Loading...
HomeMy WebLinkAbout21-56 Resolution No. 21-56 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH BURNS & MCDONNELL ENGINEERING COMPANY, INC. FOR DESIGN ENGINEERING AND COST ESTIMATING SERVICES FOR ROADWAY IMPROVEMENTS REGARDING THE ALFT LANE AND RANDALL ROAD INTERSECTION IMPROVEMENT PROJECT 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 Burns &McDonnell Engineering Company, Inc. for design engineering and cost estimating services for roadway improvements regarding the Alft Lane and Randall Road Intersection Improvement Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 14, 2021 Adopted: April 14, 2021 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk I I i AGREEMENT THIS AGREEMENT is made and entered into this 14th day of April , 20 21 , by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY")and Burns&McDonnell Engineering Company, Inc.; a Missouri corporation authorized to do business in the State of Illinois, (hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in the form of providing 60% design engineering and cost estimating services for the roadway improvements associated with the Alft / Randall Intersection Improvement Project (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 Scope of Services for the Project shall include providing 60% design engineering and cost estimating services for the intersection improvements associated with the Project which are detailed in Attachment A. C. A detailed Scope of Services 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 herein under. a. Notice to Proceed: March 25,2021 b. KDOT Permits Pre-Application Meeting: March 29, 2021 c. 60%Lump Sum Cost Submitted: May 21, 2021 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 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 the ENGINEER shall be paid at the hourly rates established in Attachment C for the various classifications of personnel who may work on the Project, with the total fee not to exceed $109,100.00 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 and approved pursuant to a written amendment to this Agreement executed by both parties. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus 10 percent(10%). Fees for such outside services are included within the not to exceed total fee and expenses of$109,100.00 provided in Section 4A hereof. C. Other reimbursable components of the fee include: a. See Attachment C for labor breakdown and other reimbursable components. Such other reimbursable components of the fee are included within the not to exceed total fee and expenses of$109,100.00 provided in Section 4A hereof. 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 Attachment C, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. - 2 - Payment Schedule DATE ESTIMATED% ESTIMATED ESTIMATED COMPLETE VALUE OF WORK INVOICE VALUE COMPLETE March 31,2021 33% $36,300.00 $36,300.00 April 30,2021 67% $72,600.00 $36,300.00 May 31,2021 100% $109,100.00 $36,300.00 TOTAL 100% $109,100.00 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. 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 section 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and shall continue,unless terminated pursuant to Article 6 above,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 - 3 - I 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 Paragraph 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 50111, 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 paragraph 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 paragraph shall survive any expiration 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 -4 - 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 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. E. 