Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
97-75
Resolution No. 97-75 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CRAWFORD, MURPHY & TILLY, INC . BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Robert O. Malm, Interim City Manager, andl Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Crawford, Murphy & Tilly, Inc. for the North McLean Boulevard Reconstruction Project - Kaskaskia Avenue to Royal Boulevard, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: March 12, 1997 Adopted : March 12 , 1997 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk `tt OF Ecce ebeLti — City of Elgin Agenda Item Na February 14 , 1997 TO: Mayor and Members of the City Council FROM: Robert 0. Malm, Interim City Manager SUBJECT: Engineering Services Agreement North McLean Boulevard Reconstruction PURPOSE The purpose of the memorandum is to provide the Mayor =nd members of the City Council with information to consi•er entering into an agreement with Crawford, Murphy and Tilly (CMT) for the preparation of plans, specifications and c•st estimates for the reconstruction of North McLean Blvd. f om Kaskaskia Avenue to Royal Blvd. A location map is shown as Exhibit A. BACKGROUND The North McLean Reconstruction Engineering Services =re included in the 1997 Capital Improvement Program in the amo nt of $245,000 . North McLean Blvd. within the above project limits was 1= st reconstructed in 1977 . As part of that reconstruction effo' t, a pozzolonic (POZ) base course was installed. A POZ b-se course was used because it was less expensive to constr ct than more conventional types of materials . It has since b-en determined that POZ is more susceptible to hold moisture tan conventional materials, thus resulting in a more rai•id deterioration of the roadway. This is evident in the road ay today as it has a severely cracked and undulating surface. This project will totally reconstruct North McLean Blvd. f om Kaskaskia Ave. to Royal Blvd. It will include a new road ay base and surface, storm sewer system and rehabilitation of the bridge over Tyler Creek. New traffic signals will be installed at McLean Blvd and Wing Street and at McLean Blvd. and Royal Blvd. At Wing St. and McLean Blvd. the intersection design will incorporate a new driveway entrance to Illinois 'ark School . U-46 is currently planning to build a new school on rik site and the coordination of the two projects will be critical . The existing sidewalk will also be reconstructed Engineering Services Agreement North McLean Blvd. Reconstruction Page 2 47, with an emphasis on safety by providing separation for pedestrians from vehicular traffic. The scope of work included with the subject agreement is for engineering and construction services . The fee, however, reflects only those costs associated with design services . This agreement will be amended to include construction services when a construction contract is presented to Council for an award. The project schedule anticipates engineering completion of design and plan preparation in late 1997 to allow for a January 1998 construction bidding. The estimated cost of construction is $2 , 500 , 000 . Proposals were received on January 22, 1997 from five firms : - Crawford, Murphy and Tilly (CMT) - Hampton, Lenzini and Renwick (HLR) - Landmark Engineering - Stanley Consultants - WVP Corporation A staff selection Committee evaluation of the five proposals 47, was conducted, which resulted in CMT being the top rated firm. A copy of the memorandum sent to the staff selection committee, as well as results of the selection process , are enclosed as Exhibit B. Upon selection, CMT met with staff to finalize the project scope and negotiate their fee. The final negotiated fee is $157, 651 . 00. The tabulation of costs shown in Exhibit B shows that CMT submitted the lowest fee. A copy of the proposed agreement is shown as Exhibit C. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED • U-46 staff responsible for the construction of Illinois Park School . FINANCIAL IMPACT Included in the 1997 budget is the use of $245 , 000 in unallocated 1996 Riverboat Funds to pay for the project engineering. The project expenditures were budgeted in the amount of $250,000 under Account No. 275-0000-791 . 93-80, Project No. . Adequate moneys are available to fund the agreement. 