r> m m N Ol Vl N C N V') f0 (O N N m O m m i, (O 6 N m N O x d'I�NNNro Ra V V CJ °]N th mNa' MN �'NN �- c7NN�ON� O N O @ > 7 = L C m C N N U N d = O O O U O C m m C d C O c - - - 6 O d C U-N T O)m @ d . U N O N C @ C @U c @ U p W J m U m m 0 C m C O mC U C If- d M c o ` m °@ ' C W N = O C c' C 0 C 0 C 0 nin . m L u L p L o EC > " v 0 aw CC' C7' m •�C H �C a � � 2 !FEccEwwwft*t °mmCCC2m- 0 E@ cwC m o o `: m 'anV 0 72 E O C U C N 2- - c C N p p 0 0 0 0 U O Q Q Q C p E C @ ` U) m C) 0 cr 0 n 00C)U UU 0 � �� N¢0 N N O A> 0 uj O LL W O O N m a a W Z a a U V v E V m Y N N d R u Q7 Q T 0 7 x m d 7 El m 0 ry N a ° v � N J O U N N O�Q y > m mw o. w O O m a N a O LU H Z a 0 Q N q tU OJ t0 O Mq o° o Nmm m <0 0 _ a M of vi N N ,.i 6 J O m m N y m O C U = m r C h q > CO N (O n cq0 Ci � x?� C QO � O C MmtU OOMN � o o' C C m ° U° aN T Q 6NN o m Oj t2 m� ono 0o q V= ra r� o - e o 0 0 o 0 U° N N O N N Q � U O = M 0 a a O N O r M m Y" J N m N m m r C d• ° d. � m N N � m+ O m �> Cm r 01Na rrrN M Uj I� M O � 6 C N N �Op00 p m= L OI r q N O m m N N :7 M O r O m O N > Q N p N r l.7 M N Mq 0 0 o z` a i•• C N m O] '= a• of a r � N ui n E u d N J O O q C N m m q p U N N m } TNOrM jd O T b rnrnorrgaM O M N m N C M 000g1n m 0 0 �U O� m N �(lr m m m m m OO��Oq h O N m V V m m Am NCMN Nf�m(V r O)vim 1�(V V in(O NmMr 66 Oi mN m N O O U ] 7 = L U 6 O O O_ U C N u ms C y C _ U U U C C C — O N y IJ iJ n U N N (C 0 Q dC O rya U C C U U U C a O m U p o p` m w 0 a c m o, C o C o E u u > iNs 2220> cm w`C F5 HC FC QE 6) ` 0 E o S @ o cm o 0 ¢0 ¢0 ¢ ° o E y 0 o S o of m L) D o o m a av amaci a U C>m U) 0Q o o o U C) c) J mw m N N O�Q y > m mw o. w O O m a N a O LU H Z a U i� C OJ E U r3 Y i' Q N d N v d �O CL` A 0 C) 0) L Q 1 Z M °a N M N O v n d � N C U m N O_ C � 0 _ > M mwo W W o O N IM a a w z cr a a�Q r M w m N o 0 m r a e U ❑ N d y vi d= O m > m O 0 o N M N M N d m O a O O (V OJ O1 c O o s 0 9 01 r r t? IS 0 h O O a ` m ri d= o o a o m a m Y m> M 0 U 0 0 r 0 o 0 N q 0 O V N N 9 m > h Q N 0 0 0 0 0 c N N N U d L 0 o= a OlO O1 r�(J (OO fO am 01N N m O) m co N C7 (D U 6 o It1 p O O O 000 OL? O O O U UT— U T m T NOr4� j' O r Ol L7 c�marrMe' O M N m tD N V Mo m tp 0M e- OI a> Nm l7 M N .nr M M m M 0 0 r 01 O IOM LO C) �M V 4J a =Q'r 4'J NIfJ N (O r V Ol C�YamM N r C N W NmmNVmNVNN�' r N t0 V 7 M N 7 r MNNe (O N M -M O) N N� O O p � C C C C jp yNj J V 0 W a N C C U N N N C L N 4 Q N CLL U c N U U U O a A c Q c c u m c m N¢ m m o 0 o aTi m rn u v ow 2 w` w c c c w w E� E 4 m C C C C C' h C N V) N W t9 C C C o> 2 a 'C C E j O O L N y ff U N N N d d d 0 0 0. C N O N C C C N a a`cn a U Uwo In D ¢o o oUUU,0 C x 00u00 0 m N O_ C � 0 _ > M mwo W W o O N IM a a w z cr a V Y C Ql E L b Y Y Q N rs V .O a` L O O ILO d ZO 0 N 0 m O c fi C O U �l d ti m m � ova y ) m �w w �m W O N m N N W z z Of a N 9 of � (p HMH S� Q Q C 9 K ° c y a ° U � J m I m o o = a h m m Q a � n ° T 0 o rc c 3 m m G = n `o 0 m h � M> h O O Q o N d o 0 e 0 0 u 0 0 0 o = a m � o i r y j m m O O = v h m h m V3 0 O @ a o IF - 9 o L L y� N j m m � O O = 9 0 m v rn o C e ry O O O ° p a N Y] L N ru O O = 3 O L7 h O C7 N OI D N 6i IN Cf m m h (V Gl Ul m 'CC v) m l0 0 IV m m h � tU '_1 vJ m T d' (V m O O O- w N U@ N 0 y U U U W a N C ] C 3: (L C C G Li C C_ O !- N C .O @ O N c W C 1L' p Ol.� O O O 0 U O E U W � C Q ca wo ENdF y� .9.9 m m c .0m c P,Rl c C m ` 2 R G o U O w � U C c C 0 C 0 i c ¢¢¢ M m o O dill 'YLU U(n fn lL O: to 0' a 00 c) (-)o W to UUU0 U m m � ova y ) m �w w �m W O N m N N W z z Of a U v E V rt i-� a-� 4 N d LL U d .O a T i 7 0 2 d R N 7 Eq o a 0 � a O � c ul O U o � Q m m LL 0 w C) °o "a N a n F z fl a V O O ga O e � o a � N 3 O x 3a> O o e m a o N � O 2 � Q 0 o m a o N 3 O O 2 D W O a O 69 e R e C O N 3 O O 2 G v v N C > OI > C � _O e � O O O � p 2 0 6 0 c O O O u ` O x �' U O I� 47 N Q _� [V N O N m t� N Oi N N t0 r N Oi V N M d) (O h e- N m In 01 y 10 1N t0 t0 N M Ol M :n r � V) Y) N. r0 Oi V N (O O C Q N C W wQI m y 10 W a W y U a O N y N N N L yOj N N CJ U Q FO - a0 U N n O > m U m a aw c c c o o ,yo' m e L - u FHI L o L o Q ° o ` o y N m a ' a E 0 ` 0 0 _F c ' N E N ty � N N C C C C Z ` N D C 00 U O. E aC N tCga'C O U 0 0 aC U O y V 0000UUUJOf y y 0 0 0 0 O y mUUQO<N Q Q Q u o � Q m m LL 0 w C) °o "a N a n F z fl a Attachment C Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TrauSystems Corporation A -1 Project Coordination and Data Collection Vehicle 120 miles @ A -2 Field Survev Company Vehicle 15 days @ Vehicle 320 miles @ A -3 Alternatives Development Vehicle 120 miles @ Overnight Shipping 1 package @ A -4 Public Participation Company Vehicle 4 day @ Vehicle 80 miles @ A -5 Framework Plan Vehicle 80 miles @ $ 0.45 /mile $ 54 SUBTOTAL S 54 $ 36.00 /day S 540 $ 0.45 /mile S 144 SUBTOTAL $ 684 $ 0.45 /mile $ 54 $ 20.00 /package $ 20 SUBTOTAL S 74 $ 38.00 /day $ 152 $ 0.45 /mile $ 36 SUBTOTAL $ 188 $ 0.45 /mile $ 36 SUBTOTAL $ 36 Attachment C Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Corporation B -I Preliminary Design Company Vehicle 2 days @ $ 36.00 /day $ 72 SUBTOTAL S 72 B -2 Prefinal Contract Plans, Specifications, and Cost Estimates Vehicle 200 miles @ $ 0.45 /mile $ 90 Photocopies (I 1 "x17" reduced size plans) 31 sheets @ 20 copies @ $ 0.20 /sheet $ 124 Photocopies (8.5 "x11" specifications) 40 sheets @ 10 copies @ $ 0.10 /sheet $ 40 Overnight Shipping 7 packages @ $ 15.00 /package S 105 SUBTOTAL $ 359 B -3 Final Contract Plans. Specifications, and Cost Estimates Vehicle 160 miles @ $ 0.45 /mile $ 72 Photocopies (11 "x17" reduced size plans) 31 sheets @ 40 copies @ $ 0.20 /sheet $ 248 Photocopies (24 "x36" full size plans) 31 sheets @ 3 copies @ $ 1.00 /sheet $ 93 Photocopies (8.5 "xl l" specifications) 40 sheets @ 40 copies @ $ 0.10 /sheet $ 160 Overnight Shipping 2 packages @ $ 15.00 /package $ 30 SUBTOTAL $ 603 C -1 Project Coordination Vehicle 160 miles @ $ 0.45 /mile $ 72 SLBTOTAL $ 72 Attachment C Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Corporation C -2 Pretinal Contract Plans Vehicle 40 miles @ $ 0.45 /mile $ 18 Photocopies (11'x17' reduced size plans) /mile S 72 77 sheets @ 24 copies @ S 0.20 /sheet $ 370 Overnight Shipping 77 sheets @ 60 copies @ $ 7 packages @ $ 15.00 /package $ 105 Photocopies (24'x36" full size plans) SUBTOTAL $ 493 C -3 Prefinal Documents Photocopies (8.5 "x11" specifications) 80 sheets @ 12 copies @ $ 0.10 /sheet $ 96 SUBTOTAL $ 96 C -4 Final Contract Plan and Documents Vehicle 160 miles @ S 0.45 /mile S 72 Photocopies (11'x17' reduced size plans) 77 sheets @ 60 copies @ $ 0.20 /sheet $ 924 Photocopies (24'x36" full size plans) 77 sheets @ 4 copies @ $ 1.00 /sheet $ 308 Photocopies (8.5 x11" specifications) 80 sheets @ 60 copies @ $ 0.10 /sheet $ 480 Overnight Shipping 2 packages @ $ 15.00 /package $ 30 SUBTOTAL $ 1,814 Attachment C Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Corporation D Construction Inspection Services Company Vehicle 85 days @ S 38.00 /day $ 3,230 Vehicle 200 miles @ S 0.45 /mile $ 90 Mylars 39 sheets @ 1 copies @ $ 9.00 /sheet $ 351 Photocopies (11 "x17" reduced size plans) 31 sheets @ 5 copies @ $ 0.20 /sheet $ 31 Photocopies (24 "06" fiill size plans) 31 sheets @ 4 copies @ $ 1.00 /sheet S 124 Photocopies (8.5 "x11" specifications) 40 sheets @ 5 copies @ $ 0.10 /sheet S 20 SUBTOTAL S 3,846 TOTAL S 8,391 " *" Indicates In -House Direct Costs Em U Y OJ E ro Y Q ti U N a rn u � a N j S L Ot W y E a W L � o W a` E O 0 n Qi N M V Y J Q o' vN j VL t yO W �`n M N m P m N m F N N p > ry m m P C µ µ M p N p p µ N N M N N N µ p M p h N N µe N M l4 • K N ry N O. n ry O Q N 9 O hl 0' OO O ry M n ti OO 1� M ry' ry' OO 0' N O O O C P O b N N P ry Y m ry n y 0 N P O O F, „ U n a ry I.j O P A IY C H ti N H P ry �I ry F N O ]O µ N N p µ K N p h p N N h N p N µ M M N N N µ µ N N N O O 6 N M b ry O A N b 0 ry O "1 N O n P N h P nl ry h N N O m P ry N ry Z M .v ♦O u aQn C 6J o p, K1N� NNµN KNµyµ� Npµ µ N N MN Np N- pN Q N W N ^Ni S O Np O ryN W b0 Ymt N qN W n ppµ p n0 p 0 P �pO W N b N P n P P N O P .qi E o n xo y W p N M N p N N N M N N N N µ p N N p µ N p p N N b q cam° O 0' ^1 ry n1 C nl h O V N N W' tj N K p µ N N a p N M K µ N N N N p µ M N µ K µ M N N K p O UI OO O � IN OO � Yj '� P T O Q N N b Yl nl O lyil P q N M1WI N S O 1f N P Q !