Loading...
13-121 Resolution No. 13-121 RESOLUTION AUTHORIZING EXECUTION OF SEVENTH AMENDMENT AGREEMENT WITH TRANSYSTEMS CORPORATION FOR DESIGN ENGINEERING SERVICES REGARDING THE 2014 ROADWAY AND STREETSCAPE IMPROVEMENTS IN CONNECTION WITH THE CENTRAL BUSINESS DISTRICT STREET RESURFACING AND STREETSCAPE PROGRAM BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R. Stegall,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute on behalf of the City of Elgin with TranSystems Corporation for design engineering services regarding the 2014 roadway and streetscape improvements in connection with the Central Business District Street Resurfacing and Streetscape Program, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: July 24, 2013 Adopted: July 24, 2013 Vote: Yeas: 7 Nays: 1 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk SEVENTH AMENDMENT AGREEMENT This Amendment Agreement No. 7 is hereby made and entered into this 24th day of July , 2013, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as the "City") and TranSystems Corporation, a Missouri corporation (hereinafter referred to as "Engineer"). WHEREAS, the parties hereto have previously entered into an agreement dated March 22, 2006 (hereinafter referred to as the "Original Agreement"); and WHEREAS,the parties have previously entered into six amendments amending the Original Agreement pursuant to a First Amendment Agreement dated February 28, 2007, a Second Amendment Agreement dated February 27, 2008, a Third Amendment Agreement dated April 29, 2009, a Fourth Amendment Agreement dated May 12, 2010, and a Fifth Amendment Agreement dated March 7,2012,and a Sixth Amendment Agreement dated November 14,2012(such Original Agreement as amended by the six prior amendment agreements is hereinafter collectively referred to as the"Subject Agreement'); and WHEREAS, the Original Agreement provided for a maximum payment of$543,948.28; Amendment Agreement No. 1 provided for a maximum payment of$1,324,248.91; Amendment Agreement No.2 provided for a maximum payment of$2,346,802.88;Amendment Agreement No.3 provided for a maximum payment of$3,376,777.48; Amendment Agreement No.4 provided for a maximum payment of $3,790,524.94; Amendment Agreement No. 5 provided for a maximum payment.of$4,381,324.94; Amendment Agreement No. 6 provided for a maximum payment of $4,735,174.98; and WHEREAS,the parties hereto have each determined it to be in their best interest to further amend the Subject Agreement as hereinafter set forth; and WHEREAS,the City has determined that the proposed scope of the Project should be further modified to include supplemental design engineering services for the 2014 roadway and streetscape improvements,for the overall Central Business District Street Resurfacing and Streetscape Program; and WHEREAS, the City has determined that the total maximum payment for the additional services described in this Seventh Amendment Agreement shall be in the amount of$421,474.09; and WHEREAS,the changes in performance contemplated by this amendment are germane to the Original Agreement as signed and this Amendment Agreement is in the best interests of City and is authorized by law. NOW, THEREFORE, for and 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 hereby agree as follows: 1. Section I(B) of the Subject Agreement is hereby further 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 design engineering services for the 2014 roadway and streetscape improvements". 2. Section I(C) of the Subject Agreement is hereby further 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 this Seventh Amendment Agreement is attached hereto as Attachment H". 3. Section IV(A) of the Subject Agreement is hereby further amended to read "For services provided by the ENGINEER as described in the Original Agreement,the First Amendment Agreement, the Second Amendment Agreement, the Third Amendment Agreement, the Fourth Amendment Agreement,the Fifth Amendment Agreement, Sixth Amendment Agreement, and the Seventh 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 H of the Seventh Amendment Agreement,with the total fee not to exceed$5,156,649.07 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. Section IV(B) of the Subject Agreement is hereby further 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$5,156,649.07." 5. Section IV(B)of the Subject Agreement is hereby further amended to read: "A cost estimate of consultant services for the additional services provided by the Seventh Amendment Agreement is attached hereto as part of Attachment H. Such consultant services fees shall be included with and construed as part of the above-referenced "not-to-exceed" amount of $5,156,649.07." 6. Except as amended by this Seventh Amendment Agreement,Original Agreement as amended by First Amendment Agreement as Amended by Second Amendment Agreement as Amended by Third Amendment Agreement as Amended by the Fourth Amendment Agreement as Amended by the Fifth Amendment Agreement as Amended by the Sixth Amendment Agreement between the parties hereto shall remain in full force and effect. IN WITNESS WHEREOF the parties have entered into and executed this Seventh Amendment Agreement on the date and year first written above. CITY OF ELGIN TRANS Z— );_ ;TIO By v"/ By City Manager h s . t zel Senior ice- resident Attest: Attest: City Clerk Brian L. a>rwood Vice-President F:\Public_Works\Engineering\Capital Projects\CBD Construction\Engineering\phase 6\TranSystems-Seventh Amendment Agreement.doc - 2 - Scope of Services —Amendment No. 7 CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES Phase 6 of the Elgin CBD Improvements will include the following design (water main and streetscape) limits: Chicago Street between State Street and Riverside Drive, State Street oounterflow lane from 100 feet south of Chicago Street to Highland Avenue, and Highland Avenue between State Street and Riverside Drive between Chicago Street and Highland Avenue. A. Data Collection and Concept Review 1. 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. 