Loading...
08-146 Resolution No. 08-146 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ROBERT H. ANDERSON& ASSOCIATES (Spartan Drive Rehabilitation-McLean Boulevard to Lehr Drive Project) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Diane Robertson,City Clerk,be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Robert H. Anderson & Associates for design engineering services for the Spartan Drive Rehabilitation-McLean Boulevard to Lehr Drive Project, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: June 11, 2008 Adopted: June 11, 2008 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this\kday oGA(}Q a 2008,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Robert H.Anderson&Associates, 220 W.River Drive,St. Charles,1160174,an Illinois corporation (hereinafter referred to as"ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with Spartan Drive Rehabilitation — McLean Boulevard to Lehr Drive (hereinafter referred to as the PROJECT); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein,subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the"DIRECTOR". B. The engineer shall prepare concepts, design engineering services and bidding documents for the Project. General limits of the project are shown on Exhibit 1. Any services to be provided by the Engineer for construction engineering will be subject to a written amendment to this agreement. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. • Notice to Proceed May 29, 2008 • Preliminary Plans and Estimates July 31, 2008 • Pre-Final Plans and Estimates October 31, 2008 • Final Plans and Bidding Documents December 7, 2008 B. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. 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 or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 3.0 times the direct hourly rate of personnel employed on this PROJECT,with the total fee not to exceed $158,707.58 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus 0%. C. In-House Direct Costs= $ 949.60 Services by Others= $43,683.94 The additional in-house direct costs and service by other costs specified in Section 4C needs are included in the not-to-exceed figure of $158,707.58 referenced in Section 4A. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Data Collection and Review $ 1,811.10 Surveys $10,463.76 Geotechnical Investigations $10,480.32 Preliminary Plans, Specs, and Est. $50,313.20 Pre-Final Plans, Specs, and Est. $30,164.30 Final Plans, Specs, and Est. $14,456.00 Traffic Signal Modifications $ 3,275.46 Roadway Lighting $14,356.90 Landscape Architecture $13,198.80 Permits and Env. Coordination $ 566.72 Meetings and Coordination $ 2,943.22 Project Admin. And Mgmt. $ 6,677.80 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports(2C above) will be included with all payment requests. 2 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. 6. 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,except that reimbursement shall not exceed the task amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and,unless terminated for cause or pursuant to Article 5,shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. 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. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. 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. 10. 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, attorneys fees, damages or other 3 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 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 expiration,completion and/or termination of this Agreement. 11. 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. 12. 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 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. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled"Indemnification" shall be provided. This 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 covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers 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. 4 13. 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. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin,marital status,of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race,color,creed,national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. 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. 16. 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. 17. 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. 5 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. 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. 6 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. 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. 27. 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: S.Brent Pottorff Senior Project Manager 220 W. River Drive St. Charles, II 60174 7 28. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with all applicable Federal, State,City and other requirements of law,including,but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. IN WITNESS WHEREOF,the parties hereto have entered into and executed this agreement effective as of the date and year first written above. FOR THE CITY: FOR THE • INEER: AIL By e IM411114N, B Ar Attest: Attest: City Clerk \ Senior Project Manager F:\Legal Dept\Agreement\ENGINEERING AGREEMENT-FORM-05-21-08.doc 8 i° a t htA i . �.I. r 3.. 44, I,o ..'4 S t •,,'# , 1 1,"# K ■wry■■ R• ° 'ir , ' �a�"'a r, J" ,�i�4N' $. n 1 „1 • '. - tk .<.i. , S{ ei k I V� ? k r; xl� � y �,,, i q4 b4s4 w .asy, A _yp r" a�` �1 R�< ,,:' ��,anY � S4 f Zrk„ . ; lyyq T 4 1 Y1; , v ,, h ti" L l.; K i A ,,i I L A ��n 3 iR�r � � 3rts.,, 1 , r,4-S 1 4a. S `Frr§*i\ �4 i� 1 b *Yt Rf, rc`l .1 �F �!'.. I r a>� ,f.'o-.,, ,,,rT, .e . .`h,: ��'� ,i' , ?t+ R, ">Z-f „,- ,fa r.}. 4 �.4,*; ,A „SY{, ... ., �'t ,.r �'< d - ,; ; -�, ..,k, .,fit ` .•�4a,,;k. ,S ..h ,.r:• ,.,i,,,• •:t. .Q. ';;, `,,... ,,,tz. �x ,.... Cris r $ ,r: «;r' E3,, £ '. t, of ,� ? < .,° 4s� � j��rt; ' ' ?5.'fit '4„' ,:=".f ,:•k. t' V @t"°`„iit t, -i" ;', ttt t ', V:.y. w.,, Y ls�.��:x` ,"»;M; :...,V° r jrr i, , fi. a W"S4'1�} ;,= h d`�3�' re �i$� ify�} '.+ X t e^i,°. 4. 2k�.�d .tee �aa'�h�s' q 5.,`. %'`'i :',. 2, o �7t *'9 041., � qta t•�.�., nis ��,.w�"wxi,�� •.••.�,� ux ��,s, 1 ' ^n, h..�� ev � ti� � F' > r �a � w, . �d . i � ,..,-,,+ n7 '" `„ Syr �n'i ✓.ti 42. ,-e'''' r �,, i i k ', '' �,'` ''' W4t t i yif�'ar E » s. . . �,y} P try.' 1," v i Si . y .,„0.4'. ' d•$ ;5�ti a. e d+, i ,eti ..0,x t t''+(fi,; ti` �, 7k�\4 l �,.. t S ,. } $,ff N x',. ••"'..,,„_;.�•,+'. F,,i{i �. } ,pk„, v ti t c "{'•,. re f r ,•� ttg,� +t w.,. N � 1 � s� as t ax ,'.,�r�c �" `y�£'3` � pig �'n �5' �' ��4� :�,+t ��r� tk xt`'�,.,, 't'� , ,��rn ,14�:9i� r-hr -•'''' a t ,�� a a�•k" 'ti 9,,, 44 ;'e ?; far ,tlaja *rR sai V? ".S,,v�' a° ,,"'�'4'Pt`� 004„, 1?Y� -� •a4� ,'� ���"tM r< t t. �""' _ . s.N:2,0, zt r ,-s :F ,, ' ' ,e ^r�.�3o'x l6 ,wren. ': ��qC,, a ! ' s '' p 'i • `∎ •,,,,,,,,, A t 1 , ` ' h �� S . t•. a v ' V' ' J■t r c"ap ,, S v ,• 3yny4 , 1 , fit 1" .e«» vN ..1.� . . :. ., •,a vT��c�s3P; '+t 'P . ,as,sr��+�,.,. � �V 4,> 4r`� E* .,. 17 �. zs? <1 M =2,• • ,g ��.� " <,. /kbr*N.MWIM ♦AMnWwr.m rp 6R1504A'N�V' a it /7U(M C' ' 'fA�4rr per, �6r,R1M'I Attachment A -- Scope of Services Spartan Drive Rehabilitation McLean Blvd. — Lehr Drive Section 5 - Scope of Services RkIA!i'AL General A. RHAA has prepared this Scope of Work considering the information discussed at the City of Elgin Pre-Proposal Meeting held on April 11, 2008 and observations made during field checks of the project site.The proposal has been finalized based on a negotiation and scoping meeting held with the City on May 16,2008. B. The Phase II design Notice to Proceed is anticipated for May 29, 2008 and final plans and documents shall be completed for submission to the City of Elgin by December 7, 2008. RHAA will also provided as requested a preliminary cost estimate by July 1, 2008 for the City to use for establishing the budget for the 2009 construction season. C. The scope of services is considered a comprehensive,"all inclusive"scope of items discussed with the City of Elgin engineering staff. The scope considers a comprehensive evaluation of alternates for rehabilitation and reconstruction methods. Should budgetary reasons require a reduction in effort, RHA and the City's engineering staff will review items in the scope for potential exclusions. D. The project limits are generally described as follows: The proposed Spartan Drive roadway consists of a two-lane concrete roadway with curb