4111) LEGAL IMPACT None. Engineering Services Agreement North McLean Blvd. Reconstruction Page 3 ALTERNATIVES None. RECOMMENDATION It is recommended that City Council authorize the City Manager to execute an agreement with Crawford, Murphy and Tilly in the not-to-exceed amount of $157 , 651 . 00 . Respectfully submitted, David L. Lawry, P. Di - tor of Public ks R•b:rt 0. Maim Interim City Manager rik SP/do Attachments . ii f / ►tARL E 2 OR. • '"' ./`r "")l-...i1 a r 1----- 0,0...‘ 13_1 C`a0rk'Otct �N14 1�� a �1 w�y Ep t Cr ' II � zs y l�'�� •�`�. 3 cr 0.111 �t . \ 6173 5° �. G �.-- \t �'c,),,,, vE/ AVE- '.,i \ 0 A C 11.',117 0 , c2. cook- C---------10' c . . -°C.3 :Z. . y t.. .00 (� .r--G OR v -1 •\J� 1 a .-4 o rzIt 1. ( 1 5C1 SE�$ `�` t ICS oo Vz.v It�uX• e t ` x z �OtLISt 0tn•..... • t L. — lik a Q r • Tki l►� ct ... ,, ,.. • s n • li r r^ Oa OA �, i '�S OH x \___c • E n �.AI\ G VII : 9. .. a 1n e--V.,. - 7:4 s r ,3 �R o LESSON �qE r k P11, • ?.- %., 50° --] ►v E ro • v: `, p c011" •• '° �° `' + pV E (.)0 • %- a 1 �L9 AVE 40-F U S E �, -Pr"‘, �VIQed t Y 1 r('' 1 � s` I xy E S� �,lO . ow r �.� L. f REO 'L AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this /7day of /'l d2A-tL , 1997,by and between the CITY OF ELGIN,and Illinois municipal corporation(hereinafter referred to as "CITY") and Crawford,Murphy & Tilly,Inc. hereinafter referred to as "ENGINEER". WHEREAS the CITY desires to engage the ENGINEER to furnish certain professional services in connection with North McLean Blvd. Reconstruction Project- Kaskaskia Ave to Royal Blvd. (hereinafter referred to as the "PROJECT"). AND WHEREAS,the ENGINEER represents that he is in compliance with Illinois Statues 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, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT,subject to the following terms and conditions and stipulations,to-wit: I. 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. In general,the ENGINEER's work shall include,but not be limited to, the following major engineering activities. The ENGINEER will provide contract documents to the CITY for the North McLean Blvd. Reconstruction Project-Kaskaskia Ave to Royal Blvd. ENGINEER will also assist the CITY in applying for any necessary permits for construction of the project. C. A detailed Scope of Services is attached hereto as Attachment A. D. A scope of Construction Services has also been included as Attachment D. 97265-01 1 City of Elgin II. PROGRESS REPORTS A. An outline project milestone schedule is provided as Attachment B: Assume: March 13, 1997 Notice to Proceed Element of Work Date Submit Report to City Summarizing Preliminary Activities May 23, 1997 City Issues Design Notice to Proceed June 10, 1997 Submit Preliminary Contract Documents August 6, 1997 Submit Final Contract Documents September 5, 1997 B. Progress will be updated 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. III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited to, reports, designs, calculations, work drawings, studies, photographs,models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however,that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 97265-01 2 City of Elgin IV. PAYMENTS TO THE ENGINEER(Not to Exceed Method) A. For services provided the ENGINEER shall be reimbursed in accordance with the Schedule of Hourly Charges, dated January, 1997, included as Attachment C,with the total fee not to exceed$138,134.00 regardless-of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized by CITY through a change order or amendment. B. For Direct Costs,the City shall reimburse the ENGINEER the actual amount of the cost incurred by the ENGINEER. The not-to-exceed amount of Direct Costs shall be $19,517.00, and will include the following: Soil Borings = $7,800.00 Traffic Counts = $ 810.00 Wetland Surveys = $4,000.00 Direct Expenses = $6,907.00 Total = $19,517.00 C. Inclusive of Paragraph IV A. and IV B.,this Agreement shall be in the total amount not to exceed$157,651.00. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 97265-01 3 City of Elgin VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated_, the 1 ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed following approval of CITY'S corporate authorities and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR 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 breach hereof by the ENGINEER. VIII. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fees 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. IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default,fails within fifteen(15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. 97265-01 4 City of Elgin X. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including but not limited to Workmen's Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including but not limited to negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services. XI. NO PERSONAL LIABILITY No official,director,officer,agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. MI. 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 Certificate 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 IX entitled"Indemnification" shall be provided. B. Comprehensive Automobile Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement, a policy of 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. 97265-01 5 City of Elgin D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability Insurance Covering claims resulting from errors, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. XIII. CONSTRUCTION MEANS, METHODS. TECHNIQUES. SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. )UV. 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. XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 97265-01 6 City of Elgin f XVI. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment,delegation or subcontract had been made. XVII. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the ENGINEER, or as constituting the ENGINEER and the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment relationship between the parties hereto. XVIII. _SEVERABILITY The parties intend and agreed that, if any pararaPh, sub-paragraph, phrase , clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or on a duly executed amendment hereof, or change order as herein provided. 97265-01 7 City of Elgin XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXV. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; 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; 97265-01 8 City of Elgin 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(copy attached). A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257. XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII. NOTICES All notices,reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: DAVID LAWRY,P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: P.J. FITZPATRICK,P.E. Crawford, Murphy&Tilly, Inc. 600 North Commons Drive, Suite 107 Aurora, Illinois 60504 97265-01 9 City of Elgin IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By SMBy P.I 1 , City Clerk , City Manager (SEAL) For the ENGINEER: Dated this day of A.D., 1997. ATTEST: CRAWFORD, MURPHY& TILLY, INC By (AA,[ (4-/ By jilikt Gll larti( Associate and Assistant Vice-President Office Manager 97265-01 10 City of Elgin ATTACHMENT A CITY OF ELGIN NORTH MCLEAN BOULEVARD RECONSTRUCITN KASASKIA AVENUE TO ROYAL BOULEVARD PROJECT SCOPE TASK 1 PROJECT COORDINATION/"KICK-OFF" MEETING AND DATA COLLECTION • Kick-off meeting with the City of Elgin to discuss project, layout, design features, goals and schedule. Prepare and distribute meeting minutes. • Obtain and review project data: property ownership and easement records; adjacent roadway plans and drainage studies; utility information; adjacent development/improvement plans; accident reports; floodplain/floodway studies and information; benchmark and horizontal control data; zoning and land use maps and reports;wetland inventory maps; Sidewell aerial photos and tax maps and CATS traffic projections for the design year. TASK 2 TOPOGRAPHIC SURVEYS • Obtain horizontal and vertical control points from City. • Work through City to have J.U.L.I.E. mark utilities in Wing St. Royal Blvd. Areas. • Run project level circuit and set temporary bench marks to be used during construction. • Conduct topographic and elevation survey using total station. Extend surveys to R.O.W. • Cross-section McLean Blvd. and side streets at 50-ft intervals. • Field check manhole and inlet pipe sizes and elevations. • Download computer