� J J O ` j 00 OO O u• O P w C o N O N OO O N N 0 $ 0 O 1� OO 0 tN O P N 4 o N p N 0' W o O Y pO V O O OO �n �n ry N V 0 o N O F o YI p N O 'S N h b N m N N y b b N M h n b h �l N n p b M N ry W0 n d� 0 µ K µ p N v N— µ p N N µ µ K µ p p p p y pN EO PWnnF N Nb P nC N NP�lyO� E= P 2� C Z > xx >> >> o O 0 n Qi N M V Y J Q 1� Q Y N o a V � Y .. L � a N � Z Q' u w ° d � c a � rn = C U U v ` o � a E Jj 00 bPOppOONpVN$p�0bppb0 NtO ^1MMNPN.y `O 4'rp NN W � NppPP NbNN p , (Obn40 MNPMNbnN N� H j I�bPNNN PW NOn� Ilk SSUN SSSYry N n N n n Ss F S� F S5 f S� F J± as K 'bl]NN4bmH0TrDp'Nnd, J K �G � nb�N'IMN' r0 N pE Jy�y N C ONNbb bOMPn iP y O b aaas as Al . N.�rD44bWNn eCCA W P4w4PPP4P emW p Q'b& .ep W pN,r4PpPb& ^m W bP4PPbp bO N p3 i �� CF QF N q °ap 8a e E QO Qq ¢pq ¢O .a � pOpNNNNCN0bPN0ypq RU '0 � pryMbb qp 't� � Np^rNNNp 'a U ryryMryNNp% q S CC CC � K � C s ti % x ¢ O W W W of1rp =O mS>'q rnO PO c -2 E VCBZ= mVl x x L 'm' �E 3vE �ou °rc�in a ;z' LL° m o 3 � � ° i�a LpcMi WN xam N LLo�f_f((Ydr '7m `V'q'�c_c 6s =E�y � 0.O_ apcpmcvvc `N' -j0 4 c -4U[ri b2 qun 00_O� mv�s IN cam.- o_o.. xxx si -t`,' sls �aqE vin"q ryry¢�xt xv m'c ... .. NL£cc v x�IILLL L�_LL ra 11_ NpZJ- E 3° QOzO "ov >> @ELLE�>m LiR='G _ nuxVUUVUUC 6Kli 6G.`.j£U 6GLL6a6SLLp,' 6 °LLIiLL SIi `l _IY 1� 1W. nN!>P L9 'R rr O�n P L N^1P bN4 Gf Vef ygg ry .M MNtb M1N 97 °a as 3 95 9v F Geo Senvrces, Inc. ,,, rrni ;nmvtern,e��n:.�nr;:,mr�rr „� PROPOSAL AND AGREEMENT FOR SERVICES C LIE NT: Mr. Michael Lev Tran5ystems Corporation 222 South Riverside Plaza, Suite 2320 Chicago, IL 60606 Attachment C February 6, 2006 Via email (milev(citransystems.com ) and US. Mail RE: Pavement Investigation, 2006 -07 Streetscape Project, Elgin, IL GSI Proposal No. 06604 This Proposal and Agreement for Services confirms the authorization of TranSystems Corporation ( "Client'1 of services in conjunction with the above referenced project. We understand that four 5 to 6 -story condominiums with a full basement are proposed. The services authorized are described as follows: 1. Layout cores and call JULIE to clear onsite utilities. 2. Provide 1 -man coring crew and flagger to perform 6 to 8 pavement cores with hand augers to a maximum depth of 24 inches to determine base course thickness and subgrade type. We assume coring locations will be truck accessible and cores may be performed during normal work hours (M -F, 7 AM to 5 PM). Note that proposal does not include coring thru granite pavers (if any). Cores will be terminated at the top of granite pavers (if any). 3. Perform typical laboratory testing on samples at our laboratory of any basecourse and subgrade materials obtained (me, QP). 4.. Provide bdef letter report with core logs, location diagram and core photos. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE COST Coring Crew (1 -man) (Includes generator, equipment, etc) hour 800 $ 125.00 $ 1,00000 Flagger hour 8.03 $ 80.00 $ 640.00 Signs/Cones each 100 s 75.00 $ 75.00 JULIE Call each 1.00 $ 100.00 s 100.00 Layout hr 3.00 S 80.00 s 240.00 Lab Testing (mc, Dip) each 16 $ 10.00 $ 160.00 Letter Report LS 1.00 $ 750.00 $ 750.00 TOTAL $ 2,965.00 The not -to- exceed costfor the above listed scope of work Is $2,965.00. If additional services are deemed necessary due to unexpected conditions, we will negotiate a price with you prior to proceeding with any extra work. If services to be provided under this Agreement require the agents, employees, or contractors of Geo Services, Inc (GSI) to enter onto the Project site, Client shall provide fight -of- access to the site to GSI, its employees, agents and contractors, to conduct the planned field observations or services. The attached tens and conditions are expressly incorporated into, and are an integral part of our contract for services. Please indicate your acceptance of this Proposal and Agreement by having an authorized representative of your firm execute one copy and return it to 'the undersigned prior to commencement of GSI services. Geo Services, Inc. Andrew J Ptak Project Manager Name 8 Title February 6 2006 Date Attachments: Terms and Conditions 1235 E. news street sells 101 Mington Heights, Whole 80005 847.253.3845/ .841253048 If in the reasonable judgment of GSI, the scope or nature of the services to be performed by GSI, in respect to the above - referenced project, chance or deviate materially from the scope or nature of the services described above, GSI may at its discretion, suspend performance of its services, until a written agreement superseding this Agreement and adjusting the scope, schedule, fees, and terms and conditions has been executed. If such a superseding agreement is not agreed to within a reasonable time, GSI may terminate this Agreement. Signature 805.4nhert Court. Suite 204 Naperville, Illinois 605613448 630,305,91 86,Fax 630 355,2838 Attachment C Geo Services, Inc. (eahshosal. Environmental and Civil Engineering .1 um. :me e.,,. GENERAL TERMS AND CONDITIONS SECTION is SCOPE OF WORK: Geo Services, Inc. (GSI) shall perform the services defined in the Agreement and shall invoice the Client for those services according to the rates and unit charges indicated in the Agreement. if unexpected site conditions are discovered, the stop=_ of work may change even as the work is in progress. GSI will provide these additional services at the agmed upon rates and unit charges. Rates for work beyond the scope of this Agreement and not covered in the Agreement can be provided. GSI can perform additional work with prior authorization, and will provide confirmation of fees. Fee schedules are valid for one year following the dale of the Agreement unless otherwise noted. Initiation of services by GSI pursuant to this proposal will incorporate these terms and conditions. SECTION 2: ACCESS TO SITES, PERMITS AND APPROVALS: Unless otherwise agreed, the Client will furnish GSI with right - of- access to the site in order to perform the work. Unless otherwise agreed, the Client will secure all necessary approvals, permits, licenses and consents necessary to the performance of the services hereunder. SECTION 3: SOIL BORING AND TEST LOCATIONS: The accuracy and proximity of provided survey control will affect the accuracy of in -situ test location and elevation determinations. Unless otherwise noted, the accuracy of test