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 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 - 5 - 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 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. -6- 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; 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; - 7 - 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 City's Assistant City Manager 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: Mike Pubentz, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Stephen T. Crede Department Manager Burns &McDonnell Engineering Company, Inc. 1431 Opus Place, Suite 400 Downers Grove, Illinois 60515 29. 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 - 8 - 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. 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 CITY: FOR THE ENGINEER: By G/ By: City Manager Name/Print: Stephen T. Crede Title: Department Manager Attes ity Clerk FALegal Dept\AgreementENGINEERING AGREEMENT-FORMA1-23-12.doc -9- ATTACHMENT "A" 60% DESIGN, ADMINISTRATION & ESTIMATING ENGINEERING ACTIVITIES FOR Alft / Randall Intersection Improvements Project A. DESIGN a) Project Location: Exhibit 1 establishes the location to be included in the Design Engineer's 60% design documents for the Alft/Randall Intersection Improvements Project. b. Proiect Kickoff: 1. Introduction of Project Team 2. Establish lines of communication 3. Request any existing information 4. Collect water and combined sewer atlases 5. Interview and document same,the Sewer, Water and Street departments for their knowledge of issues within the project location 6. Collect and analyze public utility records and notify utility of pending project C. Scope of Work Refinement: Based upon the collection of the above information from the Project Kickoff Meeting,the Design Engineer shall refine the scope of work and obtain approval from the City. d. Plans and Specifications: Design Engineer will prepare plan sheets and specifications as necessary to a 60% level of completion utilizing a City format.Any alterations or additions to the City format shall be highlighted and fully explained to the Director or his representative. Plan sheets shall be provided for all underground work including water main and storm sewer. e. Scheduling: For this agreement,the Design Engineer shall develop a schedule for all steps from execution of this agreement to completion of construction. The schedule will be updated at the time of 60%plan and specification submittal. f. Surveying_ The Design Engineer shall utilize the survey from the Randall Over 90 project for the Kane County Division of Transportation. This survey will need to be augmented li with additional survey for the purposes of verifying rim elevations for utility structures within the vicinity of proposed improvements as well as picking up invert /top of pipe elevations for storm sewer, sanitary sewer, and water main. In addition, the survey for the Randall Over 90 project did not include detailed survey for Alft Lane from Randall Road west to and including the intersection with Capital Street which will need to be picked up. The Design Engineer does not have these costs included in their Scope but will assist the City in writing the scope of work and will recommend a Surveyor for the City to contract with. g. Construction Estimate: The Design Engineer shall update the Rough Order of Magnitude provided to the City with the Alft/Randall Traffic Study at the 30%Plan and Specifications stage. The 