HomeMy WebLinkAbout20-47 Resolution No. 20-47
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH CHASTAIN &ASSOCIATES,
LLC FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2020 STREET
PROGRAM—WELLINGTON-LAUREL
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with
Chastain & Associates, for professional services in connection with the 2020 Street Program —
Wellington-Laurel, a copy of which is attached hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: April 8, 2020
Adopted: April 8,2020
Vote: Yeas:. 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 8th day of April, 2020, by and
between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as
"CITY") and Chastain & Associates LLC, an Illinois limited liability company (hereinafter
referred to as "ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with 2020 Street Program-Wellington-Laurel (hereinafter referred to as the
PROJECT); and
WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes
relating to professional registration of individuals and has the necessary expertise and experience
to furnish such services upon the terms and conditions set forth herein below.
NOW, THEREFORE, 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 services to be provided by the ENGINEER include:
• Providing site inspection and inventory of City facilities
• Provide site survey for design and plan development
• Provide pavement cores and geotechnical investigations
• Prepare construction documents for street .improvements (following City
format)
• Coordinate and Incorporate CDBG requirements into contract documents
• Host open house project information meeting
• Provide bid phase support efforts including pre-bid meeting attendance,
addressing bidder questions, assist City in preparation of contract documents
• Provide weekly project updates
• Develop alternative HMA mix designs
• Add resurfacing of Lessenden Place as a non-participating project funded by
the City of Elgin
C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A,
and incorporated into this Agreement by this reference.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided hereinunder.
a. Preliminary Plan Submittal—May 18, 2020
b. Pre-Final Plan Submittal—June 5, 2020
C. Final PS&E—June 19, 2020
B. A detailed project schedule for the PROJECT is included as Attachment B,attached
hereto, and incorporated into this Agreement by this reference. 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 product prepared by the ENGINEER pursuant hereto including, but not limited to,
reports, plans, 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 product for its records. ENGINEER'S execution of this Agreement shall constitute
ENGINEER'S conveyance and assignment of all right, title and interest, including but not limited
to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by
the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or
through such other engineers as determined by the CITY to utilize and/or amend such work
product. Any such amendment to such work product shall be at the sole risk of the CITY. Such
work product is 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 for the CDBG Funded 2020 Street Program the
ENGINEER shall be paid at the rate of 2.69 times the direct hourly rate of personnel
employed on this PROJECT, with the total fee not to exceed $31,330 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 services provided for the Non-Participating Lessenden Place to be included
in the 2020 Street Program plans, the ENGINEER shall be paid at the rate of 2.69
times the direct hourly rate of personnel employed on this PROJECT, with the total
fee not to exceed$2,630 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.
C. For outside services provided by other firms or subconsultants, the CITY shall pay
the ENGINEER the invoiced fee to the ENGINEER. The costs of any such outside
services are included in the not-to-exceed amounts set forth in Subparagraphs A
and B above.
- 2 -
D. Reimbursement for field vehicles, CARD computer services, survey consumables
and printing services, are included in the not-to-exceed amount, set forth in
Subparagraph A above.
E. 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.
Date Estimated Completion % Estimated Value of Completed Estimated Invoice
Work Value
4/24 60% $20,380 $20,380
5/29 95% $329270 $11,890
6/26. 100% $33,960 $1,690
Total 100% $33,960
F. A summary of expected tasks, labor efforts, fees and direct costs is attached as
Attachment C.
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.
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. TERNIINATION 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 section 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 section 6, shall be deemed concluded on the date
- 3 -
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. Notwithstanding the foregoing, or anything else to the contrary in this Agreement,
with the sole exception of an action to recover the monies the CITY has agreed to pay to the
ENGINEER pursuant to section 4 hereof, no action shall be commenced by the ENGINEER
against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or
rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all
such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but
not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended,
or the Illinois Interest Act(815 ILCS 205/1,et seq.), as amended. The parties hereto further agree
that any action by the ENGINEER arising out of this Agreement must be filed within one year of
the date the alleged cause of action arose or the same will be time-barred. The provisions of this
section shall survive any expiration, completion and/or termination of 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 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 section shall survive any
expiration and/or termination of this Agreement.