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. The Phase 6 CBD Improvements field survey will be conducted along Chicago Street between State Street and Riverside Drive, State Street counterflow lane between 100 feet south of Chicago Street north to Highland Avenue, Highland Avenue between State Street and Riverside Drive, and Riverside Drive between Chicago Avenue and Highland Avenue. Survey limits will include all contiguous intersections as well as 100 feet of the cross road(s). The total length of survey is estimated at 2,100 feet. Portions of the Phase 1, Phase 2, Phase 3,and Phase 4 surveys will be reused for this project. b. Download topographic survey in Microstation v8. Plot survey at 1°=20' scale and cut existing cross sections. Update existing base map 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, type of pipe, inverts and flow direction (as applicable) for all public underground utility structures. e. Request a JULIE utility design locate, if possible,to obtain utility atlases. 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. 1 --� Attachment "H" SVStemS f i Scope of Services —Amendment No. 7 CBD Street Resurfacing and Streetscape Program 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 8 buildings front on State Street 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. A complete soils investigation program will not be undertaken. 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 2014 project will be necessary. These meetings will be smaller than those conducted during the development of the concept plan. (estimated as 2 small meetings and 1 large meeting) 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 8 newsletters during the design phase) d. Work with City staff to develop relevant content for the City's web site. B. Streetscape Roadway,and Water Main Improvement Design Services—2014 Construction 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 likely be used. c. Determine the proposed geometry for the improvements. Certain channelization may be eliminated, and offset intersections will be aligned to the extent possible. Vertical profile adjustments will be incorporated at the railroad crossings to the extent possible. Will consider the provision of shared or striped bike lanes as indicated in the City's bikeway master plan. Present alternative geometries to the City as applicable with justification for recommendations. d. Identify any driveways adjacent to the roadway project limits that may be either reduced in width or eliminated, without causing undesired impacts to the corresponding land owners. Contact appropriate land owners to discuss options. e. 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. 2. The Resident Engineer will perform a door-to-door survey of building basements within the project limits to determine the location of the nearest functional water valves, water service tap locations, and building/hydrant fire services. 3. Compare records to the conducted private utility location survey and develop a useable map of existing water mains and services. f. 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 2 -- Attachment "H" SySteIl1S ; Scope of Services —Amendment No. 7 CBD Street Resurfacing and Streetscape Program field duping the field surveys or construction or indicated by City staff 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, as provided, City records, videotapes, and associated reports, public comment, and drainage survey to identify locations of necessary storm sewer repair,if any. 3. The City will furnish a list of any deficiencies in the sewer lines or services noted during the lining contract or associated videotaping. 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, based on an assessment of local area needs but not an overall assessment of the City's distribution system. All existing 6" mains will be upgraded to 8" mains per current City standards. It is expected that all water main within the project limits will be replaced, regardless of apparent condition. 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 and/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. g. 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 will be replaced with precast structures if in poor condition. If in good condition, only the cone will be replaced. Brick 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. The majority of structure and sewer replacements/additions will occur as part of the streetscaping contract. h. 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 connections to older water mains will be pressure connections due to the age and non-operability of many existing water valves. i. 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: 3 Attachment "H" a _ S)/StEC11S 1 Scope of Services—Amendment No. 7 CBD Street Resurfacing and Streetscape Program 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 1 Index of Sheets and General Notes 1 Alignment,Ties,and Benchmarks 1 Existing and Proposed Typical Sections 3 Existing and Proposed Plan(20 scale-roadway) 4 Profile or Pavement Elevations Table 1 Existing and Proposed Plan and Profile(20 scale—water main) 1 Drainage and Water Main Structures Tables 1 Maintenance of Traffic Notes and Typical Sections 1 Maintenance of Traffic(50 scale) 2 Lighting General Notes 1 Lighting Plan . 4 Wiring Diagram 1 Lighting Details 5 Pavement Marking 2 Signing Plan 2 Signing Schedules 2 Signing Details 1 Mast Arm Signage and Details(Phase 6) 4 Vaulted Sidewalk Details* 2 Construction Details 5 Hardscape Plan(20 scale) 4 Landscape Key Plan 1 Landscape Detail Plans 2 Hardscape Detail Plans 3 Irrigation Plans and Details 2 Roadway Cross Sections 6 Total 63 * 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. The contractor shall obtain a design for the reinforced sidewalk/top slab from an Illinois licensed structural engineer, b. Utilize the planting methods, tree pit configuration, soil mixtures, irrigation, and subgrade drainage schemes employed in the fourth phase of the project. Make modifications to the design as necessary based on constructability or maintenance issues encountered. c. Lighting will follow the design and layout already installed in certain portions of the CBD area. All luminaires will be LED. Plans and design will address the relocation of existing light poles in areas where curb lines will move due to geometric modifications. Existing lighting conduits in areas where trees will be installed will be replaced to allow for excavation for the tree root balls. 