locations and elevations will commensurate only with pacing and approximate measurements or estimates. If greater accuracy is required, the services of a professional surveyor should be obtained. The Client will furnish GSI with a diagram indicating the location of the site. Boring and test locations may also be indicated on the diagram. GSI reserves the right to deviate a reasonable distance from the boring and test locations unless this right is specifically revoked by the Client in writing at the time the diagram is supplied, GSI mserves the right to terminate this Agreement if conditions preventing drilling at the specified locations are encountered which were not made known to GSI prior to the date of this contract. SECTION 4: UTILITIES: In the performance of its work, GSI will take all reasonable precautions to avoid damage or injury to subterranean structures or utilities. SECTION 5: UNANTICIPATED HAZARDOUS MATERIALS: It shall be the duty of the owner, the Client, or their representative to advise GSI of any known orsuspected hazardous substances which are or may be related to the services provided; such hazardous substances include but are not limited to products, materials, by- products, wastes or samples of the foregoing which GSI may be provided or obtain while performing its services or which hazardous substances exist or may exist on or near any premises upon which work is to be performed by GSI employees, agents or subcontractors. SECTION 6: DISPOSAL OF HAZARDOUS MATERIALS: GSI does not create, generate or at any time own or take possession or ownership of or arrange for transport, disposal or treatment of hazardous materials as a result of its exploration services. All hazardous materials, including but not limited to samples, drilling fluids, decontamination fuids, development fluids, soil cuttings and tailings, and used disposable protective gear and equipment, are the property of the Client, and responsibility for proper transportation and disposal is the Client's unless prior contractual arrangements are made. All laboratory and field equipment that cannot readily and adequately be cleansed of its hazardous contaminants shall become the property and responsibility of the Client. The Client shall purchase all such equipment and it shall be turned over to the Client for proper disposal unless prior alternate contractual arrangements are made. _ SECTION 7: REPORTS AND INVOICES: GSI will furnish three copies of the report to the Client. The Client will be billed for any additional copies requested. GSI will submit invoices to the Client monthly and a final bill upon completion of services. SECTION 8: OWNERSHIP OF DOCUMENTS: All reports, boring logs, field data, held notes, laboratory test data, calculations, estimates, and other documents prepared by GSI as instruments of service, shall remain the property of GSI unless there are other contractual agreements. SECTION 9: CONFIDENTIALITY: GSI shall hold confidential all business or technical information obtained from the Client or his affiliates or generated in the performance of services under this agreement and identified in writing by the Client as "confidential ", GSI shall not disclose such information without the Client's consent except to the extent required for: 1) Performance of services under this agreement; 2) Compliance with professional or ethical standards of conduct for preservation of public safety, health, and welfare; 3) Compliance with any court order or other governmental directive and/or; 4) Protection of GSI against claims or liabilities arising from performance of services under this agreement. GSI's obligation hareunder shall not apply to information in the public domain or lawfully acquired on a non - confidential basis from others. SECTION 10: STANDARD OF CARE: Services performed by GSI under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions In the same locale. No other warranty, expressed or implied, is made or intended by the proposal for consulting services or by furnishing oral or written reports of the findings made. The Client recognizes that subsurface conditions may vary from those encountered at 805 Amherst Court, Suite 204 ♦ Naperville, IL 60565 -3448 1 Phone (630) 305 -9186 1 Fax (630) 355 -2838 wvvw.geoservicesinc.net Attachment C the location where borings, surveys, tests or explorations are made by GSI and that the data, interpretations and recommendations of GSI are based solely upon the data available to GSI. GSI will be responsible for those data, interpretations and recommendations, but shall not be responsible for the interpretations by others of the information developed. SECTION 11: SAFETY: GSI has adopted safety policy procedures for its personnel when providing services at known or suspected hazardous waste sites. GSI personnel will adhere to these procedures, as site conditions require. GSI is not responsible or liable for injuries or damage Incurred by third parties who are not employees of GSI. It is understood that GSI will not be responsible for job or site safety of the project. Job and site safety writ be the sole responsibility of the contractor unless contacted to others. SECTION 12: SUBPOENAS: The Client is responsible, after notification, for payment of time charges and expenses resulting from the required response by GSI to subpoenas issued by any party other than GSI in conjunction with work performed under this contract. Charges are based on fee schedules in effect at the time the subpoena is served, SECTION 13: INSURANCE: GSI carries workers compensation and employer's liability insurance and has coverage under public liability and property damage insurance policies. Certificates for all such policies of insurance will be provided to Client upon request. Within the limits and conditions of such Insurance. GSI agrees to indemnify and save Client harmless from and against any loss, damage, injury or liability arising from any negligent acts of GSI, its employees, agents, subcontractors and their employees and agents. GSI shall not be responsible for any loss, damage or liability arising from any acts by a Client, its agents, staff consultants employed by others, or other third parties who are not employees of GSI. SECTION 14: INDEMNITY: The Client acknowledges that GSI has neither created nor contributed to the creation or existence of any hazardous, radioactive, toxic, irritant, pollutant, or otherwise dangerous substances or conditions at the site. Client and GSI agree that they will not be liable to each other, under any circumstances, for special, consequential or punitive damages arising out of or related to this Contract. SECTION IS: SAMPLES: GSI will retain all soil and rock samples that are transported to GSI laboratories for 30 days after submission of the report. Further storage or transfer of samples can be made at Client expense upon written request. SECTION 19: SEVE.RABILITY: If any of the provisions contained in this Agreement are held illegal, invalid, or unenforceable, the enforceability of the remaining provisions will not be impaired. SECTION 17: TERMINATION: This Agreement may be terminated by either parry upon seven (7) days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof. In