30%Cost Estimate will then be revised again at the 60%submittal stage. h. Geotechnical Investigation: The Design Engineer does not have these costs included in their Scope but will assist the City in writing the scope of work and will recommend a Geotechnical Engineering for the City to contract with. This scope is expected to include pavement cores along Randall Road and Alft Lane,pH samples, soil borings along Randall Road and Alft Lane, and testing required for disposal of soil spoils at the nearest Clean Construction Demolition Debris regulated facility. i. Permitting: The Design Engineer will submit for the following permits at 60%completion: 1. Illinois Environmental Protection Agency—Water Main Construction Permit 2. Kane County Division of Transportation—Major Access Permit Application The KDOT permit application process will include a Pre-Application Meeting to review the proposed improvements and discuss any specific KDOT requirements and/or concerns. The project is expected to disturb less than one acre so a Stormwater Pollution Prevention Plan will not be required under the National Pollutant Discharge Elimination System. j. Basis of Design: Randall Road: The length of the improvement is approximately 930 feet. A third lane for northbound Randall Road will be added from Alft Lane to the right turn lane for eastbound 1-90. The existing drainage swale in the Randall Road east right- of-way will need to be re-established as part of the design as this is where the roadway inlets drain. Stormwater inlets along the east side of Randall Road will be relocated to the new curb line will outfall to the new drainage swale. It is assumed that the existing storm sewer system has sufficient capacity, and that no additional stormwater detention will be required. The existing water main where the third lane is being added will be relocated out from under the existing pavement and east of the new curb line. There are two existing light poles and one existing utility pole that will have to be relocated for the proposed improvements to be completed. The only traffic signal improvements being contemplated are updating the signal heads for eastbound Alft Lane. Based on existing information,there is no right-of-way acquisition included in the design efforts. AM Lane: The length of improvement is approximately 500 feet. Add approximately 6 feet of pavement widening on the south side of Alft Lane from a point east of the intersection with Capital Street to Randall Road. These improvements will result in a 5-lane cross section at the intersection. It is assumed that there will no modifications required to the existing traffic signal equipment at the southwest corner of the intersection with Randall Road. ATTACHMENT B Elgin Alft Lane/Randall Road EPC ♦ c ELGIN Proposal Schedule BURNSM_DONNELL ACINly ID Activity Name OD Start Fnish 2021 Mar Apr May Jun Jul Aug Sep Oct Nov Dee ea NFrare F1 I I's, s MS1060 Conditional Notice to Proceed 0 01-Mar-21 Conditional Notice to Proceed MS1010 Fun Notice to Proceed 0 15-Mar-21 ♦Ful Notice to Proceed MS1050 Permits Pre-Application Meeting 0 17-Mar-21 O Permits Pre-Application Meeting ---.-___•---- --------- --------- ------------_.._-__. ._._.-___- ,.-------_ -_ - - -.------ ---.----- - -- ----- ---_._... MS1030 60%Lump Sum Cost Submitted&Approved 0 14May-21 : ♦60%Lump Sum Cost Submitted&Approved : MS1020 Substantial Completion 0 29.Oct-21 : ♦:Substantial Complietlon MS1040 Final Completion 0 19-Nov-21 ♦FnalCompktion DD1010 Prepare&Submit 60%Lump Sum Cost&Phase 2 Pricing 25 15-Mar-21 16-Apr-21 Prepare&Submit 60%Lump Sum Cost&Phpse 2 Pricing _. ._..._ ..----------- - ..