4 _ - _ Attachment "H" SySt�i11S ;' Scope of Services—Amendment No. 7 CBD Street Resurfacing and Streetscape Program d. It is anticipated that no changes to traffic signal installations will be necessary. e. Assess the possibility of a reduction in the number of regulatory parking signs. f. Identify and detail any sections of storm or sanitary sewer which must be upgraded to water main requirements sewer to meet IEPA separation requirements. Also identify and detail required casing locations;only steel casings will be used. g. Utility relocation and sidewalk vault filling is expected to occur. Vaults are to remain,as necessary,will be reused.This scope does not include efforts to design any new structural slabs or repairs to existing structural slabs over vaults. 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 2012 IDOT Standard Specifications for Road and Bridge Construction and 2013 Supplemental Specifications and Recurring Special Provisions 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 (which will be the majority of the vaults)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(BDE form 2342). e. Prepare and track the IEPA Water Main and Sanitary Sewer permits, as applicable. They City will be responsible for payment of any required permit fees. 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. Conduct a QC/QA review of the plans by construction and office personnel for constructability, quality, and completeness. d. 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 22°x34"plans,specifications,and bid documents. e. Furnish the City with a Notice to Bidders for publication. f. Provide a CD with the final plan, specification, and estimates files in Microsoft Office, Adobe Acrobat, and Microstation v8 formats to the City. g. Attend and make the presentation at a pre-bid meeting with contractors and City personnel and present relevant information about the contract.(estimated as 1 meeting) h. Respond to contractor questions regarding bid preparation. Assist in the preparation of addenda, as required. i. Assist the City in the determination of qualified contractors. j. 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) k. Attend the pre-construction meeting. (estimated as 1 meeting) 5 Attachment "H" e Systems Scope of Services -Amendment No. 7 CBD Street Resurfacing and Streetscape Program C Streetscape Modifications to East Highland and East Chicago Bridges over the Fox River—2014 Construction Pro'ect 1. Prefinal Design 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. Anticipated List of Plan Sheets Chicago Street -General Plan and Elevation 1 -General Notes and Bill of Materials 1 -Stage Construction Details 1 -Temporary Barrier Details 1 -Superstructure Plan and Cross Section 1 -Superstructure Details 1 -Railing Repair Details 2 -Bridge Drainage System 1 -Drainage Scupper Details 1 Total(Chicago Street) 10 Highland Avenue -General Plan and Elevation 1 -General Notes and Bill of Materials 1 Stage Construction Details 1 -Temporary Barrier Details 1 -Superstructure Plan and Cross Section 1 -Superstructure Details 1 -Railing Repair Details 2 -Bridge Drainage System 1 -Drainage Scupper Details 1 Total(Highland Avenue) 10 b. Review final construction plans and details prepared by Collins Engineers for Elgin for rehabilitation of the bridges and develop plans for the installation of streetscaping elements. Elements are anticipated to include additional bridge width taken up for use in pedestrian and other non-vehicular use. Items could include widening of the existing sidewalk or reconstruction and widening of the existing sidewalk to added signage and roadway striping.Overall widening of the bridge is not an expected approach. c. Installation of electrical lighting conduits in the reconstructed sidewalk may be utilized to eliminate surface mounted power supply to the existing roadway lighting. The roadway lighting and poles and fixtures will not be altered. d. Evaluation of existing bridge railing systems to make intermittent repairs to damaged areas. New railing construction is not desired. Repair areas will include use of specific concrete and aggregate mix configured to best match existing bridge (original construction) appearance. Previously repaired areas will be evaluated to determine if a surface applied coating can improve the match to the existing (original) construction. If found satisfactory, a special provision will be included in the final construction documents. 6 Attachment °H" I�KI z Systems; Scope of Services —Amendment No. 7 CBD Street Resurfacing and Streetscape Program e. Bridge approaches to the East Highland and East Chicago Bridges will be evaluated for need for repairs and/or complete replacement. If deemed necessary, TranSystems will provide plans for IDOT standard pavement approaches. f. Modification of the bridge deck by widening the existing sidewalks would,involve changes to the existing bridge deck drains. It is anticipated that the number of drainage scuppers.would remain the same but new scuppers would be added "inboard" of the widened sidewalk and the old scuppers filled in. The remainder of the drain system (below the deck) would require reconfiguration to fit the new scupper locations. Our plans will detail the modifications. 2. 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. Conduct a QC/QA review of the plans by construction and office personnel for constructability, quality, and completeness. d. 