and gutters. The roadway has street lighting owned and operated by the Elgin Community College. Other than storm sewer laterals that drain to the ditch on the south side of the roadway,this is no major public utility within the roadway section. The existing roadway will remain a two-lane roadway but will be upgraded through rehabilitation methods or reconstruction of the entire roadway. The limits of construction along Spartan Drive will begin at Sta: 41+66.08(stationing based on construction centerline established for the adjacent roadway section currently under construction in 2008)to approximately Sta: 72+47. The existing drainage may require upgrading. The City will consider a turf median with landscaping and irrigation system. Intersection Design Studies previously completed by the City at the Intersection of McLean Blvd.will be evaluated for the need to add turn lanes and signal modifications to the westerly leg of the intersection. Street lighting will be considered to meet the current City standards. E. The project will be designed in English units of measure. F. The baseline stationing, horizontal and vertical datum will match the roadway centerline and datum previously established for the adjacent Spartan Drive roadway section currently under construction in 2008. G. Calculations and contract documents will be performed by RHAA, and submitted to the City on 8'/2"x 11" paper. H. Full size prints of plans will be submitted to the City on 24"x36" paper and half size prints of plans will be submitted to City on 11"x 17"paper. I. This project anticipates coordination with: a. City of Elgin (streets, water, sanitary, bike path, signals, lighting) b. Comcast(cable television) c. AT&T(phone and vaults) d. NICOR Gas(natural gas) e. Corn Ed (electric distribution, easement for transmission) f. Elgin Community College g. Crawford, Murphy&Tilly, Inc. (Spartan Drive Construction) J. Review of documents will include the following: a. Spartan Drive Plans(Prepared by CMT. Inc.) City of Elgin Spartan Drive Rehabilitation - McLean Boulevard to Lehr Drive ` •�� Section 5 - Scope of Services RI1AAL b. Existing Roadway Plans for Spartan Drive(From ECC) c. Soils Report d. Existing utility atlases e. Additional information acquired during project development through coordination with the agencies identified in paragraph H above. K. The man-hour estimate assumes that a complete topographic survey and cross sections will be required for the project. L. Wetland areas are expected to be in and along the drainage swale on the south side of the roadway. However, it is anticipated that the roadway improvements will not impact these areas and therefore, wetland impacts are not anticipated for this project and coordination or permitting related to wetlands is not included in the scope of work. 1. Data Collection 1.1. Document review as identified in the"General"Section, Item J. 1.2. A photo log will be prepared of the project. Pictures will be taken with a digital camera. Pictures will be saved in electronic files. One hard copy of the picture will be provided. Individual pictures will be titled and labeled as needed to provided detail and location. It is assumed that a minimum of 100 pictures will be incorporated into the photo log. 1.3. A detailed field check of the record drawings and of the 2008 construction plans for the Spartan Drive currently under construction will be performed to determine modifications made in the project limits since the existing conditions may have been modified or altered. 1.4. Detailed utility coordination that would include coordination of an on-site joint field visit with all utilities companies and a field check of utilities identified by atlas. 2. Surveys 2.1. The man-hour estimate assumes a complete and detailed topographic survey,which includes cross-sections on fifty(50)foot spacing. The survey information will be used to create an existing conditions base drawing and a Digital Terrain Model (DTM)or contour model for use in plan development and preparing cross-sections plans. Thomson Surveying, Ltd will perform the surveys. 2.2. Review the 2008 construction plans(plans prepared by others)for information and locations of Vertical and Horizontal control points. (The project will be survey using state plane coordinates) 2.3. Download the survey data and review for completeness. 2.4. The man-hour estimate includes hours to schedule and coordinate the field survey activities and coordinate the exchange of survey data and base sheet information with the subconsultant. 2.5. The complete Scope of Services is included in the attached Thomson Surveying, Ltd. proposal for professional service for topographic exhibits and surveys, dated April 15, 2008. 3. Geotechnical Investigation and Report 3.1. The man-hour estimate includes hours to schedule and coordinate the geotechnical work and field activities, which includes field marking the locations of all borings and pavement cores. S.T.A.T.E Testing, LLC will perform the geotechnical investigation. City of Elgin or.Drive Rehabilitation - McLean Boulevard to Lehr Drive Section 5 - Scope of Services R}1AfAL 3.2. The man-hour estimate includes time to review the soils investigation and implementation into the project design. 3.3. The complete Scope of Services is included in the attached S.T.A.T.E Testing, LLC proposal for material engineering services, dated April 15, 2008. 4. Preliminary Plans 4.1. The plans will be developed and submitted to the City as three separate submittals. The first submittal will be the preliminary submittal and for this project, scope will be considered seventy-five percent(75%)complete. The first submittal will not include quantity calculations, cost estimate or contract documents or specifications. The major sheet elements are as follows: 4.2. The roadway improvement limits are generally described as Sta. 41+66.08 to Sta. 72+47(3,080 feet)and will be designed to the typical section as selected by the City of Elgin. 4.3. Estimate of MOT sheets has assumed 3 stages of traffic control for the project. The MOT sheets will be shown at a 1"=20'scale, double plan view. 4.4. Removal sheets will be included, at a scale of 1"=20', double plan view, to assist in clarifying the improvements on the plan and profile sheets. 4.5. Plan and profile sheets will be shown at a 1"=20' scale with the proposed and existing plan shown in the same view. It is anticipated that the existing profile will be maintained. 4.6. Roadway signing and pavement marking plan sheets will be shown at a 1"= 20' scale, double plan view. 4.7. Drainage and Utility sheets will be shown at a 1"=20'scale with the proposed and existing plan shown in the same view. The profile will contain the proposed storm sewer and utilities. Changes to the existing drainage patterns and run-off is not anticipated for this project and therefore design of special junction structures or special drainage structures requiring design by a Licensed Structural Engineer are not included in the scope of work. 4.8. Sanitary sewer or watermain work is not included in the scope, except for structure adjustments required by the project. 4.9. Intersection grading plans showing detailed dimensions and elevations will be included for the intersections at Second Street and McLean Blvd. The City desires to correct the alignment at Second Street to a 90 degree T-intersection and the previous design intersection design studies will be reviewed to determine the need for a right turn lane on the westerly leg of McLean Blvd.The plan sheets will be shown at 1"= 10'. 4.10. Erosion control plans, both temporary and permanent,will be shown on 1"=20'scale drawings, with 2 views per sheet. 4.11. Landscape plans sheets will be shown at a 1"=20'scale, double plan view. 4.12. Cross sections will be spaced at 50' intervals. Half sections for side streets and driveways will also be included in the cross section sheets. There will be an estimated 12 sheets. City of Elgin Spartan Drive Rehabilitation - McLean Boulevard to Lehr Drive '�� Section 5 - Scope of Services RIFIMA 5. Pre-Final Plans, Specification and Quantities 5.1. The second submittal will be the pre-final submittal and for this project, scope will be considered ninety-nine percent(99%)complete. The second submittal will include quantity calculations, cost estimate and specifications. 5.2. The pre-final submittal will contain all plan elements described previously in 4.1 through 4.12. 