survey data to CADD operators. • Develop preliminary (1"=20') CADD base sheets of project area. (Does not include preparation of Legal descriptions, easement or acquisition plats). TASK 3 SOIL BORINGS AND SUBSURFACE INVESTIGATION • Conduce soil surveys and subsurface investigations including soil borings. Coordinate work with soils subconsultant. J.U.L.I.E. coordination and joint utilities jobsite meeting to clear boring locations. The proposed improvements is 3300'+long. Assume 1-10'boring at 300' centers= 11 borings. Assume 12 borings (6-N.B; 6-SB). • Two (2) - 60' deep structure borings (if needed). Additional structure borings will be required on the north side of the creek and on the south side depending on the final bridge design. A-1 TASK 4 TRAFFIC COUNTS/INTERSECTION DESIGN STUDIES • Perform 24-hour machine traffic counts for each approach leg of the following intersections: • McLean Blvd/Wing St. (3) • McLean Blvd./Royal Blvd. (4) • Perform 24-hour machine counts for pavement design ADT (1 northbound; 1 south bound) (2) • Establish peak-hour morning and afternoon traffic volumes at the above-referenced intersections and perform a 2-hour manual traffic count to determine the distribution of both the morning and afternoon peak-hour traffic. • Collect, sort, and tabulate traffic data. • Perform intersection capacity analysis on the existing McLean/Wing and McLean/Royal intersections to develop the"as is"level of service (LOS) for benchmark comparison to the improved intersection. • Develop design year (2017) traffic projections based on extrapolating existing traffic numbers,CATS 2010/2020 projections,Kane County 2020 Transportation Plan(May 1996), and the City of Elgin Transportation Study (January 23, 1991). • Perform Intersection Capacity Analysis using"Signal 94" and"Highway Capacity"software to determine design-year level of service. Evaluate results and prepare an abbreviated intersection design study(IDS)for the McLean Blvd./Wing St. intersection ad the McLean Blvd./Royal Blvd. Intersection. • The IDS for both intersections will address the interconnection of the Wing St. and Royal Blvd. Intersections. TASK 5 EVALUATE TRAFFIC CONTROL FEATURES • Conduct a field survey and inventory of existing roadway signage and pavement marking featues and conditions. • Analyze these times with respect to IDOT, City of Elgin, and MUTCD criteria. • Provide a tabulation of signage improvements. TASK 6 ROADWAY LIGHTING • Perform illumination analysis of the existing roadway and intersection. • Utilizing City of Elgin and IDOT District One Bureau of Electrical Operations criteria, develop roadway lighting concepts. A-2 TASK 7 TYLER CREEK BRIDGE CONDITION REPORT • Conduct an in-depth field inspection of the bridge superstructure and substructure including physical testing and field measurement of distressed/deteriorated areas. • Conduct an analysis of the bridge geometrics (deck geometry). • Prepare bridge condition/deterioration exhibits with dimensions of repair areas. Conduct photographic survey of the bridge superstructures and substructures. Prepare report exhibits. • Prepare and submit a written report detailing the physical condition of the bridges and discussing deficiencies that require correction. Discuss alternate and recommended methods of repair. Discuss project scope, features and cost-effectiveness of repairs. Provide a recommendation and justifications for the proposed work. • Meet with the City of Elgin to discuss review and approval of the Bridge Condition Report (BCR) and issuance of the BCR approval letter. TASK 8 PRELIMINARY BRIDGE DESIGN AND HYDRAULIC REPORT(PBDHR)BLR 5901)(IF REQUIRED) • Obtain/assemble potential structure alternates and hydraulic information on Tyler Creek crossing. • Conduct hydraulic/hydrologic analyses of proposed bridge/culvert at Tyler Creek. • Investigate floodplain and floodway encroachments. • Prepare modified/abbreviated version of bridge type, size and location(T,S, & L) drawings. • Prepare and assemble Form BLR 5901 attachments. • Copy and submit Form 5901. • Meet with City of Elgin, IDOT District 1 Local Roads (if needed) and Central Bureau of Local Roads and Streets(Bridge Unit)to discuss Preliminary Bridge Design and Hydraulic Report(PBDHR). TASK 9 ENVIRONMENTAL SURVEYS, STUDIES