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. D Streetscape Modifications to East Highland and East Chicago Bridges over the Fox River—2014 Construction Project 1. Live Load Rating Evaluation(post construction rating) a. Review final construction plans and details for Collins Engineers and TranSystems Plans b. Analyze East Highland and East Chicago Bridge superstructures and determine live load ratings in accordance with AASHTO and IDOT requirements for City's use in reporting NBIS load ratings (NBIS Items 64, Operating Rating and 66, Inventory Rating). These values may be impacted both by the (improved)condition and by the revised configurations of the bridges. c. Live load rating results will be summarized and a summary report prepared and sealed by an Illinois SE. E. Rehabilitation of Riverside Drive(between Highland and Chicago)—2014 Construction Proiect 1. Preliminary Design a. Review final construction plans and details prepared by Collins Engineers b. Prepare conceptual level design for replacement superstructure. c. Prepare reconfigured sidewalk and railing for west bridge barrier. d. Meet with City to discuss concept design and estimated construction costs. e. Summarize meeting discussion and make final recommendation to City for rehabilitation of bridge superstructure f. Prepare IDOT style TSL drawing for the superstructure replacement. g. Make site visit to evaluate bridge condition compared to Collins Engineers reports and plans in preparation for design. h. IDOT BCR document including BLR 10210 form will not be prepared. A technical memorandum will be utilized to document the proposed work. 7 — Attachment "H" S}lSt�Cr1S , Scope of Services—Amendment No. 7 CBD Street Resurfacing and Streetscape Program 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. Anticipated List of Plan Sheets Riverside Drive Rehabilitation -General Plan and Elevation 1 -General Notes and Bill of Materials 1 -Top of Approach Slab Elevations 1 -Stage Construction Details 1 -Temporary Barrier Details 1 -Superstructure Plan and Cross Section 1 -Superstructure Details 1 -Bridge Approach Slab Details 1 -Bridge Fence Railing 1 -Bridge Drainage System 1 -Precast Prestressed Deck Beam Details 4 -Abutment Backwall Replacement Details 1 -Pier Seat Repair Details 1 Total(Riverside Drive) 16 b. After receiving direction from the City for the superstructure rehabilitation(assumed replacement for the purpose of this proposal), begin final design of replacement utilizing modern design precast prestressed deck beam bridge units. c. Design and detail new bridge deck overlay and bridge sidewalks. d. Compute and summarize construction quantities. e. Prepare special provisions, supplemental specifications, and checklist of recurring specifications. The 2012 IDOT Standard Specifications for Road and Bridge Construction and 2013 Supplemental Specifications and Recurring Special Provisions will be used as the guideline for this construction project. f. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. 3. 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. Conduct a QC/QA review of the plans by construction and office personnel for constructability, quality, and completeness. d. 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. 8 Attachment "H" S�St�111S , Scope of Services—Amendment No. 7 CBD Street Resurfacing and Streetscape Program F. Rehabilitation of Riverside Drive(between Highland and Chicago)—2014 Construction Project 1. Live Load Rating Evaluation(post construction rating) a. Review final construction plans and details for Collins Engineers and TranSystems Plans b. Analyze Riverside Drive bridge superstructures and determine live load ratings in accordance with AASHTO and IDOT requirements for City's use in reporting NBIS load ratings (NBIS Items 64, Operating Rating and 66, Inventory Rating). These values may be impacted both by the (improved) condition and by the revised configurations of the bridges. c. Live load rating results will be summarized and a summary report prepared and sealed by an Illinois SE. 9 Attachment "H" a Systems;; ­� Attachment"H" Cost Estimate of Consultant Services (Direct Labor Multiple) Firm TranSystems Date. 05/13113 Route Elgin•Streetscape Section Ph 6.(14WM/SUR DE) Overhead Rate .151.05% County Kane Job No. P404060020 Complexity Factor 0 PTB& Item 2.9 TIMES . SERVICES %OF ITEM MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS (C+D+E) TOTAL A B C. (D) (E A-1 Project Coord and Data Collectioi 36 1,713.45 4,969.00, 135.00. 5,104.00 1.21%, A-2 Field Survey, 240 _ 7,939.72 23,025.20 1,348.00, 6,190.00 30,563.20 ' 7.25% A-3 Public Participation 212 10,599.74 i 30,739.25; 345.00 - 31,084.25 , 7.38% B-1 Preliminary.Desi n 256._ 9,576.49 27771.83 100.00 27,871.83 6.61% B-2 Prefinal Plans 518 20,387.98 59,125.13 836,00 59,961:13 14.23% B-3 Prefinal Documents .--198 7,876.441' 22,838.77 .. 450.00 i 23,288.72, 5.53% B-4 Final Plans and Documents 310 12,944.43 -_..37,538.85, 6,952.00 __-44,490.85:-_44,.490.85_-. 10.5.6% C-1 Prefinal Design 510 _ 20,098.23 58,284.88 558.00 58,842.88' 13.96% C-2 Final Plans and Documents 136 5,546.99 I 16,086.27 2,659.00 18,745:27 4.450% Willis Burke Kelse Associates,.LTD . . 39,500.00, _ 39,500.00' 9,37%. Base Total 2416 96,682.48 . 280,37,9.18 13,383.00 45,690.00 339,452.18 D-1 Load Ratin 68 -2,596.23 7;529.07' 184.00 7,713,07 1.83°/o E-1 Preliminary Design 2801 11,146.72' 32,325.49 178.00 32,503..49 7.71% E-2 Prefinal Plans 1661 6,588.37 . 19,106.27 517.00 19;623.27 . 4.66%. E-3 Final Plans and Documents 114 4,557.10 . 13,215.60 .2_,377.00, .._ 15,592.60, 3.70% F-1 Load Rating 58 2,208.78 • 6,405.47 184.00 6,589.47' 1.560/6' TOTALS 3102 123,779.68', 358,961.09 16,823.00 45,690.0011 421,474.061 100.00%, Average Hourly Project Rates Route Elgin Streetscape Section Ph 6.(14WMlSUR DE) County, Kane Consultant TranSystems Date 05/13/13 .lob No. P404060020 PTBlltenn Sheet -1. OF 3 A-1 Project Coord end Data Payroll Avg Total Project.Rates Collection A-2 Rold Survey A-3 Public Participation. 8-1 Prelinninary.Design 8.2 Prefinal Plans Hourly', Hours % Wgtd 'Hours %. Wgtd Hours % Wgtd, Hours % Wgtd Hours % Wgtd Hours Wgtd Classification Rates; Part. Av Part Avg, Part. Avg Part. Avg, Part. Av , Part. Avg , Principal in Charge $70.00 14 0.45/°; 0.32 2 _" + 5.56%',_3.89 .- .4. ;..1.89%' 1.32 . _ 4_! . 1..56°k; 1.09 4 ;D.77°,6. ;. 