5.3. Contract documents and special provisions will be prepared in accordance with City requirements. 5.4. An Engineer's Opinion of Probable Cost will be prepared as part of the project scope. 5.5. A Construction Contract Estimate of Time will be prepared as part of the project scope. 5.6. A quantity book containing a detailed computation sheet for each pay item will be compiled for submittal to City. The computations will be done electronically using Excel. 6. Final Plans, Specification,and Quantities 6.1. The third submittal will be the final submittal and for this project scope will be considered one hundred percent(100%)complete. The third or final submittal will include final quantity calculations, cost estimate and specifications. 6.2. The final submittal will contain all plan elements described previously in 4.1 through 4.12. 6.3. Contract documents and special provisions prepared in accordance with City requirements will be prepared ready for bidding. 6.4. An Engineer's Opinion of Probable Cost will be prepared as part of the project scope. 6.5. A Construction Contract Estimate of Time will be prepared as part of the project scope. 6.6. A quantity book containing a detailed computation sheet for each pay item will be compiled for submittal to City. The computations will be done electronically using Excel. 7. Traffic Signal Modifications 7.1. Review of the Intersection Design Study at McLean Blvd. is not included, as the City has stated there will be no intersection improvements to the intersection. It is anticipated that a left turn median will be required at this location. The pavement improvements will require signal modification, that includes, but is not limited to, detector loops and controller cabinet. 7.2. Temporary Traffic Signals a. No temporary signals are anticipated for the possible MOT staging scenarios. It is anticipated that the roadway will be closed in order to complete the project. 7.3. Permanent Traffic Signals Modifications a. No permanent traffic signals modifications are anticipated for this project. 7.4. Interconnect System a. The status of an interconnect system at this intersection is not known. Therefore,work involving an interconnect system is not included in the scope of work. City of Elgin Spartan Drive Rehabilitation - McLean Boulevard to Lehr Drive '"�� Section 5 - Scope of Services I1{AAL 7.5. The plans will be submitted in three submittals in conjunction with the submittals described in Sections 4.1, 5.1 and 6.1 above. 8. Roadway Lighting 8.1. Because the existing roadway lighting is believed to be owned and operated by the Elgin Community College and is not anticipated to meet current lighting illumination requirements, roadway lighting will be included for the full length of the project, but will not include lighting at the intersection of McLean Blvd.And Spartan Drive. The lighting design will generally match lighting being installed in the Spartan Drive 2008 Construction project. The lighting design will include all photometric calculations in accordance with the City design guidelines. Christopher B. Burke Engineering West will prepare roadway lighting. 8.2. Roadway lighting sheets will be shown at a 1"=20', with 2 views per sheet. 8.3. The complete Scope of Services is included in the attached Christopher B. Burke Engineering West's"Lighting Design Proposal", dated April 17, 2008. 8.4. The man-hour estimate includes hours to schedule and coordinate the roadway lighting concepts, design elements and base sheet information with the subconsultant. 9. Landscaping Architecture 9.1. The City of Elgin discussed the possibility of adding a landscaped median for the entire length of the project. The median would be equipped with an irrigation system.A Bike path will be added to connect the path near Second Street and Lehr Drive and landscaping options will be considered for the parkway between the curb and bike path. 9.2. Landscaping and Irrigation plans sheets will be shown at a 1"=20',with 2 views per sheet. 9.3. The complete Scope of Services is included in the attached Christopher B. Burke Engineering West's"Landscaping Architecture Proposal", dated April 17, 2008. 9.4. The man-hour estimate includes hours to schedule and coordinate the landscaping concepts, design elements and base sheet information with the subconsultant. 10. Permits and Environmental Coordination 10.1. No major environmental impacts are anticipated for this project. Wetland areas are expected to be in and along the drainage swale on the south side of the roadway. However, it is anticipated that the roadway improvements will not impact these areas and therefore,wetland impacts are not anticipated for this project and coordination or permitting related to wetlands is not included in the scope of work. 10.2. As more than one(1)acre will be disturbed at periods of the project, RHAA will prepare the IEPA NPDES permit application and necessary exhibits. 10.3. The scope will include man-hours to submit the permit application and exhibits for soil erosion control to Kane-DuPage Soil and Water Conservation District. 10.4. The scope will include man-hours to submit the permit application and exhibits for a Kane County Stormwater Permit. ,or E City of Elgin , ' Spartan Drive Rehabilitation - McLean Boulevard to Lehr Drive Section 5 - Scope of Services R}1A!AL 11. Meetings and Coordination 11.1. Project kick-off meeting with the City(one meeting). 11.2. Coordination and progress meeting with the City of Elgin (Assume 2 meeting). 11.3. The man-hour estimate includes time to prepare agendas and exhibits for the meetings(Assumes 3 meeting). 11.4. The man-hour estimate includes time associated with preparation of meeting minutes(the project scope assumes 3 meetings). 11.5. The man-hour estimate does not includes time associated with coordination meeting with the sub- consultant prepare street lighting and landscaping plans. 11.6. The man-hour estimate does not include hours for coordination and progress meeting with the Elgin Community College. 12. Project Administration and Management 12.1. The man-hour estimate includes time associated with work plan development, preparation of progress reports/invoices, schedule monitoring, internal team meetings, and project post mortem/ close out. 12.2. The man-hour estimate assumes time to respond to bidding questions(RFIs). 13. Items Omitted From Scope 13.1. Wetland impacts are not anticipated for this project. Coordination and permitting related to wetlands is not included in the scope of work. If wetlands are encounter during the Phase II process, effort associated with the coordination and permit will require a supplement for the additional effort. 13.2. Change to the existing drainage patterns and run-off is not anticipated for this project and therefore major design changes to the storm system are not anticipated and therefore design of special junction structures or special drainage structures requiring design by a Licensed Structural Engineer are not included in the scope of work. 13.3. The scope of work does not include a survey or study of existing right-of-way information or documents for the project. For matters involving right-of-way it is assumed they will be coordinated by the City and are not included in the scope of work. 13.4. The scope of work does not include any time associated with shop drawing review,which will be part of the Phase III Engineering services. 13.5. Change to the existing drainage patterns and run-off is not anticipated for this project and therefore major design changes to the storm system are not anticipated, therefore the scope of work does not include man-hours to produce a detailed Drainage Report or Location Design Study. The scope does include storm sewer calculations required for design of the new storm system. 13.6. Review of the Intersection Design Study at McLean Blvd. is not included, as the City has stated there will be no intersection improvements to the intersection. 