AND PERMITS (IF REQUIRED) This task includes the following items of work,which will only be undertaken on an as needed basis: • Wetland Delineation,Technical Report,Measures to Minimize,Identification of Mitigation Needs and Coordination with U.S. Anny Corps of Engineers. A-3 • Data Collection and Field Trips • Meetings and Administration • Prepare and submit forms,text, and exhibits for IDNR-OWR part 708/704 permit for Tyler Creek crossing. • Prepare and submit forms,text,and exhibits for a U.S.Army Corps of Engineers Section 404 permit and Illinois Environmental Protection Agency Section 401 permit(Joint Application NCR form 426). • Identify 4 f) subject parcels, if applicable. • Coordination with agencies on permit applications. • NPDES Permit preparation and application. TASK 10 PROJECT REPORTS • Summarize all data obtained to date and all analyses completed to date in a report. • Include preliminary project base sheets. • Indicate proposed recommendations for the project scope of work. • Develop and prepare 2 exhibits which indicate a preliminary sequence of construction/maintenance of traffic plan. • Pull quantities and develop a concept estimate of construction cost. • Type and assemble report. Submit three(3) copies to City for review and comment. • Meet with City officials to discuss review comments and agree on a preliminary scope of work. TASK 11 PRELIMINARY CONTRACT DOCUMENTS • Design and draft preliminary plans on CADD • Write and type preliminary specifications. • Calculate preliminary quantities and estimate of cost. • Calculate preliminary estimate of contract time. • Submit four(4) copies of preliminary contract documents to the City of Elgin. TASK 12 PRELIMINARY DOCUMENT REVIEW Meet with City of Elgin personnel to discuss,receive and finalize preliminary document review comments. A-4 TASK 13 FINAL CONTRACT DOCUMENTS • Mark-up and draft final plan revisions. • Correct and print final specifications. • Check and calculate final project quantities. • Calculate and type final estimate of cost and contract time. • Submit twenty-five (25) copies of final contract documents to the City of Elgin. TASK 14 BID EVALUATION AND RECOMMENDATION • Attend Pre-bid meeting. • Attend bid opening • Assist City in evaluating bids. • Check low bidder references and make recommendations to City regarding award. TASK 15 PROJECT ADMINISTRATION • Prepare and distribute written monthly progress reports. • Internal project team meetings. • Budget and schedule monitoring and control. • Progress meetings with City of Elgin and IDOT (as needed). • Subconsultant coordination • Project Quality Assurance Review. • Phase I Engineering - Project Closeout. A-5 ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COSTS PRELIMINARY AND DESIGN PHASE ENGINEERING CITY OF ELGIN-NORTH McLEAN BOULEVARD RECONSTRUCTION SENIOR SENIOR TASK PROJECT PROJECT SENIOR LAND ENGINEERING ENGINEERING ENGINEERING WORD TOTAL NO. TASK DESCRIPTION _ PRINCIPAL ENGINEER ENGINEER ENGINEER , ENGINEER SURVEYOR TECHNICIAN TECHNICIAN ASSISTANT PROCESSOR MANHOURS ENGINEERING TASKS 1. Proj.Coordination&Data Gathering 8 8 40 10 4 70 2. Topographic Surveys 4 12 84 180 280 3. Soil Borings 8 Subsurface Investigations 2 4 6 4 16 4. Traffic Counts/Intersection Design Studies 4 16 32 80 40 80 40 8 300 5. Evaluate Traffic Control Features 2 8 8 18 6. Roadway Lighting 2 8 40 12 62 7. Tyler Creek Bridge Condition Report 4 8 24 30 40 20 4 130 8. Preliminary Bridge Design and Hydraulic Report(PBDHR)(BLR 5901) 4 16 24 40 40 24 8 156 9. Environmental Surveys and Permits 2 8 16 36 32 20 12 6 8 140 10. Project Report 6 12 36 12 12 78 11. Preliminary Contract Documents 12 24 88 400 64 328 12 928 12. Preliminary Document Review 6 6 12 13. Final Contract Documents 2 2 8 36 16 24 8 96 14. Bid Evaluation and Recommendation 6 20 6 2 34 15. Project Administration 2 4 4 40 12 4 4 8 78 SUBTOTAL PHASEIENGINEERING 4 38 104 302 798 224 750 104 74 2,398 G'\HIGHWAYS\9726501\NMCLEAN.WK4 A-6 CITY OF ELGIN CITY OF ELGIN NORTH McLEAN BLVD. RECONSTRUCTION KASKASKIA AVE. TO ROYAL BLVD. ESTIMATE OF ENGINEERING WORK HOURS AND FEE ESTIMATED ESTIMATED TASK DESCRIPTION WORK HOURS FEE Proj. Coordination & Data Gathering 70 $4,284 Topographic Surveys 280 $13,992 Soil Borings & Subsurface Investigations 16 $1,020 Traffic