the event of termination, GSI shall be paid for services performed to the termination notice date plus reasonable termination expenses. Expenses of termination or suspension shall include all direct costs of GSI required to complete analyses and records necessary to complete its files and may also include a report on the services perlormed to the date of notice of termination or suspension. SECTION 19: PRECEDENCE: These General Conditions shall take precedence over any inconsistent or contradictory provisions contained in any proposal, contract, purchase order, requisition, notice to proceed, or like document regarding GSI's services. ACORD.. CERTIFICATE OF LIABILITY INSURANCE 10/01/2006 rzl ozz0o PRODUCER Locklon Companies 444 W. 47th Street, Suite 900 Kansas City Mo 64112 -1906 (816) 960 -9000 INSURED TRANSYSTEMS CORPORATION 4723 1051 PERIMETER DR., STE.1025 SCHAUMBURG IL 60173 -5058 COVERAGES TRASY01 PE INSURERS AFFORDING COVERAGE 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 LTR TYPEOFW$URANCE POLICY NUMBER POLICYEFFECTIVE DATE MM /D POLICY EXPIRATION DATE (MMIDDM( l LIMITS GENERAL LIABILITY EACH OCCURRENCE 1 000 000 FIRE DAMAGE an. nre $ 100,000 • X COMMERCIAL GENERAL LIABILITY GL03707153 10/01/2005 10/01/2006 CLAIMS MADE DX OCCUR MED EXP . ar 5,000 PERSONAL& ADV INJURY S 1,000,000 GENERAL AGGREGATE S 2.000 000 GENL AGGREGATE LIIqMoIIT APPLIES PER: PRODUCTS - COMP /OP AGO $ 2.000000 POLICY JEL'T LOC • AUTOMOBILE LIABILITY ANY AUTO BAP3707150 (ADS) 10 /01/2005 10/01/2006 COMBINED SINGLE LIMIT (E...&nq $ 1,000,000 X BODILY INJURY (Per peraan) g XXXXXXX A ALL OWNED AUTOS SCHEDULED AUTOS TAP3707152(TX) 10/01/2005 10/01/2006 X BODILY INJURY (Pero lwt) $ XXXXXXX HIRED AUTOS NON- OWNEDAUTOS X PROPERTY DAMAGE (Par ecaEenl) S XXXXXXX GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S XXXXXXX OTHER THAN AA C XXXXXXX _ ANY AUTO NOT APPLICABLE $ XXXXXXX AUTO ONLY: AGO EXCESS LIABILITYI� EACH OCCURRENCE S 1,000 000 B X OCCUR I_J CLAIMS MADE AUC 9376483 10/01/2005 10/01/2006 AGGREGATE S 1000000 XXXXXXX UMBRELLA I XXXXXXX DEDUCTIBLE FORM $ XXXXXXX RETENTION IS A WORKERS COMPENSATION AND WC3707154 10/01/2005 10/01/2006 X I JWC STATU- I OTH- BYLIMITB. __ FIT E.L. EACH ACCIDENT $ 500,000 EMPLOYERS' UABILITY E.L. DISEASE - EA EMPLOYEE $ 500.000 E.L. DISEASE - POLICY LIMIT 1 $ 500.000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS PROJECT NAME: CBD STREET RESURFACING AND STREETSCAPE PROGRAM. PROJECT NO, P401060010. RE: CITY OF ELGIN IS NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL AND AUTO LIABILITY AND THIS COVERAGE IS PRIMARY AND NON- CONTRIBUTORY AS REQUIRED BY WRITTEN CONTRACT. ,� \V• /n' 2511691 SHOULD ANY OF THII AS9E(7ESIORI(dCV VULICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF ELGIN DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN ATTN: MR. JOHN LOETE, P.E. NOTICE TO THE T I�ry� �y TO THE LEFT, BUT FAILURE TO DO SO SHALL 150 DEXTER COURT u l'�e� ELGIN IL 60120 -5555 IMPOSE NO OB 1 I LA KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Arnan 99_C 171071 roraa.sUans,.nammR mla=a mn= ala= nnm =un.ne,nea,n=Immm.•P,nmare.cn.. mbvaana :on =IN me=n.m roaevRASYOI. ®ACORDC RPORATION 14AR �ACORD,R CERTIFICATE OF LIABILITY INSURANCE 10/0112006 02122/200 ) PRODUCER LocktanCom Companies P 444 W. 47th Street, Suite 900 Kansas City Mo64112 -1906 (816) 960 -9000 THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR .AFFORDED BY C INSURERS AFFORDING COVERAGE INSURED TRANSYSTEMS CORPORATION 7979 1051 PERIMETER DR., STE. 1025 SCHAUMBURG IL 60173-5058 INSURERA: CONTINENTAL C PANY INSURERS: %Victor Q. Schinnerer INSURE LIMITS COVERAGES TRASY01 PE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTH 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 LTR TYPEOFIN URANCE POLICY NUMBER POLICY EFFECTNE GATE MMMDW I POLICY EXPIRATION E WDD LIMITS GENERAL LIABILITY EACH OCCURRENCE XXXXXXX FIRE DAMAGE (Any one fire) S XXXXXXX COMMERCIAL GENERAL LIABILITY NOT APPLICABLE MED EXP (Any one Person) S XXXXXXX CLAIMS MADE ❑ OCCUR PERSONAL 8 ADV INJURY $ XXXXXXX GENERAL AGGREGATE S XXXXXXX GENL AGGREGATE LIMITAPPLIES PER PRODUCTS - COMPIOP AGG $ XXXXXXX POLICY JE PR - ' LOC AUTOMOBILE LIABILITY ANY AUTO NOT APPLICABLE COMBINED SINGLE LIMIT (Ea amaerA) S XXXXXXX BODILY INJURY (Par Person) $ XXXXXXX ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY Fed socitlenU $ XXXXXXX HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE (Per accident) S XXXXXXX GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ XXXXXXX OTHER THAN EA ACC XXXXXXX ANY AUTO NOTAPPLICABLE $ XXXXXXX AUTO ONLY AGO EXCESS LIABILITY OCCUR CLAIMS MADE NOT APPLICABLE EACH OCCURRENCE S XXXXXXX AGGREGATE $ XXXXXXX XXXXXXX UMBRELLA -- S XXXXXXX DEDUCTIBLE FORM S XXXXXXX RETENTION $ WORKERS COMPENSATION AND NOT APPLICABLE JWC STATU. OTH- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT Is XXXXXXX E.L. DISEASE -EA EMPLOYEE $ XXXXXXX ELDISEASE- POLICYLIMIT $ XXXXXXX A OTHER .AEA13- 333 -10 -51 10/01/2005 10/0112006 1$1,000,000 EACH CLAIM &IN ANNUAL PROFESSIONAL LIABILITY AGGREGATE FOR ALL PROJECTS. r $C7 DESCRIPTION OF OPERATIONWLOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS +t, PROJECT NAME: CBD STREET- RESURFACING AND 91'REETSCAPE PROGRAM. PROJECT NO. P401060010 �.. FEB 27 2008 ~ ZO1louz SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF ELGIN DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN ATTN: MR. JOHN LDETE, P.E. 150 DEXTER COURT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 SO SHALL ELGIN IL 60120 -5555 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 -S 171971 F ...... U.ne,.ga,amS ml. nnnma,.,C.,nacnhe r= bar a.I.1 In N.9ml.Cer smaan antes and spa =Iry tha client ma✓TRASYOr. aACORnC Pf1RATU1M 1aAR of Services — SCOPE OF ENGINEERING SERVICES A. Data Collection and Concept Review Proiect Coordination and Data Collection a. Preliminary conference with the City staff to confirm (estimated as 1 meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Other administrative considerations b. Inventory readily - available existing data for the project area and immediately surrounding neighborhoods including: 1. Right -of -way data 2. Conventional and digital map files 3. Aerial photography 4. Jurisdictional boundaries 5. Property boundaries 6. Property owners 7. Other area roadway, utility, and signal improvements 8. Current public utility atlases and GIS information 9. Current power, communications, gas, and other private utility atlases 10. Previously prepared plans and reports 11. Development plans 2. Field Survey a. Conduct full topographic design survey based on the English system including establishment of horizontal and vertical controls, topography, accesses, cross sections (at 50 foot increments), drainage, utility structures, and right -of -way verificafion. The field surrey will be conducted along Chicago Street between Riverside Drive and Center Street, Douglas Street between Chicago Street and Highland Avenue, and Spring Street between Chicago Street and Highland Avenue. Based on changed staging, survey of DuPage Street between Spring Street and Villa Street is also required for Phase 1 work. Survey limits will include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is estimated as 