13.7. Sanitary sewer or watermain work is not included in this scope of work, except for structure adjustment required do to raising of the roadway elevation. City of Elgin Spartan Drive Rehabilitation- McLean Boulevard to Lehr Drive ��' 0 Illinois Department Cost Estimate of of Transportation Consultant Services (DLM) Route Spartan Drive Date 05/05/08 Local Agency City of Elgin Section Overhead Rate Project Rehabilitation(w/Street Lighting and Landscaping) Job No. Complexity Factor(R) Type of Funding Local Direct Labor Multiple 3.00 Existing Structure Number N/A (DLM+ R) In-House Services % of Item Manhours Payroll times Direct By Total Grand Payroll Costs Others Total 1) 'Data Collection And Review 20 576.20 1,728.60 82.50 1,811.10 1.14% 2) Surveys 24 665.28 1,995.84 45.00 8,422.92 10,463.76 6.59% 3) Geotechnical Investigation and Report 10 330.40 991.20 9,489.12 10,480.32 6.60% 4) Preliminary Plans 550 16,698.00 50,094.00 219.20 50,313.20 31.70% 5) PreFinal Plans, Specifications and Quantities 326 9,959.30 29,877.90 286.40 30,164.30 19.01% 6) Final Plans, Specs and Quantities 149 4,768.00 14,304.00 152.00 14,456.00 9.11% 7) Traffic Signal Modifications 31 1,091.82 3,275.46 3,275.46 2.06% 8) Roadway Lighting 10 297.30 891.90 13,465.00 14,356.90 9.05% 9) Landscape Architecture 10 297.30 891.90 12,306.90 13,198.80 8.32% 10) Permits and Environmental Coordination 6 183.24 549.72 17.00 566.72 0.36% 11) Meetings and Coordination 28 940.24 2,820.72 122.50 2,943.22 1.85% 12) Project Administration and Management 56 2,217.60 6,652.80 25.00 6,677.80 4.21% TOTALS 1220 $38,024.68 $114,074.04 $949.60 $43,683.94 $158,707.58 100.00% Cost Est DLM 1 5/16/2008 SPARTAN DRIVE REHABILITATION (McLEAN BLVD TO LEHR DRIVE) CITY OF ELGIN Development of Project Hourly Rates (IDOT Method) Robert H. Anderson and Associates, Inc. 2009 2010 2011 2012 2013 It 2008 Actual Projected Projected Projected Projected Projected Rate @ 3.0% @ 3.0% @ 3.0% © 3.0% @ 3.0% Increase Increase Increase Increase Increase Average Hourly Rate as a 100.0% 103.0% 106.1% 109.3% 112.6% 115.9% Percent of 2007 Rate Estimated Months of Contract in 7 0 0 0 0 0 Given Year % of Project Duration 100.00% 0.00% 0.00% 0.00% 0.00% 0.00% Extension 1.000 0.000 0.000 0.000 0.000 0.000 Weighted Project Hourly Rate I Multiplier 1.0000 Project Duration: May 29, 2008 to December 7, 2008 = 7 months Allowed Percentage Escalation 3.00% 1.030 Page 2 of 9 Printed on 5/16/2008 EXHIBIT A RHA_SpartanDr PhII_051608_CECS Escalation Factor 1.00 Description 2008 Adjusted Rate Principal $ 64.50 $ 64.50 Senior Planner $ 54.00 $ 54.00 Senior Structual Engineer $ 45.00 $ 45.00 Senior Project Manager $ 41.00 $ 41.00 Project Manager $ 38.37 $ 38.37 Senior Engineer $ 29.12 $ 29.12 Senior Field Engineer $ 38.50 $ 38.50 Staff Engineer $ 28.50 $ 28.50 Senior Technician $ 33.38 $ 33.38 Technician $ 24.50 $ 24.50 Office Administrator $ 27.28 $ 27.28 Clerical $ 22.00 $ 22.00 Page 3 of 9 Printed on 5/16/2008 EXHIBIT A RHA_SpartanDr_Phll_051608_CECS WORK HOURS FOR CONSULTING SERVICES PHASE II ENGINEERING for SPARTAN DRIVE REHABILITATION(McLEAN BLVD TO LEHR DRIVE) CITY OF ELGIN Senior Description Project Project Senior Senior Field Staff Senior Office In House Manager Manager Engineer Engineer Engineer Technician Technician Administrator Clerical Direct Costs Sub-cons.Costs 1 Data Collection And Review ._ $ 82.50 1.1 Site VisiUPhoto Log 2 2 + 1 trip x 30 milesArip=30 miles 1.2 J.U.L.I.E.Design Locate Request 8 Utility Coordination 2 2 1.3 Record Drawings from ECC 2 2 1.4 Review ECC Record drawings 2 2 1.5 Review CMT Record Drawings from completed Construction Section 2 2 SUB-TOTAL 20 0 0 10 0 10 0 0 0 0 $ 82.60 $ - PERCENT 0% 0% 50% 0% 50% 0% 0% 0% 0% 2 Surveys - $ 45.00 2.1 Project Coordination 2 2 1 2.2 Determine and Establish Control Datum 1 2 2.3 Survey Data Review and Transfer 6 2.4 Develop Existing Conditions Base Plan 2 8 2.5 Thompson Engineering $ 8,422.92 SUB-TOTAL 24 3 0 6 0 0 0 16 0 0 $ 46.00 $ 8,422.92 _ PERCENT 13% 0% 25% 0% 0% 0% 63% 0% 0% 3 Geotecltnical Investigation and Report $ - 3.1 Project Review for Plan Implementation 1 1 3.2 Field Layout Core and Borings 2 2 2 3.3 Project Coordination 2 3.4 S.T.A.T.E.Testing $ 9,489.12 SUB-TOTAL 10 1 0 6 2 0 2 0 0 0 $ - $ 9,489.12 PERCENT 10% 0% 50% 20% 0% 20% 0% 0% 0% 4 Preliminary Plans _ $ 219.20 4.1 Prepare Preliminary Plans 4.1.01 Cover Sheet 1 2 2 2 1 1 4.1.02 Index,General Notes,Standards 1 8 8 8 2 2 4 4.1.03 Summary of Quantities 2 6 12 12 4 4 4 4.1.04 Typical Sections 2 10 20 20 5 5 6 4 4.1.05 Alignment and Ties I 6 6 8 3 3 4.1.06 Removal Plans 3 8 24 24 6 6 8 4 4.1.07 Roadway Plan and Profile 6 14 84 84 2 18 16 38 10 4.1.08 Erosion Control Plans 2 8 16 16 4 4 6 2 4.1.09 Drainage and Utilities Plan&Profile 8 10 60 60 2 12 9 28 9 4.1.10 Intersection Details 2 10 20 20 10 10 4.1.11 Pavement Marking Plans 3 10 30 30 15 7 8 4.1.12 Maintenance of Traffic Typicals 3 10 30 30 3 13 14 4.1.13 Stages of Construction 9 10 90 90 2 32 16 30 10 4.1.14 Details 4 6 24 24 2 8 7 7 4,1.15 Earthwork Summary 1 4 4 4 2 2 4.1.16 Cross-Sections 12 10 120 120 2 36 24 48 10 58 SUB-TOTAL 650 13 0 171 0 66 211 69 0 0 $ 219.20 $ - PERCENT _ 2% 0% 31% 0% 16% 38% 13% 0% 0% Pep.4019 Prvt.d on 5/16/2008 EXHIBIT A RHA SpuRanor Phil 051a0a_CECS WORK HOURS FOR CONSULTING SERVICES PHASE II ENGINEERING for SPARTAN DRIVE REHABILITATION(McLEAN BLVD TO LEHR DRIVE) CITY OF ELGIN Senior Description Project Project Senior Senior Field Staff Senior Office In House Manager Manager Engineer Engineer Engineer Technician Technician Administrator Clerical Direct Costs Sub-cons.Costs 5 Pre Final Plans,SpecNications and Quantities - 286.40 5.1 Prepare PreFinal Plans l - 5.1.01 Cover Sheet 1 1 1 1 1 5.1.02 Index.General Notes.Standards 1 2.5 2.5 2.5 1.5 1 5.1.03 Summary of Quantities 2 2 4 4 2 2 5.1.04 Typical Sections 2 3 6 8 2 4 5.1,05 Alignment and Ties 1 2 2 2 1 1 5.1.06 Removal Plans 3 2.5 7.5 7.5 3 4.5 ' 5.1.07 Roadway Plan and Profile 8 4 24 24 1 7 12 4 5.1.08 Erosion Control Plans 2 2.5 5 5 2 3 5.1.09 Drainage and Utilities Plan&Profile 8 3 18 18 1 5 8 6 5.1.10 Intersection Details 2 3 6 8 2 4 5.1.11 Pavement Marking Plans 3 3 9 9 _ 2 7 5.1.12 Maintenance of Traffic Typicals - -- - - ypicals 3 3 9 9 1 3 5 5.1.13 Stages of Construction 9 3 27 27 1 4 4 12 6 5.1.14 Details 4 2 8 8 1 2 5 5.1.15 Earthwork Summary 1 1 1 1 1 5.1.16 Cross-Sections 12 3 36 36 1 12 8 9 6 5.2 Specifications 4 4 24 16 16 5.3 Quantities 4 4 24 16 24 5.4 Estimate of Cost and Time 4 4 12 4 SUB-TOTAL 326 19 12 108.5 0 48 96.5 27 0 16 $ 286.40 $ - PERCENT 6% 4% 33% 0% 15% 30% 8% 0% 5% 6,Final Plans,Specs and Quantities _ $ 152.00 6.1 Prepare Final Plans 8.1.01 Cover Sheet 1 1 1 1 1 6.1.02 Index,General Notes.Standards 1 1 1 1 0.5 0.5 6.1.03 Summary of Quantities 2 1 2 2 1 1 6.1.04 Typical Sections 2 1 2 2 1 1 6.1.05 Alignment and Ties 1 1 1 1 1 8.1.06 Removal Plans 2 1 2 2 1 1 6.1.07 Roadway Plan and Profile 8 1 6 6 1 2 2 1 6.1.08 Erosion Control Plans 2 1 2 2 1 1 8.1.09 Drainage and Utilities Plan&Profile 6 1 6 8 1 2 2 1 6.1.10 Intersection Details 2 1 2 2 1 1 8.1.11 Pavement Marking Plans 3 1 3 3____ 1 2 6.1.12 Maintenance of Traffic Typicals 3 1 3 3 1 1 1 8.1.13 Stages of Construction 9 1 9 9 2 5 2 6.1.14 Details 4 1 4 4 1 3 6.1.15 Earthwork Summary 1 1 1 1 1 6.1.16 Cross-Sections 12 1 12 12 6 4 2 6.2 Specifications 1.5 10 8 6 6.3 Quantities _ 1.5 12 8 12 6.4 Estimate of Cost and Time "1.5 8 6.5 QA Review 23.5 SUB-TOTAL 149 30 0 53.5 0 16 36.5 7 0 6 $ 152.00 $ - PERCENT 20% 0% 36% 0% 11% 24% 5% 0% 4% 7 'Traffic Signal Modifications $ - 7.1 Preliminary Plans Traffic Signal Modification Plans 1 12 12 12 6 6 7.2 Pre-Final Plans Traffic Signal Modification Plans 1 6 6 6 4 2 7.3 Final Plans Traffic Signal Modification Plans 1 3 3 3 1 2 7.4 Determine Existing System Schematic 4 4 2 SUB-TOTAL 31 0 15 0 0 0 14 2 0 0 $ - S - PERCENT 0% 48% 0%_ 0%_ 0% 45% 6% 0% 0% Page 5 of 9 Pnntad on 5/16/2008 EXHIBIT A RM.4_SparlenDr Phll 051606_CECS WORK HOURS FOR CONSULTING SERVICES PHASE II ENGINEERING for SPARTAN DRIVE REHABILITATION(McLEAN BLVD TO LEHR DRIVE) CITY OF ELGIN Senior Description Project Project Senior Senior Field Staff Senior Office In House Manager Manager Engineer Engineer Engineer Technician Technician Administrator Clerical Direct Costs Sub-cons.Costs 8 Roadway Lighting $ - 8.1 Project Coordination 2 2 8.2 Lighting Alternatives 2 8.3 Incorporate Lighting Plans 2 2 8.4 Christopher Burke&Associates $ 13,465.00 SUB-TOTAL 10 0 0 4 0 4 2 0 0 0 $ - $ 13,465.00 PERCENT 0% 0% 40% 0% 40% 20% 0% 0% 0% 8 Landscape Architecture $ - 9.1 Project Coordination 2 2 9.2 Landscape Alternatives 2 9.3 Incorporate Landscape Plans 2 2 9.4 Christopher Burke&Associates $ 12,306.90 SUB-TOTAL 10 0 0 4 0 4 2 0 0 0 $ - $ 12,306.90 PERCENT 0% 0% 40% 0% 40% 20% 0% 0% 0% 10 Permits and Environmental Coordination $ 17.00 10.1 Permits applications completed for the following agencies: 2 2 10.2 Kane-DuPage Soil and Water Conservation District 10.3 IEPA-NPDES 2 SUB-TOTAL 6 0 0 4 0 0 2 0 0 0 $ 17.00 $ - PERCENT 0% 0% 87% 0% 0% 33% 0% 0% 0% 11 Meetings and Coordination - $ 122.50 11.1 Kickoff