- 4 -
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.
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
- 5 -
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.
18. SEVERABILITY
The parties intend and agreed that, if any section, sub-section, 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
- 6 -
The headings of the several sections 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.
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;
- 7 -
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. SUBSTANCE ABUSE PROGRAM.
As a condition of this agreement, ENGINEER shall have in place a written substance abuse
prevention program which meets or exceeds the program requirements in the Substance Abuse
Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be
provided to the DIRECTOR prior to the entry into and execution of this agreement.
27. 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.
28. 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: B. As to ENGINEER:
Mike Pubentz Steve Frerichs
Public Works Director Sr. Project Manager `
City of Elgin Chastain& Associates LLC
150 Dexter Court 120 West Center Street
Elgin, Illinois 60120-5555 Schaumburg, IL 60195
29. COMPLIANCE WITH LAWS
- 8 -
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 legally authorized to work in 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. ENGINEER shall pay any and all costs associated with any such
audit.
30. EXECUTION
This agreement may be executed in counterparts, each of which shall be an original and all of
which shall constitute one and the same agreement. For the purposes of executing this agreement,
any signed copy of this agreement transmitted by fax machine or e-mail shall be treated in all
manners and respects as an original document. The signature of any party on a copy of this
agreement transmitted by fax machine or e-mail shall be considered for these purposes as an
original signature and shall have the same legal effect as an original signature. Any such faxed or
e-mailed copy of this agreement shall be considered to have the same binding legal effect as an
original document. At the request of either party any fax or e-mail copy of this agreement shall be
re-executed by the parties in an original form. No party to this agreement shall raise the use of fax
machine or e-mail as a defense to this agreement and shall forever waive such defense:
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 CI FOR THE ENGINEER:
By� w--
City Manager
Name/Print: Steve Frerichs
Title: Senior Proiect Manager
A e
City Clerk
- 9 -
ATTACHMENT A
SCOPE OF SERVICES
DESIGN, ADMINISTRATION &
PLANNING ENGINEERING ACTIVITIES
OVERALL
1. General: The Design Engineer will serve as the City of Elgin's representative for the
entire design and administration of the planning for the project as assigned by the City.
As such he will function as an extension of the City's staff and be responsible for overall
implementation and management of the project. The Design Engineer shall include
implementation of City policies,program administration,coordination and monitoring of
consultants and contractors providing overall management control and direction to insure
completion of the bidding and planning documents in accordance with the City's
objectives of cost, time and quality. The Design Engineer will work closely with and
report to the City Engineer or his designee. It shall be understood that the Design
Engineer will act as the City Engineer on this project and shall coordinate with other City
entities such as the Legal Department, City Clerk, Purchasing Director, Water Director,
Sewer Director and Street Director. The Design Engineer shall be responsible for acting
as the City Engineer on this project in regard to Federal, State and County issues as well.
2. Law: The Design Engineer is expected to understand all State, County and City Laws
governing the implementation of his bidding and planning documents.
DESIGN
1. Preliminary Design:
a.Proiect Location:
Exhibit 1 establishes the streets and/or areas to be includes in the Design Engineer's
bidding and planning documents.
b.Proiect Kickoff-
Establish lines of communication.
Present a work plan for the project including schedule milestones, design criteria
(utilize existing standard City contract as a base model), list of information needed
to begin design.
Acquire existing information including previous reports plans of recent
development and relevant site information.
Collect water, sanitary and storm atlases
Interview and document same, the Sewer, Water and Street departments for
their knowledge of issues within the project location.
Collect and analyze public utility records and notify utility of pending
project. Public utilities will include ComEd, Nicor, AT&T, several cable
companies and others identified through site inspections and coordination
with the J.U.L.I.E. agency.
c.Inspection of proiect Location:
The Design Engineer shall provide site inspection of the entire area as well as
immediately adjacent area. The following shall be included:
Complete topographic survey for the Wellington site and geometric survey
for balance of the project.