Counts/Intersection Design Studies 300 $16,860 Evaluate Traffic Control Features 18 $990 Roadway Lighting 62 $3,746 Tyler Creek Bridge Condition Report 130 $7,426 Prelim. Br. Des. and Hyd.Report (PBDHR) (BLR 5901 156 $9,052 Environmental Surveys and Permits 140 $9,376 Project Report 78 $4,614 Preliminary Contract Documents 928 $53,100 Preliminary Document Review 12 $816 Final Contract Documents 96 $5,500 Bid Evaluation and Recommendation 34 $2,010 Project Administration 78 $5,348 SUB-TOTAL 2,398 $138,134 SOIL BORINGS $7,800 TRAFFIC COUNTS $810 WETLAND DELINEATION(ESTIMATE) $4,000 DIRECT EXPENSES (5% +/-) $6,907 ESTIMATE OF ENGINEERING EFFORT REQUIRED $157,651 G:\HIGHWAYS\9726501\NMCLEAN.WK4 A-7 CITY OF ELGIN Activity Scheduled Scheduled 1997 description Start Finish -F MAR APR MA 1 JU 1 JUL 1 A 1 SEN J OCT 1 NOV 1 DEC ISSUE PROJECT NOTICE TO PROCEED, MARCH 13MAR97 ' l �' I I I I PROJECT ADMINISTRATION 17MAR97 07NOV9T ,L, , M 07N9V97 .AUG97LIM I I I 0 '0 -I, - - i - v • — 31 MAR97 18APR97 ©18APR97 TRAFFIC COUNTS/INTERSECTION DESIGN 21APR97 12MAY97 3..12fulAY97 ' SOIL BORINGS AND SUBSURFACE 21APR97 02MAY97 aw —Y 2MAY97 EVALUATE TRAFFIC CONTROL FEATURES 21AP i y22APR97 ROADWAY LIGHTING CONCEPTS 21APR97 01MAY97 L7_vOi1MAY97 I I I ! t I ' - - ' : - 9 • 1 II • 1 "IP " 21APR97 28APR97 zip y28APR97 ' - • - -• - 13MAY97 23MAY97- AW23MAY97 1 I I I I I I I SUBMIT PROJECT REPORT TO CITY 23MAY97 tz> 3MAY97 1 4 I I i I i CITY REVIEW OF PROJECT REPORT 27MAY97 t%:.; ' CITY CO' • • V TY • - -• CT REPORT —OSJUN9 H try 09JUN97 I I I I I I I ' 9 • 1 '• • - - •CEED 10JUN97 PRELIM BRIDGE DESIGN AND - v • • • I 10JUN97 19JUN97 Aw19JUN971 I I I I I I I T - • ` V 1 • I - V • • l • - - V 10JUN9TT22JUL97i �22JUL9y I I i f t I I I t PRELIMINARY CON TRACT DOCUMENTS 11JUN97 06AUG97 ; ammilimmir06AI.G97 SUBMIT PR ' 1 • - ' • 1 - • •• U 06AUG97 ;t;b,06AUG97 I I I I I I i • • - V r - - r ` • - • IS I Y 1 - 07AUG97 - ' I I i I i Ib, I I I I I I I I I I • • r - 7 yr • V ` • 20AUG97 tb 20AUG9 - - V 1 • - • D• It 1 • V IV 1 AUG97 22AUG97 d22AUG9 I I I I I I I I I FINAL CONTRACT DOCUMENTS 25AUG97 05SEP97 (11,05S P97 SUBMIT FINACDOCUIUMENTS 05SEP97 �tb 05S P97 i I I I I I I ISSUE NOTICE TO BIDDERS 08SEP97 I I I I 4%5 I 1 BIDDING ASST ' 1 • • • 'MENDATIONS 15SEP97 07NOV9T 07NOV97 I OPEN BIDS 07NOV97 —; ,tb o7NbV97 I t I i I I I 'F LMAFti WPITL I I�ALY`7 LIi L ' d • • • . • Project Start 17MARS7 7 Eady Bar NMCL Sheet 1 0l Z Protect Finish O7N0V17 V Float Bar ATTACHMENT B —tints Mr- ;a AR:� J T-P re..Bar— D:- NORTH McL-EAN-BLVRECONSTRUCTION— C T bear P! Plot Date WENT —Critical Activity .ae.r+rsnac rt. O Primavera Systems,Inc. PROJECT SCHEDULE AND HISTOGRAM CO'""""O "" eoo w coretarut art tart i or N/rn.,awe.60604 T10- ---------_ .. ---.-1_..__.. I I I I x IU0- 28 I 28 I I I I I I I i I I I I I 1 I I I I I I I I I I I I I I I I I I 24 ri �24' I II II II II II II II II 1 I I20 I I I I 20. 1 1 1 1 1 11 116 I I 1 16 1 11 I i i iI„ 11 II1 1 i i i 11 1 I 1 1 1 1 I 1 1 1 . 1 ” 1 1 1 1 . I 1 j 1 1 1 1 1 1 1 I 112 1 I 1 12 1 1 1 1 1 1 I 1 1 I 1 I 1 1 1 1 I 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 I 1 1 1 1 I 1 I 1 1 8 I 1 1 1 1 8 I 1 1 1 1 I 1 1 1 1 I 1 I 1 1 I 1 1 I I I 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 I 1 1 I 1 4 1 1 1 1 1 1 1 I 1 1 1 I 1 1 1 1 I 1 I I I / I I 1 I 1 Resource/Cost Graph Legend I 4 " 0 1 .l"""1 Total of All Resources Detail scale Oft): X10 {-,y .� J-1 J r41611- y.,y}, --- Total early usage per Week(Current Estimate) Cumulative scale(right):X 100 0 I MAF kta I I j UL AUt; �Ei I dd 1 I bili Current estimate curve I99 noel 2 of 2 . . - . CRAWFORD, MURPHY & TILLY, INC. ' SCHEDULE OF HOURLY CHARGES ' EFFECTIVE JANUARY 1, 1997 . Classification Hourly Rate ` C/ed{/VVond Processor $ 38.00 | ' Technical Assistant $ 38.00 Technician $ 44.00 Senior Technician $ 60.00 Technical Manager $ 50.00 Planner $ 56.00 • Land Surveyor $ 64.00 Engineer/Architect $ 81.0O Senior Technical Manager $ 75.00 ` Senior Engineer/Architect $ 75.00 Project Engineer $ 89.00 Senior Technical Project Manager $103.00 Senior P 'ect Engineer/Architect $103.00 Principal $108.00 To the amount charged at rates shown will be added the actual cost of blueprints, supplies, transportation nd subsistence and other miscellaneous job related expenses directly attributable to