Meeting WBh City 2.5 2.5 11.2 2 coordination Meeting with City;2 mtg x 2 people x 2 hrs/mtg=8 hours 4 4 Meeting Preparation;6 mtgs x 1 hr/mtg=6 hours 2 4 11.3 Prepare Meeting Minutes;3 mtgs x 2 hr/mtg=6 hours 2 4 11.4 Revise and Distribute Meeting Minutes;3 mtgs x 1 hr/mtg=3 hours 3 SUB-TOTAL 28 10.5 0 17.5 0 0 0 0 0 0 8 122.50 8 - PERCENT 38% 0% 63% 0% 0% 0% 0% 0% 0% 12 Project Admini ion and Management 12.1 Monthly Report;6 months x 1 report/month x 1.5 hr/report=9 hours 9 12.2 Invoicing;7 months x 1 invoice/month x 1.0 hr/invoice+1 hr set up=7 hours 7 12.3 Prepare&Maintain Project Schedule:6 months x 1 schedule/month x.75 hr/schedule=4.5 hrs 4.5 12.4 General Adminstrative Task 13.5 10 12.5 Bidding Assistance 4 8 SUB-TOTAL 56 24.5 0 31.5 0 0 0 0 0 0 $ 25.00 $ - PERCENT 44% 0% 56% 0% 0% 0% 0% 0% 0% TOTAL 1220 100 27 415 2 166 366 120 0 22 $ 949.60 $ 43,683.94 PERCENT _ 8% 2% 34% 0% 14% 30% 10% 0% 2% Page 6 of 9 Pnnted on 5/16/2008 EXHIBIT A RHA_Spadanor Pha 051608_CECS DIRECT COSTS SPARTAN DRIVE REHABILITATION(McLEAN BLVD TO LEHR DRIVE) CITY OF ELGIN ITEM 1 ITEM 2 ITEM 3 ITEM 4 ITEM 5 Data Collection And Geotechnical PreFinal Plans, Review Surveys Investigation and Preliminary Plans Specifications and Report Quantities TOTAL TOTAL TOTAL TOTAL ITEM UNITS UNIT COST QUANT. COST QUANT. COST QUANT. COST QUANT. TOTAL COST QUANT. COST DIRECT COSTS Postage Letters Each $0.37 $0.00 $0.00 $0.00 $0.00 $0.00 Postage&Shipping(UPS,Fed-Ex) Unit $1.00 $0.00 $0.00 $0.00 100 $100.00 100 $100.00 Travel Mileage Day $45.00 1 $45.00 1 $45.00 $0.00 $0.00 $0.00 Travel Mileage mile $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 BW Bond Plots Sheet $0.60 $0.00 $0.00 $0.00 112 $67.20 224 $134.40 24 x 36 Color Bond Plots Sheet $2.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Vellum Plots Sheet $5.40 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Mylar Plots Sheet $6.00 $0.00 $0.00 $0.00 $0.00 $0.00 8%x11 BW Photocopies Sheet $0.07 $0.00 $0.00 $0.00 500 $35.00 500 $35.00 11 x 17 BW Photocopies Sheet $0.17 $0.00 $0.00 $0.00 100 $17.00 100 $17.00 8'/x 11 Color Photocopies Sheet $1.00 $0.00 $0.00 $0.00 $0.00 $0.00 11 x 17 Color Photocopies Sheet $2.00 $0.00 $0.00 $0.00 $0.00 $0.00 Photographs Each $0.50 75 $37.50 $0.00 $0.00 $0.00 $0.00 Video Tapes Each $4.00 $0.00 $0.00 $0.00 $0.00 $0.00 Field Books Each $6.00 $0.00 $0.00 $0.00 $0.00 $0.00 Title Reports Each $400.00 $0.00 - $0.00 $0.00 $0.00 $0.00 TOTAL DIRECT COSTS $82.50 $45.00 $0.00 $219.20 $286.40 Page 7 of 9 Printed on 5/16/2008 EXHIBIT A RHA SpartanDr Ph11_051608_CECS DIRECT COSTS SPARTAN DRIVE REHABILITATION (McLEAN BLVD TO LEHR DRIVE) CITY OF ELGIN ITEM 6 ITEM 7 ITEM 8 ITEM 9 ITEM 10 Final Plans,Specs Traffic Signal Permits and and Quantities Modifications Roadway Lighting Landscape Architecture Environmental Coordination TOTAL TOTAL TOTAL TOTAL TOTAL ITEM UNITS UNIT COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST DIRECT COSTS Postage Letters Each $0.37 $0.00 $0.00 $0.00 $0.00 $0.00 Postage&Shipping(UPS,Fed-Ex) Unit $1.00 100 $100.00 $0.00 $0.00 $0.00 $0.00 Travel Mileage Day $45.00 $0.00 $0.00 $0.00 $0.00 $0.00 Travel Mileage mile $0.49 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 BW Bond Plots Sheet $0.60 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Color Bond Plots Sheet $2.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Vellum Plots Sheet $5.40 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Mylar Plots Sheet $6.00 $0.00 $0.00 $0.00 $0.00 $0.00 8'/x 11 BW Photocopies Sheet $0.07 500 $35.00 $0.00 $0.00 $0.00 $0.00 11 x 17 BW Photocopies Sheet $0.17 100 $17.00 $0.00 $0.00 $0.00 100 $17.00 8'/x 11 Color Photocopies Sheet $1.00 $0.00 $0.00 $0.00 $0.00 $0.00 11 x 17 Color Photocopies Sheet $2.00 $0.00 $0.00 $0.00 $0.00 $0.00 Photographs Each $0.50 $0.00 $0.00 $0.00 $0.00 $0.00 Video Tapes Each $4.00 $0.00 $0.00 $0.00 $0.00 $0.00 Field Books Each $6.00 $0.00 $0.00 $0.00 $0.00 $0.00 Title Reports Each $400.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL DIRECT COSTS $152.00 $0.00 $0.00 $0.00 $17.00 Page 8 of 9 Printed on 5/16/2008 EXHIBIT A RHA SpartanDr_Phli_051608_CECS DIRECT COSTS SPARTAN DRIVE REHABILITAT CITY OF ELGIN ITEM 11 ITEM 12 Meetings and Project Administration Coordination and Management TOTAL TOTAL ITEM UNITS UNIT COST QUANT. COST QUANT. COST DIRECT COSTS Postage Letters Each $0.37 $0.00 $0.00 Postage&Shipping(UPS,Fed-Ex) Unit $1.00 $0.00 25 $25.00 Travel Mileage Day $45.00 $0.00 $0.00 Travel Mileage mile $0.49 250 $122.50 $0.00 24 x 36 BW Bond Plots Sheet $0.60 $0.00 $0.00 24 x 36 Color Bond Plots Sheet $2.00 $0.00 $0.00 24 x 36 Vellum Plots Sheet $5.40 $0.00 $0.00 24 x 36 Mylar Plots Sheet $6.00 $0.00 $0.00 8'/x 11 BW Photocopies Sheet $0.07 $0.00 $0.00 11 x 17 BW Photocopies Sheet $0.17 $0.00 $0.00 8'/x 11 Color Photocopies Sheet $1.00 $0.00 $0.00 11 x 17 Color Photocopies Sheet $2.00 $0.00 $0.00 Photographs Each $0.50 $0.00 $0.00 Video Tapes Each $4.00 $0.00 $0.00 Field Books Each $6.00 $0.00 $0.00 Title Reports Each $400.00 $0.00 $0.00 TOTAL DIRECT COSTS $122.50 $25.00 Page 9 of 9 Printed on 5/16/2008 EXHIBIT A RHA SpartanDr PhII 051608_CECS 9575 W.Higgins Road Suite 850 Rosemont,IL 60018 Tel.:847-318-9790 Fax:847-823-1029 Fax:847-318-9792 Thomson Surveying Ltd. April 15, 2008 Robert H. Anderson &Associates, Inc. Timbers Professional Center 220 W. River Drive St. Charles, Illinois 60174 Attention: Mr. P.J. Fitzpatrick, PE Senior Vice-President Subject: Professional Services Proposal for a Topographic Exhibit for Spartan Road from McLean Boulevard to Lehr Drive Located in Elgin, Illinois Dear Mr. Fitzpatrick: We are pleased to submit this proposal to provide Professional Land Surveying services required for a Topographic Exhibit for Spartan Road from McLean Boulevard to Lehr Drive located in Elgin, Illinois. SCOPE OF SERVICES Task 1 — Topographic Exhibit: Thomson Surveying, Ltd. (TSL) shall prepare a one foot topography consisting of 50 foot cross-sections of Spartan Road from McLean Blvd. to Lehr Drive,which is approximately 3,100 linear feet. TSL shall obtain topography 100 feet north or south of each driveway or side street. The width of the cross-section shall extend to 100 feet past the back of curb on each side of Spartan Road. TSL shall obtain topography using IDOT J= Field Codes that shall be provided by Robert H. Anderson &Associates, Inc. (RHAA). Locate and identify all visible surface natural and man-made physical features. Location of visible utilities such as inlets shall be located horizontally with rim and invert elevations. Topography will be based on vertical and horizontal datum provide by RHAA. This fee does not include setting permanent stationing or preparation of any plats of survey and shall only delineate to apparent ROW. All of the topography shall conform to the Illinois Minimum Standards for a Topographic Survey. FEE: See Attached Spreadsheet NOTE: Work shall be completed within 30 working days after receipt of the signed proposal,weather permitting. 1. SUPPLEMENTARY SERVICES SERVICES: The preceding sections dealt with the normal services associated with this type of project whose costs can be defined with reliability. This section treats those items which have not been clearly defined at this time, and provides for unanticipated activities which may be required by the project. A. Additional Services: In the event that services are required such as customized certifications; supplemental reports; subsurface investiga- tions; or other services not provided for elsewhere in this proposal, these activities may be performed or coordinated to satisfy the project requirements. FEE: Staff hourly rates for performance plus reproductions,travel,computer and other approved expenses within maximum limits to be established before beginning such work. It. CONDITIONS A. The proposed fees for normal surveying services were developed after careful evaluation of the work involved and the conditions stated in this proposal. B. Client to provide copies of all title reports or legal description of the parcel as well as underlying documents contained herein. We are enclosing a copy of our General Terms and Conditions and a current Schedule of Charges for any surveying services that may be required, but have not been included in the above scope. Direct costs for blueprints, photocopying, mailing, overnight delivery,messenger services and report compilation are not included in the Fee. These General Terms and Conditions are expressly incorporated into and are an integral part of this contract for professional services_ It should be emphasized that any requested meetings or additional services that are not included in the preceding Fee will be billed at the enclosed hourly rates. If the above services,times,fees and conditions are acceptable, please return an executed copy of this proposal. The signed copy will serve as our agreement and authorization to proceed. 