Perform a physical inspection of all manholes, valve vaults, catch basins,
inlets, electrical vaults including condition and measurements.
Complete a video recording of existing improvements within and adjacent
to the project location, also, private property as it abuts the project.
Complete geotechnical investigations were deemed necessary by the Design
Engineer. (Pavement cores and soil borings will be taken at 17 locations
throughout the project for soil testing. Soil boring locations and depths will
be adjusted to fit site conditions.). Soil test results will be included in the
bid documents including IEPA certification forms.
Signage inventory
Pavement marking inventory
Trees inventory
Lighting inventory
2. Final Design:
d. Scope of Work Refinement:
Based upon the collection of the above information, the Design Engineer shall
refine the scope of work, including an estimate of cost, and obtain approval from
the City. The Design Engineer shall include alternatives sufficient to ensure the
base bid will be below the total budget (when considering testing, publications,
inspections and other typical costs found in construction projects).
The following improvements are anticipated:
- 11 -
Provide recommendations for type and extent of pavement rehabilitation.
100%of curb and gutter, sidewalk and aprons are anticipated to be replaced
along Wellington Avenue.
Mill and Overlay Gifford, Raymond, Illinois, Waters, Margaret and Laurel
including limited curb and gutter, driveway and sidewalk repair.
Provide alternate HMA mix designs based on cores, soils and traffic.
e.Construction Documents:
Design Engineer will complete plan sheets as necessary, construction estimates,
construction specifications, bid and contract documents utilizing a City format.
Any alterations or additions to the City format shall be highlighted and fully
explained to the City Engineer or his representative. Plan sheets shall be provided
for all underground work including water main, storm sewer and sanitary
improvements.
Plans and contract documents will be prepared for water system improvements and
roadway with sewer improvements as separate bid sets. Final bidding schedules
and construction sequencing will be developed as part of the plan development
process.
£ Scheduling:
For this agreement, the Design Engineer shall develop a schedule for all steps from
execution of this agreement to contract award. The schedule shall be updated at a
miniumum of every two weeks and submitted to the City Engineer or his designee.
g.Surveying:
The Design Engineer shall provide a topographic survey of the portions of the
project that require reconstruction or replacement. The survey shall also pick up
existing underground improvements that.the City is not improving if the City does
not have as constructed drawing for same. Base plan sheets will be developed
from this survey at a scale of 1"=50'. The engineer will hand out and deliver
"introduction / contact" letters to the residents prior to the start of any surveying
and field work.
h. Construction Estimate:
The Design Engineer shall prepare several estimates related to the work the City
desires to have completed under this project. Separate estimates are required for
each of the utilities and separate locations should the project include multiple
locations. In addition, the Design Engineer shall set the project estimates up to
allow for alternates to ensure a project may be bid and awarded as close to the
budget as possible.
- 12 -
i. Agency coordination:
At a minimum, the Design Engineer shall schedule meetings with the City and any
other interested agency, at about the midway point in their plan and specification
development to insure they are meeting the expectations of the City. A second
meeting shall be held with the City at approximately 95% completion to finalize
the bid, specifications and planning documents.
The Design Engineer shall prepare any and all necessary permits and documents
required by the Illinois Environmental Protection Agency, Illinois Department of
Transportation, or any other governmental agency that has a regulatory interest in
the project.
The Design Engineer shall coordinate with all public utility companies including
verification of the soundness of their structures and any potential
relocations/delays.
j.-Open House:
The Design Engineer shall locate, schedule and hold an open house for the
properties abuting the project location. The Design Engineer shall hand deliver or
U.S. Mail to each abutting property a notice of this open house a minimum of seven
calendar days in advance.
BIDDING
1. Prepare bid forms, notices and addendum as necessary for bidders.
2. Coordinate with the local newspaper to ensure the notice is published 10 days in
advance of the bid opening.
3. Provide (25) sets of drawings and specifications to be issued by the City to
prospective bidders.