4,000 feet. Portions of the 2006 survey will be reused for this project and portions of this survey will be used for subsequent yearly improvements. b. Download topographic survey and cross sections in Microstation v8. Plot survey at V =20' scale and plot existing cross sections. Conduct a plan -in -hand, walk- through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Inventory existing signing. d. Conduct a drainage and utilities survey to determine the contents, structure composition (brick or precast), pipe sizing, and flow direction (as applicable) for all public underground utility structures. Attachment "B" of Services — Street Resurfacing and Streetscape Program e. Request a JULIE utility design locate, if possible. Survey, download, and map the JULIE utility lines. f. Observe, digitally photograph, and digitally videotape the project to become acquainted with readily apparent existing conditions. g. Perform a vaulted sidewalk and utility service inventory. Meet with building owner or resident representatives to identify the location of vaulted sidewalks and utility services (both public and private) which require replacement, modification, or realignment. It is estimated that 45 buildings front on the streets within the project limits. h. Survey pavement marking locations and lane usage, including parking limits. I. Draw existing utility information from utility atlases on the project base map. Update as additional information, such as future plans, test hole data, or comments are received. j. Conduct a pavement core investigation to identify pavement condition and composition. Reconstruction of the roadways is not anticipated, and therefore, a complete soils investigation program will not be undertaken. k. Perform a preliminary environmental analysis of the underground storage tank at 40 DuPage Court to develop the necessary specifications for its removal. This work is related to Phase 1 of the project and was not anticipated at the time that scope was developed. 3. Public Participation a. Conduct a series of informational meetings with area residents and business owners, as well as the Downtown Neighborhood Association to present the preferred improvement plans. Although the concept developed in 2006 will be used, it is anticipated that an effort to reach out to those specifically impacted by the 200712006 projects will be necessary. Many of these meetings will be smaller than those conducted during the development of the concept plan. (estimated as 2 large meetings and 6 block meetings) b. Prepare all notifications, handouts, presentation text, exhibits, and minutes for the above meetings. Exhibits may include plots, photos, hand or computer renderings, drawings, or schematic plans as specific conditions warrant. c. Prepare and distribute newsletters to the public at various times. (estimated as 6 newsletters during the design phase) d. Work With City staff to develop content for the City's web site. B Sanitary Sewer and Water Main Design Services— 2007 construction project 1. Preliminary Design a. Consult with City staff to review the scope of the project and collect pertinent information from the City: 1. Review the City GIS records for information on the water system and sanitary sewer system. of Services — Su 2. Coordinate with Water Department forces to determine the location of the nearest functional water valves, water service tap locations, and buildinglhydrant fire services. 3. Compare records to the conducted private utility location survey and develop a useable map of existing water mains and services. b. Review City utility maps and previous engineering studies conducted by the City: 1. Assess the need for separation of the sanitary and storm sewer mains in areas where this work has not yet been completed, if any. This item is only expected to cover deficiencies noted in the field during the field surveys or construction and is not intended as a full scale analysis of area sewers. Work to fully separate the sewers is being performed by others. 2. Review City records, videotapes and associated reports, public comment, and drainage survey to identify locations of necessary storm sewer repair. 3. Sewer videotaping will be performed by the City and sewer lining will be performed by others under direct contract with the City as part of the annual sewer lining program. Identify any necessary repairs beyond the planned fiberglass lining based on information received from the City or the contractor or engineer for this work. Review private utility survey, sewer videotapes and associated reports, resident and business comments, and City records to identify sanitary sewer services in need of replacement. Work is expected to be limited to the replacement of poor condition structures and the potential replacement of a few services. 4. Review the City maps, records, and past engineering studies to determine the need for resizing the water main. All existing 6" mains will be upgraded to B" mains per current City standards. It is expected that all water main within the project limits will be replaced, regardless of apparent condition except underwater crossings of the Fox River. 5. Determine which buildings currently have separate fire services and which will require a fire service or separation of the fire service and the domestic service. locate branch services based on visual inspection or information obtained from the Water Department. At the conclusion of this project, it is anticipated that each meter will be on a separate service and each building will have at least one fire service. c. Conduct a physical survey of the drainage and sanitary structures within the project limits. 1. Compare observed field conditions to the City's atlases to identify any potentially buried or removed manholes. 2. Investigate all of the located manholes by surface and internal inspection. 3. Brick manholes, catch basins, and inlets will be replaced with precast concrete structures. Precast structures in poor condition shall either be repaired or replaced as necessary. It is anticipated that a certain quantity of replacement of tributary and effluent pipes will require replacement adjacent to these structures. Systems 2. of Services — Suppler Resurfacing and streetscape e. Identify the location of any in -line water main valves or pressure connections necessary for water main Isolation and replacement staging. It is expected that the project will be constructed mainly with pressure connections due to the age and non - operability of many existing water valves. f. Engineering services for underground utilities do not include engineering design of electrical conduit, transmission lines, or services; gas transmission mains or services; telephone lines or services; or cable television lines or services. TranSystems will work closely with the appropriate utility companies to facilitate any improvements or modifications that are necessary; however, we will not actually design these facilities. g. Develop standards for capping the well at the 31 S Grove Avenue building. Perform the necessary coordination with the EPA for this work. This work is related to Phase 1 of the project and was not anticipated at the time that scope was developed. h. This