2 Again, we appreciate having the opportunity to submit a proposal on this important project. Sin - ely, T `OM 11N d II EYING, LTD. ilimmitear Ar / Mirrir !r ,� r S President Encl. Schedule of Charges General Terms and Conditions THIS PROPOSAL, SCHEDULE OF CHARGES AND GENERAL TERMS & CONDITIONS ACCEPTED FOR ROBERT H. ANDERSON &ASSOCIATES, INC.: BY: TITLE: DATE: DMS/grnt Proposals 20061H11a■2.04''08 3 EXHIBIT C-1 COST ESTIMATE OF CONSULTANT SERVICES ROUTE: PROJECT: Spartan Road CONSULTANT: Thomson Surveying,Ltd. DATE: 04/15/2008 SECTION: COUNTY: Kane JOB NO.: Direct Labor Multiple 300.00% COMPLEXITY FACTOR 0 SERVICES 91%OF (3.00+R) TIMES ITEM. MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS TOTAL (A) (B) (D) (F) (G) (H) TOPOGRAPHIC SURVEY 70 $2,575.38 $7,726.14 $7,726.14 91.73% ADMINISTRATIVE 2 $140.00 $420.00 $420.00 4.99% DIRECT COST 0 $0.00 $0.00 $276.78 $276.78 3.29% , 0 $0.00 $0.00 $0.00 0.00% 0 $0.00 _ $0.00 $0.00 0.00% O $0.00 $0.00 $0.00 0.00% O $0.00 $0.00 $0.00 0.00% 0 $0.00 $0.00 $0.00 0.00% 0 $0.00 $0.00 $0.00 0.00% O $0.00 $0.00 $0.00 0.00% O $0.00 $0.00 $0.00 0.00% O $0.00 $0.00 $0.00 0.00% 0 $0.00 $0.00 $0.00 0.00% 0 $0.00 $0.00 $0.00 0.00% 0 $0.00 $0.00 $0.00 0.00% 0 $0.00 $0.00 $0.00 0.00% 0 $0.00 $0.00 $0.00 0.00% O $0.00 $0.00 $0.00 0.00% $0.00 0.00% TOTALS 72 $2,715.38 $8,146.14 $276.78 $0.00 $8,422.92 100.00% EXHIBIT C-2 AVERAGE HOURLY RATES CONSULTANT: Thomson Surveying,Ltd. ROUTE: PROJECT: Spartan Road DATE 04/1512008 SECTION: COUNTY: Cook ,108 NO.: SHEET 1 OF 1 TOPOGRAPHIC SURVEY ADMINISTRATIVE DIRECT COST PAYROLL HOURLY % WGTD % WGTD % WGTD % WGTD % WGTD CLASSIFICATION RATE HOURS PART RATE HOURS PART RATE HOURS `PART RATE HOURS PART RATE HOURS PART RATE PRINCIPAL $70.00 2 100.0% $70.00 PROFESSIONAL LAND SURVEYOR $70,00 10 14.3% $10.00 FIELD COORDINATOR $42.65 6 8.6% $3.66 SURVEY 11 $35.40 12 17.1% $6.07 SURVEY I _ $21.40 12 17.1% $3.67 SURVEY 1 $27.25 12 17.1% $4.67 CAD MANAGER $43.86 8 11.4% $5.01 CAD I _ - $26.00 10 14.3% $3.71 _ - $0.00 $0.00 $0 00 -... - $0.00 $0.00 TOTALS 70 100.0% $36.79 2 100.0% $70.00 0 0.0% $0.00 0 0.0% $0.00 0 0.0% $0.00 EXHIBIT C-3 DETAILED SUMMARY OF DIRECT COSTS CONSULTANT: THOMSON SURVEYING, LTD. ROUTE: PROJECT: Spartan Road SECTION: COUNTY: Kane JOB NO.: INHOUSE DIRECT COSTS TRAVEL 3 52 $1 5O $78.78 #of trips x #of miles/trip x mileage rate Cost -OR- $0.00 #of days x mileage rateiday Cost Parking Fee is SURVEY SUPPLIES $50.00 PRINTING Blueprints: $100.00 I OUTSIDE DIRECT COSTS PRINTING Mylars: $0.00 Bond: Reports: Messenger Services (4 Fed Ex @ 12/each) $48.00 $276.78 lig" I . 9 it ` ti ri t T E $ T I N o Quill ty is our stepping .stone_.. S.T.A.T.E. Testing L.L.C. was founded in 2000 to provide professional services related to the mix design, quality control and quality assurance of asphalt and concrete. In 2001, we expanded our services to include aggregate and soils. In 2002, we opened a satellite lab in Chicago's north side. In 2003, we added a full service lab to serve the south side of Chicago. As our business has continued to grow, we have maintained our original staff of key personnel. This has enabled us to maintain our close relationship with longstanding clients, while bringing our experience to our newer business relationships. We believe that our success can be attributed to a good business plan, hard work by our team, and the good fortune to have worked with a variety of terrific clients and God's faithfulness. Our business plan was to provide materials management services that go beyond simple testing. We believe that when tests are used to control quality, there is less likelihood that acceptance tests will fail. Thus, our practice is centered on quality control and quality assurance. We have worked with state agencies, counties, and cities to help implement the QC/QA program initiated by IDOT. This program has improved the quality of construction for 5j public and private owners. We have performed mix designs, plant calibration, and quality control for a variety of contractors. We have provided materials management services for several major design firms. And, we have provided materials oversight for a number of counties and municipalities. The projects we list in this proposal were not completed years ago by prior employees. These projects were completed since 2000 by the personnel whose resumes are attached. Our 8 senior staff members have over 130 combined years in managing construction materials. We have more than ten staff members with Level II certificates for both asphalt and concrete. In addition to materials management, we regularly are involved in providing continuing education to the industry and some materials research for private clients. This year, we have been invited to serve as expert witnesses in three construction disputes. 3 S.T.A.T.E.Testing, LLC 570 Rock Road, Unit K East Dundee, IL 60118 We hope you will find that our qualifications and philosophy match your needs and that you consider S.T.A.T.E. Testing for your project. Sincerely, Jay Behnke, P.E. Alk President 4 l 4 S.T.A.T.E.Testing,LLC 570 Rock Road, Unit K East Dundee, IL 60118 6 Ends Depa mien( Cost Estimate of of Transportation Consultant Services (Direct Labor Multiple) Firm STATE TESTING Date 04/16/08 Route Elgin-Spartan Drive Section Overhead Rate % County Kane Job No. Complexity Factor 0 PTB&Item NA (3.00+R)TIMES SERVICES %OF ITEM MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS (C+D+E) TOTAL (A) (B) (C) (DJ (E.,) Materials Evaluation of Existing 10 679.20 2,037,60 2,037.60 21.47% Soil Borings 1 59,60 178.80 3,660.00 3,838.80 40.45% Materials Teasting 16 525.04 1,575.12 1,575.12 16.60% Pavement Materials Design 10 679.20 2,037.60, 2,037.60 21.47% i TOTALS 37 1,943.04 5.829.12 0.00 3,660.00 9,489.12 100.00% BDE 021 (Rev. 2/06) PRINTED 4/16/2008, 2:02 PM PAGE 3 !irrois Department of Transportation Payroll Rates FIRM NAME STATE TESTING DATE 04/16/08 PRIME/SUPPLEMENT SUB PTB NO. NA ESCALATION FACTOR 1.00% CLASSIFICATION CURRENT RATE ESCALATED RATE _ t Principal Engineer $ 0.00 $70.00 Associate Engineer $59.01 $59.60 Senior Engineer- x31.58 $31.90 Professional Engineer $43.00 $43.43 Materials Coordinator $31.58 $31.90 Labatory Manager $29.83 $30.13 Quality Assurance Manager $31.15 $31.46 Accountant- $33..44 $33.77 Senior Technician $27.06 $27.33 Level ti€Technician $26.50 $26.77 Level II Technician $25.85 $26.11 Level I Technician $23.63 $23.87 Material Tetster 2 $33.40 $33.73 Material Tester 1 $31.58 $31.90 Apprentice $15.90 $16.06 Lab Technician U $12.00 $12.12 Lab Technician $10.50 $10.61 Admin assistant It $15.00 $15.15 Adm'Assistant I $11.25 $11.36 e: $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 BDE 021 (Rev. 2/06) PRINTED 4/16/2008, 2:02 PM PAGE 2 aMinds Department of"fransportabon Average Hourly Project Rates Route Elgin-Spartan Drive Section County Kane Consultant STATE TESTING Date 04/16/08 Job No. PTB/Item NA Sheet 1 OF 1 Payroll Avg Total Project Rates Materials Evaluation of ExlstinVoii Borings Materials Toasting Pavement Materials Design Hourly Hours % Wgtd Hours % Wgtd Hours % . Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part Ave Part. Ave Part. Av.. Part Ave Part Ave Part. Av. Principal Engineer $70.00 16 43.24% 30.27 8 80.00% 56.00 8 80.00% 56.00 Associate Engineer $59.60 5 13.51% 8.05 2 20.00% 11.92 1 100.00% 59.60 2 20.00% 11.92 Senior Engineer- $31.90 0 Professional Engineer $43.43 0 Materials Coordinator 531.90 0 Labatory Manager _ $30.13 0 . Quality Assurance Manager $31.46 0 Accountant- $33.77 0 Senior Technician $27.33 t) Level III Technician $26.77 0 Level II Technician $26.11 0 Level I Technician $23.87 0 Material Tetster 2 $33.73 8 21.62% 7.29 8 _50.00% 16.87 Material Tester 1 $31,90 8 21.62% 6.90 8 50.00% 15.95 Apprentice $16.06 0 Lab Technician II $12.12 0 Lab Technician $10.61 0 Admin assistant II $15.15 0 Admin Assistant I $11.36 0 0 - 0 , U 0 0 0 0 0 _ , 0 0 U • . I A r I TOTALS 37 100% $52.51 10 100% _ $67.92 1 100% $59.60 16 100% $32.81 10 100% $67.92 0 0% $0.00 BDE 021 (Rev.2/06) PRINTED 4/16/2008,2:02 PM PAGE 4 Departent Payroll Escalation Table of lansportation Anniversary Raises FIRM NAME STATE'TESTING DATE 04116/08 PRIME/SUPPLEMENT PRIME PTB NO. NA CONTRACT TERM 8 MONTHS OVERHEAD RATE '1/4 START DATE 3/112007 COMPLEXITY FACTOR RAISE DATE Anniversary %OF RAISE 3.00% ESCALATION PER YEAR DETERMINE THE MID POINT OF THE AGREEMENT 4 CACULATE THE ESCALATION FACTOR TO THE MIDPOINT OF THE CONTRAC1 1.00% The total escalation for this project would be: 1.00% BDE 021 (Rev.2/06) PRINTED 4/16/2008,2:02 PM PAGE 1 Direct Cost Breakdown City of Elgin Spartan Drive 4/16/2008 Vehicles Unit Cost Quantity Units Total Cost Daily Charge $ 45.00 3 Days $ 135.00 $ 135.00 Lab Testing Reflux Extraction $ 275.00 0 Each $ - Ignition Oven Extraction $ 225.00 0 Each $ - Superpave&SMA Gmm&Gmb(Avg of 2) $ 570.00 0 Each $ - Compressive Strength Cylinders Include S- Cap $ 50.00 4 Each $ 200.00 Washed Gradations $ 119.00 0 Each $ - PGE Gradations $ 238.00 0 Each $ - Proctors $ 225.00 0 Each $ - Modified Proctors $ 250.00 0 Each $ - Pavement Analysis-Core Density $ 60.00 0 Each $ - Soils Analysis(Atterberg,Composition) $ 300.00 1 Each $ 300.00 $ - $ 500.00 Miscellaneous Direct Cost Overnight Mail $ 10.00 0 Each $ - Postage At Cost $ 25.00 Communications-Radio(one Radio/Phone bill $ 50.00 0 Month $ - $ 25.00 i Premium Overtime Reg Rate Premium Est OT Hours Overtime Senior Technician $27.53 $ 13.77 0 $ - Level Ill $26.96 $ 13.48 0 $ - Level II $26.30 $ 13.15 0 $ - Level l $24.04 $ 12.02 0 $ - Material Tester 2 $33.98 $ 16.99 0 $ - Material tester 1 $32.13 $ 16.07 0 $ - Night Differential Senior Technician $27.53 $ 2.75 0 $ - Level Ill $26.96 $ 2.70 0 $ Level II $26.30 $ 2.63 0 $ - Level ll $24.04 $ 2.40 0 $ - e ;> $ - Premium Overtime due to Prevailing Wage Senior Technician $ - $ - Level tll $ - $ _ Level II $ - $ - Level fl $ - $ _ Material Tester 2 $8.85 $ 8.85 0 $ - Material tester 1 $8.85 $ 8.85 0 $ - $ - $ 660.00 C B CHRISTOPHER B. BURKE ENGINEERING WEST, LTD. 116 West Main Street •Suite 201 •St.Charles, Illinois 60174-1854 •TEL(630)443-7755 •FAX(630)443-0533 April 17, 2007 Revised May 28, 2008 Mr. PJ Fitzpatrick, P.E. Robert H. Anderson &Associates, Inc. 220 West River Drive St. Charles, Illinois 60174 Subject: Proposal for Lighting and Landscaping Design Services Spartan Drive, Elgin, Illinois (CBBEWL Project No. 08-0047) Dear Mr. Fitzpatrick: In response to your request, Christopher B. Burke Engineering West, Ltd. (CBBEWL) is pleased to provide you with this proposal for landscaping services related to the beautification of approximately 3,000 feet of planted median and streetscape planting along both sides of Spartan Drive in Elgin, Illinois. The purpose of these services is to provide construction plans and specifications for the installation of plant material along the existing road. The following describes our Scope of Services and Estimate of Fee. SCOPE OF BASIC SERVICES TASK 1 — DATA COLLECTION AND INITIAL PROJECT COORDINATION: We will meet with the appropriate personnel to determine the minimum lighting requirements, sources of electrical services, preferred lighting and control equipment, and required electrical appurtenances for the proposed improvement. TASK 2 — PROPOSED ROADWAY LIGHTING DESIGN SUBMITTAL: Based on the information collected in Task 1, a photometric computer analysis will be performed to determine proposed pole spacing in accordance with ANSI-IES, RP-8- 00 and/or owner requirements. Preliminary plans of the proposed layout will then be prepared using the proposed roadway plans prepared by RHA. The preliminary plans along with the supporting design calculations including the photometric analysis, proposed design criteria and voltage drop calculations will be submitted to the appropriate agencies for their review and approval. It is assumed that only a City of Elgin review will be performed for the proposed lighting and no IDOT review will be required. TASK 3 — PLAN PREPARATION AND DETAIL DRAWING PREPARATION: Upon approval from the reviewing authorities, roadway lighting plan drawings and detail drawings will be provided. The plan sheets will include locations of the lighting units along with electric cables and raceways, power source location, lighting controller and electrical hand holes. The detail drawings will include the lighting controller cabinet with wiring diagram and component schedule, light pole and luminary, concrete foundation, handhole wiring diagram, one line circuit diagram, handhole and conduit installation details. TASK 4 — IRRIGATION DESIGN: CBBEL will provide irrigation design specifications and plan preparation for the landscaped median. It is assumed that City of Elgin potable water will be used as the source of the irrigation water. Details of irrigation equipment will be provided to accompany the plan drawings. Several water main taps along with RPZ assemblies may be necessary to provide irrigation coverage on the assumed 2,000 foot length of landscape median. Task 5 — SUMMARY OF QUANTITIES AND COST ESTIMATE: An opinion of probable construction cost will be prepared along with a summary of quantities for the work described in Tasks 2 and 3. Task 6 — MEETINGS DRAWING REVISIONS/CONSULTATION: Meetings (other than those scheduled in Task 1), revisions to drawings after approval of preliminary plans or revisions to plans previously approved by reviewing agencies, and consultation will be provided on a time and materials basis under this task. TASK 7 — PRELIMINARY LANDSCAPE MEDIAN DESIGN: We will prepare a preliminary landscape plan for the beautification of approximately 3,000 feet of planted median area that will improve the appearance of the roadway and serve a traffic calming function. Design will include soil profile for a median, seeding, sodding, planting of trees, shrubs and perennial plantings. Median concrete and drainage are to be provided as part of the roadway design. TASK 8 — PRELIMINARY STREETSCAPE DESIGN: We will prepare a one preliminary landscape plan for the beautification of approximately 3,000 feet of streetscape plantings along both sides of Spartan Drive and a gateway treatment at the corner of Spartan Drive and McLean Boulevard. Design will include seeding or sodding, planting of trees, shrubs, perennial plantings and other appropriate landscape elements. No hardscape design is included. TASK 9 — LANDSCAPE CONSTRUCTION PLANS AND SPECIFICATIONS: We will prepare landscape construction plans and specifications in accordance with the City of Elgin requirements. The final plan will include: the location and dimensions of all existing and proposed structures, natural features and proposed improvements; the location, quantity, size, and type of all proposed plant materials; specifications of all proposed ground cover; the location and description of all plant material intended to PDK/mmc 2 of 4 C:\Documents and Settings\drooney\Local Settings\Temporary Internet Files\Content.Outlook\N8CSMA42\PR080047 41708.doc remain on the site, and typical cross-sections of roadway plantings planned for the site. This scope of work does not include the design of signage, fencing or other structural features. For the purposes of this proposal, we assumed this work would be performed by others. ESTIMATE OF FEE Our estimated fees are based on the entire Scope of Basic Services being awarded to us. In general, individual tasks cannot be broken out and awarded separately. Our Fees are shown on the attached IDOT CECS DLM 3.0 Spreadsheet. The Fee estimate including direct costs is not to exceed: LIGHTING & IRRIGATION $13,465.00 LANDSCAPING $12,306.00 TOTAL $25,771.00 We propose to bill you monthly on a percent complete basis will be billed based on the attached CECS Schedule. We establish our contract in accordance with the attached General Terms and Conditions. These General Terms and Conditions are expressly incorporated into and are an integral part of this contract for professional services. We reserve the right to increase our fees by 5% on December 31st of each calendar year. If this proposal meets with your approval, please sign both copies and return one to us for our files. Sincerely, F4,1 Patrick Kelsey, CPSSc/SC Vice President Encl: IDOT CECS DLM 3.0 General Terms and Conditions (June 14, 2005) cc: File PDK/mmc 3 of 4 C:1Documents and Settings\drooney\Local Settings\Temporary Internet Files\Content.Outlook\N8CSMA42\PR080047 41708.doc THIS PROPOSAL, GENERAL TERMS AND CONDITIONS, AND SCHEDULE OF CHARGES ACCEPTED FOR ROBERT H. ANDERSON &ASSOCIATES. BY: TITLE: DATE: PDK/mmc 4 of 4 C:1Documents and Settings\drooney\Local