the performance of services. A re tal charge will be made when flow monitoring, sampling or level recording equipment, nuclear density equipment or o er similar specialized equipment are used directly on assignment. In the event that additional services such as exploratory drilling, materials testing, aerial phobograrnnnetry, foundation studies or other specialized services are furnished to the ENGINEER by another organization, reimbursement for such services shall be at actual cost plus ten percent. � percent. If the completionof services on the project assint requires work to be performed on an overtime basis, the fee will be adjusted to include premium costs. The total liability, in the aggregate, of the ENGINEER and ENGINEER's mffiumro, diractonn, employees, agents and conau|banto, and any of them,to OWNER and anyone claiming by,through or under OWNER, for any and all i 'ur1em, claims, losses,expenses or damages arising out of the ENGINEER's services,the pjeotorthioognaemnent,incjudinQ but not limited to the negligence,errors,omissions,strict liability or breach of contract of ENGINEER or ENGINEER's officers, by ENGINEER under this agreement, or the total amount of$50,000, whichever is greater. In the event the client is unwilling or unable to limit the ENGINEER's liability in accordance with the provisions then the client agrees to pay the ENGINEER a sum equivalent to an additional amount of 4% of the total fee t be charged for the ENGINEER's services,which sum shall be a"Waiver of Limitation of Liability Charge." This ch rge will not be construed as being a charge for insurance of any type, but will be increased consideration for the greater risk. These rates are subject to change upon reasonable and proper notice. In any event this schedule will expire ansi be superseded by a new schedule on or about January 1, 1998. 97-N P Attachment K� • CONSTRUCTION SERVICES . , 1 . Liaison and Contract Control Act as the CITY's representative with duties, . responsibilities and limitations of authority as assigned in the Construction Contract Documents, and advise and confer with CITY officials during construction and issue the CITY's authorized instructions to the Contractor. Assist the Contractor in understanding the intent of the Construction Contract Documents . Serve as the City's liaison with other local, agencies such as utility companies, businesses , CITY' s on-site representative, etc . 2 . On-Site Review of Work Conduct continuous and full-time on-site observations of the work in progress to determine that the PROJECT is proceeding in accordance with the Construction Contract Documents and that completed work will conform to the requirements of the Construction Contract Documents . Instruct Contractor to correct any work believed to be unsatisfactory, faulty or defective, not conforming to the requirements of the Construction Contract Documents, or does not meet the requirements of any inspections, tests, or approval required to be made and report same to the CITY; and advise CITY of action taken or if any special testing or inspection will be required. Verify that tests are conducted as required by the Construction Contract Documents and in the presence of the required personnel, and that Contractors maintain and submit adequate records thereof; observe, record, and report to the CITY appropriate details relative to the test, procedures . Perform or cause to have performed as applicable, all required field tests such as concrete tests, soil compaction tests and ensure such tests are made as specified. Analyze the results of all field and laboratory tests to determine the suitability compliance with they requirements of the Construction Contract Documents . Accompany visiting inspectors representing public or othe agencies having jurisdiction over the project, record the outcome of these inspections and report to the CITY. Stake-out construction lines and grades and assist the Contractor with interpretation of the Drawings an4 • Specifications . D-1 ATTACHKENT D Prepare and submit detailed daily reports of construction progress . 3 . Contractor Suggestions and Requests . Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the Contractor and make recommendations to the CITY with any time or cost implications for final decision. 