------- DD1030 Review&Approve 60%Lump Sum Cost&Phase 2 Pricing 20 19-Apr-21 14May-21 Review&Approve 60%Lump Sum Cost&Phase 2 Pricing DD7040 Prepare&Submit Permit Set 20 19-Apr-21 14May-21 O Prepare&Submit Permit Set DD1020 Perform Final Design 20 17-May-21 14Jun-21 O Perform Final Design DD7050 Procure IEPA Permit 45 17-May-21 20-Jul-21 Procure IEPA Re rmn : DD1060 Procure KDOT Perml 30 17-May-21 28-Jun-21 I Procure KDOT PeOnk S: UtiliLy _. _.. _ 30 17-May-21 28-Jun-21. : PC 1030 Utility-Procure Long Lead Materials 30 17-May-21 28-Jun-21 EM Utli y-Procure Long Lead Materials Electrical Subcontractor 30 14-Jun-21 26-Jul-21 - PC1010 Electrical-Procure Long Lead Materials 30 14-Jun-21 26-Jul-21 0 Electrical-Procure Long Lead Material Roadway Subcontractor 30 14-Jun-21 2r JuI.21 PC 1020 Roadway-Procure Long Lead Materials 30 14-Jun-21 26-JuE-21 0 Roadway-Procure Long Lead Materials CN1010 Mobi¢e&Prep Site 5 29-Jun-21 06-JuF21 M Mobile&Prgp Sb Alft Lane .69 07-Ju421 12-Oct-21 CN1020 AM-Instal Maintenance of Traffic 5 07-Jul-21 13-J4.21 I:±J AM-Instil Maintenance of Traffic CN1030 Am-Relocate Existing Utilities 20 14-Jul-21 10-Aug-21 O AM-Relocate Existing Utilities. CN1040 Am-Demo Existing Structures/Foundations 5 14-Jul-21 20-Jul-21 O AM-.Demo Existing Structures/Foundations CN1050 AM-Pavement Removal 5 04Aug-21 10-Aug-21 O AM-Pavement Removal CN1130 AM-Earth Excavation : 7 11-Aug-21 1SAug-21 0 AM-Earth Excavation ..._..._ ._._.____,�_. _...... ---- ----------- --------- --------------- -- --------- - ------__---- -__ --------- CN1150 AM-Perform Roadway Lighting Relocation 10 20-Aug-21 02-Sep-21 O AM-Perform Roadway Lighting Relocation : CN1070 Am-Storm Sewer Removd 2 20-Aug-21 23-Aug-21 ❑ AIR-Storm Sewer Removal : CN1080 Am-Install Storm Sewer 5 24Aug-21 30-Aug-21 O AM-Instal Storm,Sewer CN1060 Aft-F/R/P Curb&Gutter 7 01-Sep-21 10-Sep-21 : O AM-F/R/P Curb&Gutter : CN 1160 Am-Light Pole Foundation Cure Time 3 03-Sep-21 08-Sep-21 O AM-Light poi Foundation Cure Time __._.�._.....��..J. .._... _-__ --------- -__----------.- CN1170 Am-Curb&Gutter Cure Time 3 13-Sep-21 15-Sep-21 ❑ AM-Curb&Gutter Cure Time : CN1140 AM-Install Aggregate Base Course 7 16-Sep-21 24-Sep•21 O Alft-Instal Aggregate Base Course CN1090 AM-Place Full Depth HMA/WMA Pavement 5 27-Sep-21 01-Oct-21 4 AM-Place Ful Depth HMA/WMA Pavement CN1126 AM-Wire&Re-Work Traffic Signals 10 27-Sep-21 08-00-21 : : 0 AM-Wire&Re-Work Traffic Signals CN 1100 AM-Install Striping 2 04Oct-21 05-Oct-21 ! 0 AIR-Instal Striping _ ------ --------------------------_ ____ _.-____ ... -_. ...- _ -_ _ __ - _--_ :---- ---- _____ CN7180 rVR-Install Landscaping 3 06-Oct-21 08-Oct-21 : 0 AM-Instal Landscaping C141110 AM-Remove Maintenance of Traffic 2 11-Oct-21 12-Oct-21 0 Alt-Remove Maintenance of Trafic Randall Road 82 07-Jul 20, -21 CN2020 Randall-Instal Maintenance of Traffic 5 07-Jul-21 13-A6.21 1111110 Randal-Instal Maintenance of Traft CN2030 Randall-Relocate Usting UtElas 20 09-Jul-21 OSAug•21 : : Randal-Relocate Existing tJtlbn CN2040 Randall-Demo Existing Structures/Foundations 5 09-Jul-21 15-JLA-21 O Randal-Demo E fisting Structures/Foundations Actual Work Critical Remaining Work ♦ •Non-Critical Milestone Date Revision Checketl Approved O Remaining Work ♦ ♦Critical Milestone ♦ ♦Complete Milestones Pa e 1 of 2 15-Feb-21 Proposal Schedule ML ML 8 ATTACHMENTB Elgin Alt Lane/Randall Road EPC ELGIN Proposal Schedule t BURN S,%C,,,,M_DONNELL Activity ID Activity Name OD I Start Finish 2021 Mar Apr May Jun Jul !wg Sep Oct Nov Dec CN2050 Randall-Pavement Removal 5 30-Jul-21 O5-Aug21 Randal-Pavement Removal CN2130 Randal-Earth Excavation 5 06-Aug-21 