Settings\Temporary Internet Files\Content.Outlook\N8CSMA42\PRO80047 41708.doc 0 Illinois Department Cost Estimate of of Transportation Consultant Servi (Direct Labor Multiple ruin tail' swpner Burke Engineering West, Ltd Date 05/16/08 Route Spartan Drive Section Overhead Rate 116.48% County Kane Job No. Complexity Factor 0 PTB&Item DBE (3+R)TIMES DIRECT SERVICES DBE %OF DROP ITEM MANHOURS PAYROLL PAYROLL COSTS BY TOTAL TOTAL GRAND BOX OTHERS TOTAL (A) (B) (C) (D) (E) _ (C+D+E) (C+D+E) Data Collection 9 347.25 1,041.75 1,041.75 4.04% Roadway Lighting Design 24 852.00 2,556.00 2,556.00 9.92% Lighting Plan& Detail Drawings 28 1,082.00 3,246.00 3,246.00 12.60% Irrigation Design 44 1,860.00 5,580.00 5,580.00 21.65% Lighting Summary of Quantities& 5 131.25, 393.75 393.75 1.53% Lighting Meetings/Revisions 4 216.00 648.00 648.00 2.51% Preliminary Landscape Design 28 897.44 2,692.32 500.00 3,192.32 12.39% Preliminary Streetscape Design 28 897.44 2,692.32 2,692.32 10.45% Landscape Plans 12 440.46_ 1,321.44 500.00 1,821.44 7.07% Specifications and Cost Estimate 40 1,533.44 4,600.32 4,600.32 17.85% TOTALS 222 8,257.30 24,771.90 1,000.00 0.00 0.00_ 25,771.90 100.00% DBE 0.00% BDE 028(Rev. 2/06) Pringed 5/16/2008, 3:54 PM Page 3 Illinois Department of Transportation Average Hourly Project Rates rcoute Spartan urive Section County Kane Consultant Christopher Burke Engineering West,Ltd Date 05/16/08 Job No. PTB/Item Sheet 1 OF 1 Payroll Avg Total Project Rates Data Collection Roadway Lighting Design Lighting Plan&Detail Drawings Irrigation Design Lighting Summary of Quantities Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PRINCIPAL $63.00 0 SENIOR ENGINEER $58.40 0 ENGINEER V $54.00 44 17.05% 9.21 4 44.44% 24.00 8 33.33% 18.00 8 28.57% 15.43 20 45.45% 24.55 ENGINEER IV $37.51 0 ENGINEER III $36.25 0 ENGINEER II $26.25 26 10.08% 2.65 5 55.56% 14.58 16 66.67% 17.50 5 100.00% 26.25 SR. ENV. RES.SPEC. $53.00 48 18.60% 9.86 _ ENV.RES.SPEC. III $28.56 0 ENV.RES.SPEC. II $22.00 96 37.21% 8.19 ENV.RES.TECH. $20.75 0 LAND SURVEYING MANAGE $45.50 0 SR.PROJECT SURVEYOR $38.50 0 PROJECT SURVEYOR $26.56 0 STAFF SURVEYOR $18.90 0 SEN.ENG.TECH. $32.50 44 17.05% 5.54 20 71.43% 23.21 24 54.55% 17.73 ENG.TECH. III $35.00 0 ENG.TECH. I $22.80 0 WORD PROCESSOR $21.39 0 #NUM! 0 #NUM! 0 #NUM! 0 #NUM! 0 _ #NUM! 0 #NUM! _ 0 #NUM! 0 #NUM! 0 #NUM! 0 #NUM! 0 #NUM! 0 #NUM! 0 TOTALS 258 100% $35.44 9 100% $38.58 24 100% $35.50 28 100% $38.64 44 100% $42.27 _ 5 100% $26.25 BDE 028(Rev.2/06) PRINTED 5/16/2008,3:54 PM PAGE 4 0 Illinois Department of Transportation Average Hourly Project Rates Route Spartan urive Section County Kane Consultant Christopher Burke Engineering West,Ltd Date 05/16/08 Job No. PTB/Item Sheet 2 OF 1 Payroll Avg Lighting Meetings/Revisions Preliminary Landscape Design Preliminary Streetscape Desigr Landscape Plans Specifications and Cost Estima Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg _ Part. Avg Part. Avg PRINCIPAL $63.00 . _ _ SENIOR ENGINEER $58.40 ENGINEER V $54.00 4 100.00% 54.00 ENGINEER IV $37.51 ENGINEER III $36.25 . ENGINEER II $26.25 _ SR.ENV. RES.SPEC. $53.00 4 14.29% 7.57 4 14.29% 7.57 4 33.33% 17.67 16 40.00% 21.20 ENV. RES.SPEC.III $28.56 24 85.71% 24.48 24 85.71% 24.48 8 66.67% 19.04 24 60.00% 17.14 ENV. RES. SPEC. II $22.00 ENV.RES.TECH. $20.75 _ LAND SURVEYING MANAGE $45.50 _ SR.PROJECT SURVEYOR $38.50 - _ PROJECT SURVEYOR $26.56 _ STAFF SURVEYOR $18.90 SEN. ENG.TECH. $32.50 ENG.TECH. III $35.00 ENG.TECH. I $22.80 WORD PROCESSOR $21.39 . #NUM! #NUM! _ #NUM! #NUM! #NUM! #NUM! #NUM! #NUM! #NUM! _ #NUM! #NUM! #NUM! TOTALS 4 100% $54.00 28 _ 100% $32.05 28 100% $32.05 12 100% $36.71 40 100% $38.34 0 0% $0.00 BDE 028(Rev.2/06) PRINTED 5/16/2008, 3:54 PM PAGE 5 Attachment B -- Project Schedule Spartan Drive Rehabilitation McLean Blvd. - Lehr Drive 1 2nd Quarter 3rd Quarter 4th Quarter 1st Quart ID 1 Task Name Duration Start l Finish '.r May Jun Jul I Aug J Sep Oct--r- Nov I Dec Jan 1 • , Notice to Proceed 0 days Thu 5/29/08: Thu 5/29/08 5/29 2 Data Collection and review 7 days Thu 5/29/08 Fri 6/6/08 4 i Geotechnical Investigations 7 days Tue 6/3/08 Fri 6/11/08 r 3 Surveys 14 days` Tue 6/3/08 Wed 6/11/08 5 'Lighting Concepts 14 days Mon 6/23108,......_ Thu 7/10/08 s- 6 Landscape concepts 14 days Mon 6/23/08 Thu 7/10/08 7 Prepare Preliminary Plans and I 29 days Mon 6/23/08 Thu 7/31/08 H • 8 i a ,Submit Preliminary Plans and E 0 days; Thu 7/31/08. Thu 7/31/08 7/31 9 City Review Preliminary Plans 30 days' Fri 8/1/08 Thu 9/11/08 10 Prepare Pre Final Plans and es 35 days Fri 9/12/08' Thu 10/30/08 ;.' ;, 4. 11 l Submit Pre Final Plans and esti 0 days Fri 10/31/08 Fri 10/31/08 ` 10!31 12 ; ,City Review Pre Final Plans 15 days' Mon 11/3/08 Fri 11/21/08 . 13 j Prepare Finals Plans and Estim 9 days' Mon 11/24/08 Thu 12/4/08 ---_ __ y ... I Fri 12/5/08 Fri 12/5/08 12/5 14 >t •Submit Final Plans and Estimat 0 days� . I i Task ,«?° •:.'‘i,...',:''=":';','"'''': Milestone ♦ e ''s a % j Project:Spartan Drive Rehabilitation Split Summary External Milestone Date:Tue 5/6/08 " Progress Project Summary ' ' ° ' Deadline _...__-----._....__.._.._._-.._.--..____----......___ Page 1 May 22, 2008 sit r City Mayor and Members of the TO: y Y Council L_ FROM: Olufemi Folarin, City Manager David Lawry, P.E., General Services Group Director SUBJECT: Engineering Services Agreement with R.H. Anderson & Associates for the Spartan Drive Rehabilitation—McLean Boulevard to Lehr Drive Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider an agreement with R.H. Anderson & Associates (RHA) for design engineering services for the Spartan Drive Rehabilitation — McLean Boulevard to Lehr Drive Project. RECOMMENDATION It is recommended that City Council authorizes the City Manager to execute the agreement with RHA in the not-to-exceed amount of$158,707.58. BACKGROUND This project will provide for the rehabilitation of approximately 3100 L.F. of Spartan Drive from McLean Boulevard to Lehr Drive. This section of Spartan Drive is a 40 foot wide concrete pavement with curb and gutter. It was constructed in the mid 1960's and has required minimal annual maintenance. However, with the recent harsh winter weather, the street has begun to deteriorate rapidly. The majority of deterioration is occurring along the construction joints in the pavement. The pavement is rapidly approaching the end of its useful life and in need of rehabilitation. The current project schedule would provide for design in 2008 with bidding and construction in early 2009. No funding has been provided in the 5 year financial plan for construction of this project. The design engineering will include identification of the most cost effective rehabilitation strategy, soil investigation, new roadway lighting, landscaped median design cost, estimate preparation and final plans, specifications and bidding assistance. The inclusion of a landscaped median is possible due to the width (40 feet) of the roadway. Request for proposals for the subject project were solicited from six firms with proposals being f I Engineering Services Agreement with R.H. Anderson for the Spartan Drive Rehabilitation May 22, 2008 Page 2 submitted on April 18, 2008. The six firms were RHA, Engineering Enterprises, Hampton, Lenzini & Renwick, RJN, Stanley Consultants and Strand Associates. A staff selection committee evaluated the six proposals, with RHA being selected the most qualified firm. RHA met with staff to finalize the project scope and negotiate a project fee. The final negotiated fee is $158,707.58. A project location map is attached as Exhibit A. A copy of the results of the selection process is attached as Exhibit B. A copy of the Engineering Services Agreement is attached as Exhibit C. Although included as part of the evaluation process, this agreement will not provide construction engineering services at this time. An amendment to the contract will be prepared to provide construction engineering services when the project is bid. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The agreement with RHA will total $158,707.58. Funding in the amount of $165,000 is budgeted and available in the Riverboat Fund, account number 275-0000-791.93-80, "Public Ways/Street Improvements"project number 339958, "Spartan Drive East." LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to approve the engineering services agreement with RHA. 2. The City Council may choose not to approve the agreement with RHA. Respectfully submitted for Council consideration. do Attachments