0.54 ` Senior Project Manager $69.58 44 1.42% 0.99 16 7.55% 5.25 20 "3.86% 2.69 Project Manager $63.69 80 2:58% 1:64 8 22.22% 14.15 4 1.67% ' 1.06 32 15.09% 9.61 10 3.91% 2.49 10 1.93% 1.23 Construction Manager, _..$63.69 14 0.45%' 0.29' _._14 , 6.60%. .4.21 --1 _ t Chief Structural Engineer x70;00 126; 4.06%° :2.84. Architect $55:08 0 i Senior.Pro'ecl Engineer $60.25 68 2.19% 1.32 4 1.67% 1,00 24 11.32% 6.82 10 3.91% 2.35 10 1,93% 1.16 Senior Transportation Planner. s5s.45 6 Transportation Planner $32.37 0 ; Project Engineer $48.61 120 3.87% 1.88 12 ' 33.33% 16.20 4 1.67% 0.81 10 4:72% 2.29 12 4.69 9/6. 2:28 36 6.95% 3.38 Resident Engineer $55.32 112 3.61% __2.00 . .-.14_ ,.5.830/6_ 3.23-_ r.24 11.32% 6.26.- 28 5.41% 2.99 Construction Engineer III $48.7o 8 0:26%, 0.13 - 8 3.33% .1.62 Construction Engineer II $38.82 0 Construction Engineer 1 $30.71 16 0.52%e 0.16 16 7.55% 2.32 Design Engineer III sass: ' 724`23.34% 10.16 8 3.33°h 1.45 18 8.49%' 3.70 40 ;.15.63%, 6.80 100.;19.31%; 8.40 Design Engineer 11 $37.36 578 18.63% 6.96 10 .27.78% '10.38 10 4.17% 1.56 18 $.49%: 3.17 '66-"25.78%. -9:63 106 20.46% 7.64 Design Engineer.! $28.79 596 19.21% 5.53 8 3.33% • 0.96 18 1 8.49% 2.44 50 '19.53% 5:62 88 16.99%1 4.89 Construction Inspector III $46.70 .0' Construction Inspector II $38.82 0 Construction Ins pector 1 $30.71 0 Survey Crew Chief $32.23 . .90 2.90%. 0.94 _90 .37.50% . 12.09 Instrument Person $32.23 0 - - Rodman $24:80 90 2.90% 0.72 90 37.50% 9.30 CADD Technician.III $30.63 250 8.06% 2.47 18 8.49% 2.60 4 ,_ 1,56% 0.48 16 3.09% 0.95 CADD'Technician 11 $28.42 ' 160'..5.16%` 1.47' 60 '23.44% 6.66 100 19.31% 5.49 CADD Technician I $24.80 0 i Senior Administrator $40.24 0 Administrative Assistant $26.75 . 12_ 0,39%. .0.10 4 19.'11% ., 2.97 - 0 i .. .. TOTALS 3102 100% $39.90 36 100% $47.60 240 100% '$33.08 212 100% $50.00• 256 I 100% $37.41' 518 100% $39.36, Average Hourly Project Rates Route Elgin.Streetscape. Section Ph 6(14WM/SUR DE) County Kane Consultant TiranSysfems Date.05113113 .lob No. P404060020 PTB/Item Sheet. 2 OF 3 8.4 Final Plane,and C-2 Final Plans and Payroll Avg B-3 Prefinol Documents Documents __.C•1 PreTinal,Design Documents D-1 Load Rating E-1 Preliminary Design Hourly Hours % Wgtd Hours % I Wgtd, Hours % Wgtd 'Hours` % Wgfd- Hours',, " % . F Wgtd` Hours: Wgtd Classification Rates Part. Avg Part. • Avg ,I Part. Avg Part., Avg Part. : Avg Part. Avg Principal in Charge $70.00 I ' Senior Project Manager $69.58 8 ..2.58% -1.80 1 1 Pro ect Manner 663:69 8 4.04% 2.57 : 8 '2.58% 1.64 Construction Manager $63:69 i i Chief Structural Engineer $70.00 46 9:020/.' 6.31 18 '`13.24% 9.26 4 11 5.881% 4.12 11 28 10.00% 7.00 Architect $5516 Senior Project Engineer $60.25 10 5.05%, 3.04 10 3.23% 1.94 Senior Transportation Planner $55.45 Transportation Planner $32.37 t Project Engineer $48.61 16 ,8:08°/a 3:93 30 .'9.68% ' _4.70 Resident Engineer $55:32 16 8.08% 4.47 30 1 9.68% 5.35 Construction Engineer Ill $48.70 Construction Engineer 11 $18.82 Construction Engineer 1 $30.71, Des' n Engineer III $43.53 18 '.9.09% 3.96 70 ;22.58% 9.83 180 35.29% 15.36 46 33.82% 14.72! 24 35.29% . 15.36 98 35.00% 15.24 Design En ineer 11 $37.36 68 ,34.34% 12.83. _80- :25.81%; 9.64 84 16.47% 6.15 20 1 14.71% 5.49 14 20;59% 7.69 44 15.71% 5.87 Des' n Ep ineer l $28.79 58 .. 29.29% 6:43-_: 70 22.58% 6.50 , 120• 23:53%__6:7.7-_ .._30 ;.22.06% 6.35 26.. :38.24,% 11,01.. , 50 17.86% 5.14 Construction Inspector 111 $46.70 Construction Inspector II $38.82 Construction Ins ector 1 $30.71. Survey Crew Chiet $32:23 Instrument Person $32,23 Rodman $24180'. CADD Technician III $30:63 -` '-80 15:89% 4.80, -22 ' :16.18% -•"4:95 ; _: _. .-' 60 .21.430% 6.56 CADD Technician II $28.42 CADD Technician] $24.80 - 1 Senior Administrator 540:24 12.02W Administrative Assistant $26;75 4 0.54 4 1.29% 0.35 TOTALS 198 100%. $39.77,1 310 100% •$41.761 ' 510 100% $39.41, 136. 100%; .,$40:79. 68 1 100%; :$38.181 '.280 . 100% $39.81" Average Hourly Project Rates Route Elgin Streetscape Section Ph.6(.14WM/SUR DE) Coun Kane Consultant TranSystems Date 05/13/13 Job No. P404060020 PTBlitom Sheet 3 OF 3 E-3 Final Plans and Payroll Avg, E-2 Prcfinal Plans Documents F-1 Load Rating Base Total Hourl Hours % Wgtd' Hours % Wgtd Hours °/a Wgtd' Hours % Wgtd Hours % Wgtd Hours ' % Wgtd Classification Rates . Part. Avg Part. Avg., Part.`. Avg Part. Avg Part. Avg, Part. Avg Principal in Charge $70.00 I I Senior Project Manager $69.58 Project Manager $63.69 i -_ Construction Manager $63.69 Chief Structural E ineer $70.00 16 9.64% 5.75 12 1 0.53% 7.37 2 3.45% 2.41 Architect 666.08. Senior Project Engineer $60.26 - Senior Trans ortatlon Planner $55.45 Transportation Planner $32.37. ; Project Engineer $48.6i Resident Engineer $55.32 Construction Engineer III $48.70 Construction Engineer II $3e-e2' Construction En ineer 1 .$30;71 Design Engineer III $43:53 58 34.94% 15.21 40 35.09°/d 15.27 24 .41.38° 18.01 Design Engineer II $37.36 28 16.87% 6.30 18 15.79% 5.90 12 20.69%' 7.73 Design Engineer 1 $28.76 '.34 20:48%0 5.90 ' 24 .21,.05%.' 6.06 20 ,34.48% 9.93. Construction Inspector 111 $49.70 Construction Inspector II $38.62 d . Construction'Ins ector 1 $30.71 Survey Crew Chief $3223 i Instrument Person $3223 I i Rodman $24.80: S CADD Technician III 83063 30 18.07% 5.54 20 17.54%'-5.37 _ -- CADD Technician 11 $28.42 1 CADD Technician 1 $24.80 . Senior Administrator $40.24 i Administrative Assistant $26.75 1 I TOTALS 166 100% $39.69' 114 100% $39.97. 