4. Attend pre-bid meeting with prospective bidders to provide clarification for issues
and concerns from bidders. The Engineer will also distribute minutes from pre-bid
meeting to the City and all meeting attendees with written answers to
concerns/questions from the meeting.
5. The selected Engineer will receive bidder questions and requests for clarification.
Based on these questions and requests, the selected Engineer will prepare addenda
as necessary to respond to the questions presented. Addenda will be issued to the
City for distribution to the bidders.
6. Attend the bid opening and evaluate the bids and bidders to determine if the bids
were submitted in accordance with the contract documents and if the bidders are
qualified to perform the work. Following this review, a recommendation will be
presented to the City for award of the construction contracts.
7. Prepare tabulation of bids for distribution to City agencies and interested bidders.
8. Assist the City in the preparation of six (6) copies of final contracts for execution
by the successful bidder and the City.
- 13 -
i
ATTACHMENT B
PROJECT SCHEDULE
Milestones
Cos 0
Project NTP
Complete Field Survey and
Cores/Borings
Preliminary Design&Plan Development
Preliminary Plan Review&Approval
Final Plan&Contract Document
Preparation
Final Document Submittal
Bid Phase and Project Award
NTP/Start of Construction
Construction Observation
Final Completion
Project Close-Out
ATTACHMENT C
PROJECT TASKS, LABOR EFFORT AND BUDGET
COST ESTIMATE OF CONSULTANT SERVICES-CPFF
AVERAGE
HOURLY OVERHEAD@ IN-HOUSE SERVICES BY
STAFF MAN-HOURS RATES LABOR COSTS 135% DIRECT COSTS FIXED FEE OTHERS TOTAL COSTS
PHASE II-ROADWAY IMPROVEMENT PROGRAM
Estimated 8 Weeks April&May(40 days)(320 hrs)
Excluding Lessenden Place
Project Manager 7 $490.00 $661.50 $166.97 $1,318.47
Project Engineer 30 $1,680.00 $2,268.00 $200.00 $572.46 $4,720.46
Design Engineer 88 $2,816.00 $3,801.60 $959.55 $1,500.00 $9,077.15
Graduate Engineer 40 $1,160.00 $1,566.00 $160.00 $395.27 $3,281.27
CADD Tech 14 $644.00 $869.40 $200.00 $219.44 $1,932.84
Reproduction&Postal Expense $500.00 $500.00
Cores,Borings&Soil Testing $10,500.00 $10,500.00
SUB-TOTALS= 1791 1 $6,790.00 1 $9,166.50 1 $1,060.00 1 $2,313.69 $12,000.00 $31,330.19
Lessenden Place
Project Manager 1 $70.00 $94.50 $23.85 $188.35
Project Engineer 2 $112.00 $151.20 $38.16 $301.36
Design Engineer 8 $256.00 $345.60 $87.23 $688.83
Graduate Engineer 8 $232.00 $313.20 $40.00 $79.05 $664.25
CADD Tech 2 $92.00 $124.20 $40.00 $31.35 $287.55
Reproduction&Postal Expense $0.00
Cores,Borings&Soil Testing $500.00 $500.00
SUB-TOTALS=1 21 $762.00 1 $1,028.70 1 $80.00 1 $259.65 1 $500.00 1 $2,630.35
TOTAL Phase 11 Service Fees= 200 $7,552.00 $10,195.20 $1,140.00 $2,573.34 $12,500.00 $33,960.54
- 15 -
EXHIBIT 1
STREETS/AREAS TO BE INCLUDED
Street From To
Laurel Street Liberty Street Illinois Avenue
Illinois Avenue Villa Street Laurel Street
Watres Place Villa Street Margaret Place
Watres Place Laurel Street +/- 150 South of Laurel Street
Margaret Place Liberty Street Illinois Avenue
Gifford Place Villa Street Raymond Street
Raymond Street Gifford Place National Street
Lower Wellington Avenue Bent Street South termini
Lessenden Place Lower Wellington West termini
16