scope also includes the design of the water main on DuPage Street between Spring Street and Villa Street for Phase 1 of the improvement, based on changed project staging. It is expected that this work will be included in the 2007 Water Main contract with a requirement that the contractor construct it first. Prefinal Plans Specifications and Cost Estimates a. Prepare prefinal contract plans, specifications, and estimates for the sanitary, water main, and any storm sewer work. It is anticipated that the following sheets will be included in the contract plans: List of Plan Sheets Title 1 General Notes and State Standards 1 Alignment, Ties, and Benchmarks 1 Existing and Proposed Typical Sections 1 Existing and Proposed Plan and Profile (20 scale) 5 Drainage and Water Main Structures Tables 2 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic (50 scale) 3 Pavement Marking Plan 2 Vaulted Sidewalk Details 4 Construction Details 2 Total 23 b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. It is expected that work along Chicago Street will be conducted at night. c. Identify and detail any sections of storm or sanitary sewer which must be upgraded to water main requirements sewer to meet EPA separation requirements. Also identify and detail required casing locations; only steel casings will be used. d. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction will be used as the guideline for these construction projects. of Services — S CBD Street Resurfacing and Strestscape Program e. Prepare the status of utilities to be adjusted specification. Meet with representatives of the various affected utility companies to discuss necessary relocations, system upgrades, service and meter relocations, and other related work. Coordinate schedules for the required private utility work. (estimated as 3 meetings) f. Some utility relocation necessary for sidewalk vault filling is expected to occur under or concurrently with this construction contract. To the extent that vaults can be filled at the same time, that work will be included in the contract as well, although the majority of the sidewalk vault filling operations are expected to occur under the streetscaping contract. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. g. Prepare and track the IEPA Water Main and Sanitary Sewer permits, as applicable. The City will be responsible for payment of any required permit fees. 3. Final Plans Specifications and Cost Estimates a. Meet with City subsequent to the submittal of the prefinal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) a. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide thirty-five (35) sets of 24 "x36" plans, specifications, and bid documents. b. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and Microstation v8 formats to the City. c. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) d. Attend the pre - construction meeting. (estimated as 1 meeting) C Streetscape and Roadway Improvements Design Services — 2008 proiect 1. Preliminary Design a. Meet with City to discuss the proposed improvement plan. (estimated as 1 meeting) b. Analyze the construction staging scheme and construction schedule. Evaluate alternative construction staging schemes with the goal of minimizing resident and business impacts. Some night time construction will be used. c. Initiate design of identifiers, wayfinding signage, and bicycle related elements. Select plant material types, based in part on observations of the suitability of those plant materials installed as part of the first phase. SyleIIIS of Services — Suppler Resurfacing and Streetscape 2. Prefinal Plans a. It is anticipated that the following sheets will be included in the contract plans. The project will be prepared in English format in Microstation v8. List of Plan Sheets Title Index of Sheets and General Notes 1 Alignment, Ties, and Benchmarks 1 Existing and Proposed Typical Sections 2 Existing and Proposed Plan (20 scale) 6 Profile 3 Drainage and Utilities Plan 3 Detour/ Alternate Route Plan 1 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic (50 scale) 5 Paving Plan 1 Lighting General Notes 1 Lighting Plan 3 Wiring Diagram 1 Lighting Details 3 Pavement Marking 3 Signing 3 Erosion Control Plans and Details 2 Cross Sections (50' increments) 15 Vaulted Sidewalk Details* 5 Construction Details 3 Streetscape and Tree Plan (20 scale) 3 Irrigation Plan 3 Irrigation Details 2 Streetscaping, Wayfinding, and Identifier Details 6 Planting Plans and Details 5 Total 83 * Includes details for filling and necessary details for utility relocation. This scope does not include the structural design of any vaults, supports, or vault slabs for vaults which are to remain but are in need of repair or reconstruction. c. Utilize the planting methods, tree pit configuration, soil mixtures, irrigation, and subgrade drainage schemes employed in the first phase of the project. Make modifications to the design as necessary based on constructablity or maintenance issues encountered. d. Lighting will follow the design and layout already installed in certain portions of the CBD area; all areas of this project except DuPage Street have already been updated to the new standard and will not be replaced. Traffic signal work will be completed by others prior to the start of this project; it is anticipated that no changes to traffic signal installations will be necessary. e. Street resurfacing is anticipated except in the vicinity of the abandoned rail line. In those areas, the pavement will be reconstructed to provide a smoother profile, if necessary. S�1ia13•I l {S of Services — S Street 3. Pretrial Documents a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. b. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2007 IDOT Standard Specifications for Road and Bridge Construction will be used as the guideline for this construction project. c. Prepare the status of utilities to be adjusted specification. It is anticipated that some necessary upgrades and adjustments will have taken place during the utilities contract construction but some will still be necessary in conjunction with this project. Vaults not filled during the underground contract will be filled as part of this improvement. This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. d. Prepare the NPDES permit. 4. Final Plans and Documents a. Meet with City subsequent to submittal of prefinal contract documents to discuss comments, estimate of cost, schedule, and contract bidding procedures. (estimated as 1 meeting) b. Based on comments received, final contract plans, specifications, and documents will be prepared. c. Process final contract documents for a City project letting. City boilerplate contract documents will be utilized. [DOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide fifty (50) sets of 24 °x36" plans, specifications, and bid documents. d. Provide a CD with the final plan, specification, and estimates files in Microsoft Office and Microstation v8 formats to the City. e. Attend a pre -bid meeting with contractors and City personnel. (estimated as 1 meeting) f. Assist the City in the determination of pre - qualified contractors. (applies to both 2006 and 2007 Streetscape contracts) g. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) h. Aftend the pre - construction meeting. (estimated as 1 meeting) D Construction Inspection Services — 2007 Streetscape and Water Main Projects TranSystems and Geo Services, Inc. will provide the resident engineer, inspectors, and other technical personnel necessary to observe, monitor, and document the contractors' progress on the project from the start of field operations to final completion. of Services — Supplement 1 Pre - Construction a. Video record and document the existing site conditions. b. Attend the pre- construction meeting. 2. Liaison and Contract Control a. 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. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses, City's on -site representative, etc. c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. 3. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns, comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exhibits shall be available for public viewing. Ideally, this office would be in the same location as the engineer's field office. For the purposes of this estimate, it is assumed that an office space will be provided at no cost to TranSystems. c. Initiate and maintain the project web site and disseminate relevant information to the public through this means. d. Prepare and distribute project newsletters and /or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service, and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 4. On -Site Review of Work a. Conduct continuous and full -time on -site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed work will conform to the requirements of the construction contract documents. M of Services — Su b. Instruct 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 inspections, 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 inspection will be required. c. 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. Provide Quality Assurance services in accordance with IDOT QC/QA practices and procedures. Provide all compaction tests as required by the specifications. Analyze the results of all QC/QA field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. It is assumed that the contractor will perform for all contractor required testing under the IDOT QC/QA program. e. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. f. Provide geometric (vertical and horizontal) control and verification of Contractor construction staking and layouts. Assist the contractor with interpretation of the drawings and specifications. g. Prepare and submit detailed daily reports of construction progress. h. Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. 5. Contractor Suggestions and Requests a. 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. 6. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. of Services — Suppler Resurfacing and Strestscape b. Review and approve 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. 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. c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. Schedules a. Prepare a final Primavera construction schedule with the participation of the contractor and obtain the contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated Primavera construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. & Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of minutes thereof. Arrange a schedule of on -site job work meetings with the general contractor and subcontractors to review day -to -day operations. b. Attend public informational meetings that may occur from time to time during the construction phase. 9. Contract Administration and Records a. Handle all day - today contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions 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. ow",tnl'ftS 10 Scope of Services — Supplement 1 CBD Street Resurfacing and Strestscape Program 10. Reports a. 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. 11. Contractor Pay Requests and Change Orders a. Review the contractor's requests for payments as construction work progresses, and advise the City of the amounts due and payable to the contractor in accordance with the terms of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. 12. Government Policies a. 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. 13. Final Completion and Record Drawings a. Prepare record drawings which show field measured dimensions of the completed construction work which the engineers consider 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. b. Conduct a final inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractor's final request for payment. c. Conduct a final "lessons learned' meeting with design engineering and City staff to discuss project procedures and items for potential improvement in future projects. The goal of this meeting shall be to have continuous improvement in procedures and property owner /tenant disruption over the course of the multi-year project. sv,elFit?" 11 a U m O Na H 4 8 N 4 u U g 0 n M O V ro Ifi v � m m A d O O N a 0 LL a E U Attachment "C" �aQo o ��ae��ae a°��ae of a °ae �appB aE apme�� p� m OO °z a a H � O � h; mr m t0 � m Ifj PI r g JCI �i m� rnv Sr ti, u°'svhm��n I�r u���� Cl M m O r U W N M m c vi o m y� y ogog8� chi g 8 m 1� m vi --:r, mwooRd o o d o 0 K O U I� IA [O M O r m M'm m N '�Qp ti � (NO, tmMD, (yJJ W N tfOD M O ( Op O ti (rte (V dp Q�Q O at' V 0 0 mr (O N r L � Ny a4�J m m V r O (O I(J Q 1� tlJ Q r (D l0 OJ M r r r Y! t9 NI m t0 V r Q O r d. r N' tD N r M W In G n N h OJ N W 0i VN'. p �rnm�mo�in �CN °v rn gr�i ?NQ m ).. O [V N d m O 1 r m a mm RR oo mm m R pp pp mm 0 m O ,Q x Za g W E v o C y a U U U a01 o° x 2 ° _ � 1- c a`. m iia ° a 2 c C' aaaiz �' a Za0UMW o o U K U CJ ii M r N M q �- N M R N L9 doo ¢¢¢cnmmticitiUdd�doodddd Attachment "C" d m U d O CL` T ❑ O cn d m 0 d 2 vi �I 'I eDr ❑ t N c ❑ y C 'L N D m U o° a _ .N- i L W ZV m m M& N O N tG 1� Cl O O N N O Di o< � vJ S N fPV N O b O 1O I^ O N A O N y 9 O ONi 9 N r r <� O m m P V� D N N N vOi P Z _ o N N b O Lp 0 q � Qom�d •*im omNi nim m. - oocc cN o K a g O E D' C OO N G N m 6 �: C C N :E O y� "C S Opp 1yryG� P$ D! 1� N OV YE �i -R 1t��Vy t� � �mm o D1 0 1� N {j��y}{ O y !�y�pj� !1rQC uhf CFO Q� yyN� ym N p�ppp�� � N ryO N S Q= N N M V{ N N N iR VI '✓r Vi Vi S Ci M�� N� N N� W h a9 M D v, o D m ms am 'c e� e q � LL' � 4 C e v a � a 'b( S D � g � � E ❑ � � '� a wa vv ¢wwr a � v�� ¢ o d ❑c>c>ci cg Svc _� ci c>c��'� d R V N 0 CL T 3 S N d zo @I NI O t y 9 W � C N U b qO N N O N N O m pp m O C p m Q p N N� ILL N� f0 D V M N T D @ e p o •- �y - i bP 2Y 2' de 34 x ' N O m x n °o 1` y. O Y o S _g ae w o of N < Tp• D �i N �n < LQ !- rl i Q fV f7 1� � api 6 � �• I(i 1G � r � m NQ s 05 S T p � tggy n O �g �qqU, O� tmmy�, Opi Cryt �i n vvi 1? �^ N 1` N �'E � � IM`, ti b N, b ryNry 6 o�n `�id vNvjj ✓r �� i4 i4 yP '✓. $ HMW %i �w n��viw $�i '� m a� iX in �i .d S m at H oo c3 c�iaa zri'i� cg 3c4 i�gin¢caiu�h� r%'a 3 \ 4 vi \k !$■ §! } !,� ■§ # |. \ ! f4 k ! r |\ m !!a!q © J ,!■ - -a -! < .};��� f# ® } | § f■ k / j ; ° r @!@ „r�@m,r!¥ ■�% �{!)R;��fn!@,l��@ ;k§ §! ;«■kl ;Ia!■■2;»E■ =El:!■ «± �.