58 100% ',$38.08 0 0% $0.00 0 l 0% S0.00 0 _0% $0.00 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems A•1 Project Coordination and Data Collection Tax Maps 2 maps @ $ 40.00 /map $ 80 - Vehicle 100 miles @ $ 0.55 /mile $ 55 SUBTOTAL $ 135 A-2 Field Survey Metra Train Fare 4 roundirips @ $ 12.00 /roundt6p $ 48 Company Vehicle 24 days @ $ 45.00 /day $ 1,080 Vehicle 400 miles @ $ 0.55 /mile $ 220 SUBTOTAL $ 1,348 A•3 Public Participation Company Vehicle 4 days @ $ 45.00 /day $ 180 Vehicle 300 miles @ S 0.55 /mile $ 165 SUBTOTAL $ 345 B•1 Preliminary Design Company Vehicle 1 day @ $ 45.00 /day $ -45 Vehicle 100 miles @ $ 0.55 /mile $ '55 SUBTOTAL $ 100 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems B•2 Prefinal Plans Vehicle 200 miles @ $ 0.55 /mile $ 110 Photocopies(11"x17"reduced size plans) 63 sheets @ 14 copies @ $ 0.25 /sheet $ 221 Photocopies(22°x34"full size plans) 63 sheets @ 5 copies @ $ 1.35 /sheet $ 425 Overnight Shipping 4 packages @ $ 20.00 /package $ 80 SUBTOTAL $ 836 B•3 Prefinal Documents Photocopies(8.5"x11"specifications) 300 sheets @ 10 copies @ $ 0.15 /sheet $ 450 SUBTOTAL $ 450 B•4 Final Plans and Documents Vehicle 400 miles @ $ 0.55 /mile $ 220 Photocopies(11"x17"reduced size plans) 63 sheets @ 12 copies @ $ 0.25 /sheet $ 189 Photocopies(22"04"full size plans) 63 sheets @ 50 copies @ $ 1.35 /sheet $ 4,253 Photocopies(8.5"x11"specifications) 300 sheets @ 50 copies @ $ 0.15 /sheet $ 2,250 Overnight Shipping 2 packages @ $ 20.00 /package $ 40 SUBTOTAL $ 6,952 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems C-1 Prefinal Design Company Vehicle 2 days @ $ 45.00 /day $ 90 Vehicle 160 miles @ $ 0.55 /mile $ 88 Photocopies(11"x17'reduced size plans) 20 sheets @ 14 copies @ $ 0.25 /sheet $ 70 Photocopies(22'x34'full size plans) 20 sheets @ 5 copies @ $ 1.35 /sheet $ 135 Photocopies(8.5'x11"specifications) 150 sheets @ 10 Copes @ $ 0.15 /sheet $ 225 Overnight Shipping 2 packages @ $ 20.00 /package $ 40 SUBTOTAL $ 558 C-2 Final Plans and Documents. Vehicle 80 miles @ $ 0.55 /mile $ 44 Photocopies(11'x17"reduced size plans) 20 sheets @ 12 copies @ $ 0.25 /sheet $ 60 Photocopies(22'x34"full size plans) 20 sheets @ 50 copies @ $ 1.35 /sheet $ 1,350 Photocopies(8.5"x11"specifications) 154 sheets @ 50 copies @ $ 0.15 (sheet $ 1,125 Overnight Shipping 4 packages @ $ 20.00 /package $ 80 SUBTOTAL $ 2,659 D-1 Load Rating(Optional) Company Vehicl e 2 days @ $ 45.00 /day $ 90 Vehicle 80 miles @ $ 0.55 /mile $ 44 Photocopies(8.5"x11"report) 100 sheets @ 2 copies @ $ 0.15 /sheet $ 30 Overnight Shipping 1 packages @ $ 20.00 /package $ 20 SUBTOTAL $ 184 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems E-1 Preliminary Design(Optional) Company Vehicle 2 days @ $ 45.00 /day $ 90 Vehicle 160 miles @ $ 0.55 /mile $ 88_ SUBTOTAL $ 178 E-2 Prefinal Plans.(Optional) Vehicle 160 miles @ $ 0.55 /mile $ 88 Photocopies(11"x17°reduced size plans) 16 sheets @ 14 copies @ $ 0.25 /sheet $ 56 Photocopies(22"x34"full size plans) 16 sheets @ 5 copies @ $ 1.35 /sheet $ 108 Photocopies(8.5°x11"specifications) 150 sheets @ 10 copies @ $ 0.15 /sheet $ 225 Ovemight Shipping 2 packages @ $ 20.00 /package $ 40 SUBTOTAL $ 517 E•3 Final Plans and Documents(Optional/ Vehicle 80 miles @ $ 0.55 !mile $ 44 Photocopies(11"x17"reduced size plans) 16 sheets @ 12 copies @ $ 0.25 /sheet $ 48 Photocopies(22"x34°full size plans) 16 sheets @ 50 copies @ $ 1.35 /sheet $ 1,080 Photocopies(8.5°x11"specifications) 150 sheets @ 50 copies @ $ 0.15 /sheet $ 1,125 Overnight Shipping 4 packages @ $ 20.00 /package $ 80 SUBTOTAL $ 2,377 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems F-1 Load.Rating(Optional) Company Vehicle 2 days @ $ 45.00 /day $ 90 Vehicle 80 miles @ $ 0.55 /mile $ 44 Photocopies(8.5°x11"report) 100 sheets @ 2 copies @ $ 0.15 /sheet $ 30 Overnight Shipping 1 packages @ $ 20.00 /package $ 20 SUBTOTAL $ 184 TOTAL $ 16,823 i 000 services Inc. GaadOd March 8, 2013 TranSystems 222 South Riverside Plaza, Suite 610 Chicago, IL 60606 via email Attn: Mr. Eric S. Neubauer, P.E. Proposal 13542 Re: Pavement Investigation Elgin Streetscape Project—Phase 6 Highland/State/Chicago Streets Elgin, IL Dear Mr. Neubauer: In accordance with your request, Geo Services (an MBE/DBE/union/drilling/enviro/geotech engineering firm)is pleased to submit our proposal for the performance of a pavement coring investigation at the Elgin Streetscape — Phase 6 project in Elgin, Illinois. Improvements will likely include rehabilitation of existing pavements on Highland Avenue between the Fox River and State Street (Route 31), on State Street between Highland and Chicago Street, and on Chicago Street between State Street and the Fox River. Based upon the criteria described in your request, we propose the following scope of work for the project: Scope of Work 1) GSI to layout cores and call JULIE to clear onsite utilities. 2) Provide a one-man coring crew to perform 9 to 10 pavement cores with hand auger sampling of the base course and subgrade soils (maximum total depth of 24 inches). 3) Perform standard laboratory testing (visual classification, moisture content, Qp) 4) Prepare a brief letter report summarizing the results of the cores and lab testing. Thickness of pavement component layers, photos of cores, and lab test results will be included. Assumptions: 1. Core locations are truck-accessible. 2. No permits or construction bonds are required. 3. No costs for moving vehicles or snow removal included in this proposal. 4. Traffic control will consist of traffic cones, signage and a single flagman. 5. Any private utilities are to be located prior to our mobilization to the site by property owner. Client to convey this to property owner. If property owner is unwilling or unable to locate private utilities, GSI to be notified in advance by client. Additional costs to this proposal will be required to hire an independent utility locator to locate utilities. GSI is not responsible for hitting unmarked utilities. 6. No environmental testing or haul-off of spoils from site included in proposal. 7. Coreholes will be backfilled and pavements surface patched upon completion. 8. Work can be performed during normal weekday work hours (M—F, 7 AM—5 PM). Final boring locations will be determined after a review of access and overhead and underground utilities have been identified. 