12-Aug-21 Randal-Earth Excavation CN2150 Randal-Instal 12"Waterman 15 13-Aug-21 02-Sep-21 Randal-Instal 12"Waterman CN2190 Randal-Storm Sewer Removal 2 1&Aug-21 16-Aug-21 ❑ Randall-Storm Sewer Removal CN2200 Rantlal-Instal Storm Sewer 7 17-Aug-21 25-Aug-21 O Rantlal-Instal Storm Sewer CN2160 Randal-Chlorinate/Pressure Test Waterman 5 03-Sep-21 10-Sep-21 M Randall-Chlorinate/Pressure Test Watermain CN2060 Randal-F/R/P Curb&Gutter 10 08-Sep-21 21-Sep-21 Randal-F/R/P Curb&Gutter CN2170 Randall-Curb&Gutter Cure Time 3 22-Sep-21 24-Sep-21 ■ Randal-Curb&Gutter Cure Time CN2070 Randal-Drill&Grout Tie Bars 5 27-Sep-21 01-Oct-21 0 Randal-Dill&Grout Tie Bars CN2140 Randal-InstalAggregale Base Course 7 27-Sep-21 OSOct-21 Rantlal-Instal Aggregate Base Course CN2080 Randal-Pour PCC Base 5 04-Oct-21 08-Oct-21 Randal-Pour PCC ease CN2180 Randal-PCC Base Cure Time 3 11-Oct-21 13-Oct-21 ■ Randal-PCC Base Cure Time CN2090 Randal-Race HMA/WMAOverlay 3 14-Oct-21 18-Oct-21 p Randal-Place HMAANMA Overlay CN2120 Randal-Wire&Re-Work Traffic Signals 10 14-Oct-21 27-Oct-21 � Randal-Wire&Re-Work Traffic Sig CN2100 Rantlal-Instal Striping 2 19-Oct-21 20-Oct-21 Randal-Instal Striping. CN2210 Randal-Instal Landscaping 5 21-Oct-21 27-Oct-21 Randal-Instal Landscaping CN2110 Randal.Remove Maintenance of Traffic 2 28-Oct-21 29.Oct-21 I Randal-Remove Maintenance of Tr CO1010 Final Closeout(incl.Wakthrough,Punch List&Sgm#) 15 01-Nov-21 19-Nov-21 Final Closeout(incl.W Actual Work Critical Remaining Work ♦ ♦Non-Crilica Mies tone Date Revision Checketl Approved O Remaining Work ♦ ♦Critical Milestone ♦ ♦Complete Milestones Page 2 of 2 1SFeb 21 Proposal Schedule ML ML 8 i Attachment"C" ACity of Elgin Professional Engineering Services for Alft-Randall Intersection Improvements Project Phase 1 E LG I N February 26,2021 THE CRY IN THE SUBURE35 8- Pa irnik C- Sundber TRN Blumstein,Apker TRN TRN T.rbmin� Ynrcwe :l..n<iwe bwrmr .\u«We Ax.xb,r ,«vte SNor Proje.. VvR SWr AasM�t MWtr,f ,,,u mt rfluar .me,M E3Mnur Cbrr;r luk k tlmvror EnrYerr Cenud. r'- E�Y,eer Ol1ke Tn4 De-P.. li7) TO (is) (IS) (14) n3) (IS) (12) 01) T.) (1) (Ill M 7 (6)ao (1) Tottl emeo Mau t&Coordlaatkn 1. Pro'ect Kiclenff 1. SPnrvra ei c[AEdffmnrintis'[ra[ anad25 I' $50 S1 70.ion Ii SIT. S28as.00 1, Coordina Non a 566.50 53J20.50 DeainR,i-M-fi -KDOT 1 3I431 559f.'S 6. Design Reficn M_d in-EI I 511.25 2698.25 ]. Monthlf Pro refs Mee' R 2 2 529.50 51396.50 1m0T Permit N- P-A licanon M-in, 2 _ 322.50 SI32650 9. Desi o Coordioatioa 1 323.50 51.26150 10.TniRc S'oa1 Cwrdioatioo2 31900 7597.00 re II.IDS P .rm- 2 2 4 37600 W9 M 12.Permit Subminal 1 SU.75 M8 75 CaordiYUoa I3.Contt tC mete Main 2 19.50 W750 Il.Conc<SGmme[en'-KDOT i N75 3233.75 IS.Paremeut Secuon-E 1 $14.21 S-.n 16.Pa5ement Section-KDOT 1 S14.25 3SCIM 17.Sum" $500.00 33a00 32,09f.00 19.Umf Relocanoo 3 r S'I6.00 S1,17a.o0 19.Drnina a Ana'a f-Alft 1 12 500.75 A 3J.75 211.Draina eAmkfis-Randall 1 12 380.75 S1J23.75 21-Lighting Anahsis H 75 519975 rnme MnaeR ..Confirm 0..ai nYear-KDOT Sa.75 3161.75 :J.l d ate/Ein,IRL vF11 RO Sc.tS f16c.75 IEPA PermitA Ikalloe `J.hater Main 551w o0 33fa0 S1.9a6.00 _�.Permit Suhm final p 538.00 SI,la6.00 60%On'n Dntr' =fi.Plan Pre a 33 31 40 SUM 0o W.2D0 60%Coft Emanate&Construction SchIduk Pre a n of Cuat Eatimal,5 Schedule 8 30 552. 521176.50 .N.Prrscnmt[iun n(Cost EsN.-&Schcduk 2 22 SM. WTW SWUM 0 Is eo 0 3a s: _ 0 557 s LQ1 1221. 511=14 52Lb F214q. R" 5UM& S14]R4 nam RO-N- FIiLL 319-- fie_ L-ao_o 360= Wbio..n Solw HI.00 SSAJ600 f10J30.00 SfJ6600 SIa91600 10.M f3J50.N f10JS5.M SIS,Jra00 S21,f20.00 30.00 SJJ93.00 f0.00 f0.D0 50.00 SI.S00.00 1L.250 $,..- Total Fee 5109,046