## N d tD 0 a a O Z d Q a � N og �o U U W ME . MIN 11111111 011 IMMUNE 1111110 Ill Hill 11111111 Y� IIIIIIIIIIIIIIIIII ■ oil n� u IIIIIIIII loll n NINE 11 11111 11111 Iloilo NOUN MINE HIM Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems A -1 Protect Coordination and Data Collection fax Maps 3 maps (o? $ 40.00 /map $ 120 Aerial Pho1 gti e p(_D $ 300.0U /tile $ 300 Vehicle 120 miles (d $ 0.49 (mile $ 59 SUBTOTAL $ 479 A -Z Field Sury ev Metra Train Fare 1 day L $ 350 2 roundtrips L $ 12.00 /roundtrip $ 24 Company Vehicle 12U miles (cd $ 0.49 /mile $ 15 days L $ 35.00 /day $ 540 Vehicle Vehicle 72U miles (d $ 0.49 /mile $ 353 $ SUBTOTAL Photocopies (11 "x17' reduced size plans) $ 917 A -3 Public Participation Company vehicle 4 days (rD $ 350 /day $ 144 Vehicle 600 miles L $ 0.49 (mile $ 294 SUBTOTAL $ 439 B -1 Preliminary Desion Company Vehicle 1 day L $ 350 /day $ 35 Vehicle 12U miles (cd $ 0.49 /mile $ 59 SUBTOTAL $ 95 B -2 Prefinal Plans Specifications, and Cost Estimates Vehicle 180 miles (� $ 0.49 !mile $ 88 Photocopies (11 "x17' reduced size plans) 25 sheets (0? 15 copies L $ U.ZU /sheet $ 78 Photocopies (8.5'x11" speciticaitons) 100 sheets L 10 copies L $ U.10 /sheet $ 1UU Overnight Shipping 7 packages L $ 15.00 /package $ 1U5 SUBTOTAL 5 371 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin 1U0 sheets L 16 copies (o? Direct Cost Summary 0.10 Isheet $ TranSystems SUBTOTAL 5-3 Final Plans Specifications and Cost Estimates 160 C-4 Final Plans and Documents Vehicle 720 miles L $ 0.49 (mile $ 353 Photocopies (11 "x17" reduced size plans) 0.49 !mile $ 23 sheets (rD 10 copies (cD $ D.ZU /sheet $ 46 Photocopies (24 "x36" tull size plans) 76 sheets L 5U copies L $ 23 sheets L 35 copies L $ 135 /sheet $ 1,U67 Photocopies (6.5 "x11" specificaitons) WO sheets (rD 40 copies @ $ 0.1U /sheet $ 40U Overnight Shipping Z packages L $ 15.UU /package $ 30 SUBTOTAL $ 1,916 C -1 Preliminary Design 100 sheets L 60 copies L $ Vehicle 240 miles (ni $ 0.49 (mile $ 116 SUBTOTAL $ 116 C -2 Pretnal Plans Photocopies (11'07" reduced size plans) 76 sheets L 24 copies L $ 0.20 /sheet $ 374 Overnight Shipping 7 packages L $ 15.00 /package $ 105 SUBTOTAL $ 479 c -3 Pretinal Documents Photocopies (3.5 "x11" speciticaitons) 1U0 sheets L 16 copies (o? $ 0.10 Isheet $ 160 SUBTOTAL $ 160 C-4 Final Plans and Documents Vehicle 240 miles (rD $ 0.49 !mile $ 116 Photocopies (11 "x17" reduced size plans) 76 sheets L 5U copies L $ 0.20 /sheet $ 936 Photocopies (24 "x36" tull size plans) 76 sheets L 4 copies L $ 1.35 /sheet $ 421 Photocopies (6.5'x11" speciticaitons) 100 sheets L 60 copies L $ 0.10 /sheet $ 600 Overnight Shipping 3 packages Co? $ 15.U0 /package $ 45 SUBTOTAL $ 2,120 D -1 Pre - construction Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems Company Vehicle 1 day L $ 36.00 /day $ 36 Photocopies (24 "06" full size plans) 103 sheets (D 2 copies L $ 1.35 /sheet $ 218 SUBTOTAL $ 314 0-2 Liaison and Contract Control Company 5edays L $ 36.00 /day $ 18U SUBTOTAL $ 180 D -3 Public Outreach and Coordination Photocopies (8.5 "x11" specificaitons) 250 sheets L 1U versions (a), $ U.10 /sheet $ 250 SUBTOTAL $ 25U D -4 On -Site Review of Work Company Vehicle 1/0 days L $ 36.00 /day $ 9,72U SUBTOTAL $ 9,720 D -6 Shop Drawings Overnight Shipping 2 packages L $ 15.00 /package $ 30 SUBTOTAL $ 30 D -13 Final Completion and Record Drawings Mylar Reproductions 103 sheets @_D 1 copy (rD $ 9.00 /sheet $ 927 SUBTOTAL $ 927 TOTAL $ 18,514 City of Elgin �gTED F�6 February 9, 2007 TO: FROM: SUBJECT: PURPOSE Mayor and Members of the City Council Olufemi Folarin, City Manager John Loete, Public Works Director Item No. V (7114ve Doum(nu,n Amendment No.l to the Engineering Services Agreement with TranSystems for the Central Business District Streetscape Project The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider the approval of Amendment No.l to the agreement with TranSystems for the design and construction management of the streetscape and water main improvements associated with the Central Business District (CBD) Streetscape Project. RECOMMENDATION It is recommended that the City Council approve Amendment No.l to the agreement with the TranSystems, Inc. for design and construction management services related to the CBD Streetscape Project for the not -to- exceed cost of $780,300.63. BACKGROUND On March 8, 2006, an agreement with TranSystems, Inc. and DLK Civic Design was approved by the City Council for the development of a streetscape design master plan for the CBD and the design and inspection of water main improvements. The scope of this agreement included the design and construction engineering for the water main improvements, and the design engineering (only) of the resurfacing and streetscape work for the streets in Phase 1 of the project. Prior to the streetscape design, an overall scoping of the streetscape elements was to be done for the entire project area. The master plan of those elements was presented to the City Council and approved at the January 24, 2007, meeting. Amendment #1 (attached) provides for the construction management of the streetscape improvements for Phase 1 ($246,160.63) and for the design of the streetscape improvements for Phase 2 ($320,140.00). The Phase 2 improvements on Chicago Street will be constructed in 2008 and by contracting for those services now; we can accomplish a more timely bidding of the work early in 2008. Also included in the work scope in Amendment #1 is the design ($104,000.00) and construction management ($110,000) services for the Phase 2 water main Amendment #1 to Agreement with TranSystems for CBD Streetscape Project February 9, 2007 Page 2 improvements which will be constructed this year. The total cost of Amendment #1 is $780,300.63. Included in the work scope are provisions for a higher level of public outreach and information than on the current water main contract. In addition to the on -site representative, a separate website will be maintained that is linked to the City's website, weekly progress meetings will be held and newsletters will be distributed to the businesses and residents in the CBD. The information being circulated will focus on how to best access the downtown through the construction and not just showing where the work is taking place. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None F NANCIAL IMPACT The cost for Amendment No. 1 is $780,300.63. Funding for the cost ($566,300.63) of the steetscape construction management (Phase 1) and design (Phase 2) is in the Center City Tax Increment Fund, account number 262 - 0000 - 791.92 -32, "Land Improvements ", project number 262000, "Central Business District Streetscape" ($3,250,000 budgeted and available). Funding for the cost ($214,000) of the water main design and construction management for Phase 2 is in the water portion of the proposed 2007 General Obligation Bond Fund, account number 367- 4000- 795.93 -41, "Distribution Systems," project number 409670, "CBD Distribution System Upgrades," ($1,050,000 budgeted and available). LEGALIMPACT None ALTERNATIVES The City Council may choose to approve Amendment #1 to the agreement with TranSystems 2. The City Council may choose to not approve Amendment #1 to the agreement with TranSystems and direct staff to proceed differently. Respectfully submitted for Council consideration. (jml) Attachment