805 Amherst Court,Suite 204 0 Naperville,IL 60565-3448 0 Phone(630)305-9186 0 Fax(630)355-2838 www.geoservices inc.net I GEO SERVICES,INC. TRANSYSTEMS GEOTECHNICAL INVESTIGATION ELGIN STREETSCAPE-PHASE 6 PROPOSAL NUMBER 13543 ELGIN,IL On the basis of this scope of work and the unit charges indicated on the cost estimate of services, we estimate that the cost of this investigation will be $6,190.00. The above cost estimate assumes that the labor rates for the crew will need to be in accordance with the published prevailing wage rates (Illinois Prevailing Wage Act, 820 ILCS 130/2). Any additional work will be performed at the appropriate unit charges or hourly rates indicated on our cost estimate of services. All work will be performed in accordance with the attached Terms and Conditions. We appreciate the opportunity of being of service to you on this project and look forward to hearing from you when work is ready to begin. If there are any questions regarding the information submitted herein, please do not hesitate to contact us. Very truly yours, GEO SERVICES, Inc. Stephen A. Bucher, P.E. Senior Geotechnical Engineer Andrew Ptak, P.E. Office Manager Enc. ACCEPTED FOR TRANSYSTEMS BY DATE 08 MARCH 13 PAGE 2 OF 5 116 West Main Street,Suite 201 St.Charles,Illinois 6oi74 Phone:630.443.7755 WBK www.w Fax:6304 3 bkengi neeri ngg.co:com 9====0 WILLS BURKE KELSEY ASSOCIATES March 21, 2013 Brian Fairwood TranSystems 1475 East Woodfield Road, Suite 600 Schaumburg, IL 60173 Subject: Proposal for Streetscape Design Services City of Elgin—CBD—State/Chicago/Riverside/Highland Dear Mr. Fairwood Wills Burke Kelsey Associates, Ltd. (WBK) is pleased to provide this proposal for Central Business District (CBD) Streetscape Design Services related to the planned improvements to the State/Chicago/Riverside/Highland corridor. Preparing this proposal requires the exercise of professional judgment, and as such, this proposal remains the proprietary instrument of service of Wills Burke Kelsey Associates. Included below is our understanding of the assignment, scope of services, and estimate of fee. UNDERSTANDING OF THE ASSIGNMENT Wills Burke Kelsey Associates, Ltd. understands that Tran System is working with the City of Elgin to provide roadway and pedestrian improvements along the portions of the following roadways under the jurisdiction of the City of Elgin. • State Street(Highland Ave.to Chicago St.)—that portion outside the IL 31 ROW • Chicago Street(State St. to Riverside Ave.) • Riverside Avenue (Chicago St.to Highland Ave.) • Highland Avenue (Riverside Ave. to State St.) WBK will perform planning and landscape design services as a sub-consultant to TranSystems who will hold the prime contract with the City of Elgin. The scope of streetscape improvements include sidewalks from the face of existing buildings to curb, median / barrier curb islands and bridge decks not including bridge railings. It is anticipated that the streetscape themes and elements utilized on previous projects within Elgin's CBD will be implemented for this project as appropriate. Furthermore, concepts from the RTA — Chicago Street Station Area Plan will be utilized specifically within the State Street portion of the project. TranSystems will create roadway geometries to improve and channel traffic flow that will result in a face of curb "envelope" in which the streetscape design will be developed. The development of the streetscape design will result in conceptual graphics along with 3D Mediating the Built and Natural Environments Proposal for Streetscape Design Services Page 2 of 4 City of Elgin—CBD—State/Chicago/Riverside/Highland March 21,2013 renderings to assist with public review and the City decision making process. WBK will also develop landscape plans that will be result in final construction documents to be incorporated into the TranSystems final construction bid set. SCOPE OF SERVICES Task 1 —Streetscape Design: This task consists of the selection of streetscape elements to be utilized within the project limits and specifically within pedestrian spaces as well as barrier medians. Initial consideration of streetscape treatments will include those utilized within Elgin's CBD on other projects. Adaptation of treatments may be necessary to suit the context of this project and roadway corridors. Streetscape design include selection of pedestrian surfaces, including sidewalks and roadway crosswalks, landscape planting areas including tree location / spacing, shrub and perennial planting bed size, location and treatments (curb / rail), raised planters and planting containers. Specific design consideration will be given to the barrier median between northbound traffic on State Street and the parking and access to the businesses on the east side of State Street between Highland Avenue and Chicago Street. Consideration will also be given to fencing design to replace the existing temporary chain link concepts along Riverside Avenue adjacent to the bike path/trail. Deliverables include plan & perspective concept renderings to illustrate proposed streetscape design alternatives. Cross-sections and details adequate to convey the aesthetic character of the proposed concepts will also be included. PDF and printed formats will be provided. Task 2 — 3D Renderings: This task consists of development and creation of 30 perspective renderings of key locations to present a realistic and understandable "View" at key locations. Renderings will consist of street level perspectives and include existing buildings and proposed streetscape improvements. Some of the renderings will be based on existing site photographs to create "before / after" to assist key decision makers in making choices based on alternatives that are presented. Deliverables include renderings at key locations in PDF and printed formats. Task 3— Landscape Design: This task consists of design development of concepts established in Task 1 into a preliminary landscape plan for review and approval by the City of Elgin. Landscape treatments will utilize same plant species from previous projects within Elgin's CBD as appropriate. Adaptions to plant selection may be necessary to suite the context of this project and the specific site constrains. It is anticipated that one preliminary landscape plan sheet and one preliminary landscape detail/section sheet will be provided. Consideration will be given to maintenance of landscape areas and materials. The design will be reflective of landscape maintenance resources available to the City of Elgin. WBK will prepare final landscape plans, notes and details suitable for construction purposes and for incorporation into a set of final