4 . Shop Drawings Develop shop drawing submittal requirements and assist Contractor in development of submittal schedules . Review and monitor compliance with submittal schedules . Review and approve shop drawings and samples, the results of tests and inspections and other data which any Contractor is required to submit, but only for conformancei with the design concept of the project and compliance with the information given in the Construction Contract Documents . Such review shall not be construed as relievingll the Contractor of the responsibility to meet requirements of the Construction Contract Documents . Determine the acceptability of substitute materials and equipmentll proposed by the Contractor; and receive and review ( for general content as required by -the specifications) 11 maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the Contractor(s) in accordance with the Construction Contract Documents . Record and maintain a shop drawing submittal and approvall log and notify the Contractor whenever submittals ark lacking or untimely. 5 . Schedules Prepare a final Primavera type construction schedule with the participation of the Contractor and obtain th4 Contractor's approval of the construction schedule. schedule of shop drawing submissions, and schedule oC values shall also be prepared by the Contractor and approved by the engineer. Work with the Contractor to maintain a workable updated Primavera type construction schedule that is maintained and monitored weekly as construction progresses as required by • the Construction Contract Documents . Report progress and schedule deviations and corrective measures proposed by the Contractor to the CITY. D-2 ATTACHMENT D 6 . Job Meetings Conduct weekly progress meetings with all parties as . - required by the Construction Contract Documents to review construction progress, design interpretations and overall 11 progress . Prepare, maintain, and circulate copies of 11 minutes thereof. Arrange a schedule of on-site job work meetings with the General Contractor and Subcontractors to review day-to-day requirements and problems . Prepare, 11 maintain, and circulate copies of minutes thereof. 7 . Contract Administration and Records Handle all day-to-day Contract Administration andll associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shopl drawings, and samples submissions, reproductions ofi original Construction Contract Documents including (31111 addenda, change orders, field orders, additional drawings issued subsequent to the execution of the Constructionll Contract Documents, progress reports, and * other projectl ' related documents . 8 . Reports Furnish written reports to the CITY on a biweekly basis ofl progress of the work and the Contractor's compliance with the approved progress schedule and schedule of shop drawing submissions . 9 . Contractor Pay Requests Review the Contractor' s requests for payments as construction work progresses, and advise the CITY of the amounts due and payable to the Contractor in accordance with the terms of the Construction Contract Documents . 10 . Change Orders Perform evaluation of .proposed Construction Contract Change Orders and submit recommendation for approval or denial to the CITY. Prepare Construction Contract Change Orders wheri authorized by the CITY. 11 . Government Policies Review the Contractor's compliance with governmentat mandated programs . Compliance with OSHA requirements and general safety provisions will be reviewed by ap independent safety officer retained by the Contractor aS part of the construction work. The safety officer will visit the job site periodically and will submit written reports to the CITY, Contractor, and ENGINEER. D-3 ATTACHMENT 0 • 12 . Record Drawings Prepare record drawings which show field measured dimensions of the completed construction work which the ENGINEERS consider significant and provide the CITY with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety (90) days of the PROJECT completion. 13 . Final Completion Conduct a final inspection of the PROJECT with the CITY and the Contractor, and prepare and give to the Contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the PROJECT by the CITY. Process the Contractor's final request for payment. • • • • • D-4 ATTACHMENT b