construction documents prepared by Tran System. The plans will be supplemented by specifications as necessary to fully describe, bid and install landscape elements. Quantities and pay items for landscape items will be prepared in general conformance with IDOT standards. WBK Opportunity No.2013.6655 Proposal for Streetscape Design Services Page 3 of 4 City of Elgin—C8D—State/Chicago/Riverside/Highland March 21,2013 An opinion of probable cost for all landscape improvements will also be provided. The total length of roadway centerline to which streetscape/ landscape design will be performed is 1800 linear feet. It is anticipated four landscape plans sheets, two details sheets and one landscape notes/quantity sheet will be provided for incorporation into the final construction documents. Deliverables include preliminary landscape plans noted above, final landscape construction plans noted above including specifications and opinion of probable cost. SUPPLEMENTAL SERVICES In preparing this proposal, we have attempted to provide you with a scope of services complimentary to what TranSystems will be performing. In doing so, we have made some assumptions which will need to be verified during the design process. Any findings which are not consistent with our assumptions may increase the scope and budget for this project. We will thoroughly discuss any such findings with you and negotiate any changes and revisions prior to proceeding. Our assumptions are as follows: a The project area was never used for storage or is not affected by hazardous materials, and therefore the cost of an environmental assessment, mitigation, clean-up and permitting services are not included. o The existing R.O.W. will be determined and provided by others. Easements or other land rights for improvements will be determined or provided by others. • All sidewalk and street grading will be established by others including ADA compliance. • Neither floodplain nor wetlands exist on the site, and therefore the cost of wetland assessment, mitigation design, and flood studies have not been included. • Topographic and existing conditions survey will be provided by others. o Street and pedestrian lighting design including photometrics and electrical design will be provided by others. Landscape irrigation and drainage design will be provided by others. o Modifications to the Chicago Street & Highland Avenue bridge railings are not included in the scope of services. ® Bid assistance and construction observation /assistance are not included in the scope of services. Services which have not been included in the above detailed scope of work are usually referred to as 'Supplemental Services." If, during the design process, it becomes apparent that additional services will be required, or if major changes in the scope of work are made by you the City or any regulatory agency, upon your request, we shall perform or obtain from others such services. WBK will be paid for such services on an hourly basis, or based on subsequent proposal/contract agreements, at the option of Client. Tasks considered as Supplemental Services include, but are not limited to, major changes to the scope of work, expert witness testimony in any litigation or other court proceedings involving this project, revisions to previously approved studies and/or design documents, major revisions to the streetscape design or landscape plan or face of curb "envelope", unanticipated WBK Opportunity No.2013.6655 Proposal for Streetscape Design Services Page 4 of 4 City of Elgin—CBD—State/Chicago/Riverside/Highland March 21,2013 improvements (on or off site), civil design, structural design, mechanical design, studies or reports not specifically listed under the Scope of Basic Services, bid assistance, contract writing or administration, review of payment applications, meetings or technical assistance during construction, punch list generation or review, preparation of any plats or record drawings not Specifically listed under the Scope of Basic Services, design of buildings, irrigation, lighting, etc., and construction staking or re-staking. ESTIMATE OF FEE Tasks 1 to 3 $ 37,500 Reimbursable Expenses $ 2,000 Total: $ 39,500 We propose to bill you monthly based on the attached Schedule of Charges. We establish our contract in accordance with the attached General Terms and Conditions. These General Terms and Conditions are expressly incorporated into and are made an integral part of this contract for professional services. We reserve the right to increase our fees by five percent (5%) on December 316`of each calendar year. If this proposal is acceptable, please sign both copies and return one (1) to us for our files to serve as a notice to proceed. Thank you for the opportunity to provide service to TranSystems. If you have any questions, j ot hes'ate to call. nion Urban Planning Principal Encl: Schedule of Charges (2013) General Terms and Conditions (September 30, 2010) THIS PROPOSAL, SCHEDULE OF CHARGES, AND GENERAL TERMS & CONDITIONS ACCEPTED FOR TRANSYSTEMS: BY: TITLE: DATE: WBK Opportunity No.2013.6655 l � ELGIN THE CITY IN THE SUBURBS- DATE: August 1, 2013 TO: Joe Evers, City Engineer FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 13-114, 13-120, and 13-121 Adopted at the July 24, 2013, Council Meeting Enclosed you will find the agreement listed below. Please distribute this agreement to the other party and keep a copy for your records if you wish. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Resolution 13-114 Adopted Authorizing Execution of an Agreement with Collins Engineers, Inc. for Engineering Services in Connection with the Kimball Street Dam Inspection Project • Resolution 13-120 Adopted Authorizing Execution of Amendment Agreement No. 1 with Chastain & Associates, LLC for Construction Engineering Activities- Phase III Engineering Services in Connection with the 2013 Neighborhood Street Rehabilitation-Hammond/Cookane Project • Resolution 13-121 Adopted Authorizing Execution of Seventh Amendment Agreement with TranSystems Corporation for Design Engineering Services Regarding the 2014 Roadway and