Loading...
95-27 Resolution No. 95-27 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH PAVIA-MARTING AND COMPANY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Pavia-Marting and Company for engineering services for Special Assessment Area Three improvements, . a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: February 8, 1995 Adopted: February 8, 1995 Omnibus Vote: Yeas 6 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk A AGREEMENT THIS AGREEMENT, is made and entered into this day of February, 1995, by and between the CITY OF ELGI , an Illinois municipal corporation (hereinafter referred to as "CITY" ) and Pavia-Marting and Company, and Illinois Corporation (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the preparation of plans, specifications and cost estimates for the work entitled Special Assessment Area No. 3 (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, 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 will include but may not be limited to the following major categories of engineering activities : Phase I - Preliminary Engineering Topographic Surveys Geotechnical Investigations Sanitary Sewer Investigations Storm Sewer Investigations Water Main Surveys Street Lighting Evaluation Signage Evaluation Preliminary Cost Estimate -2- Phase II - Final Engineering • Preparation of Final Plans and Specifications for Bidding • Preparation of Final Cost Estimates Phase III - Bidding • Pre-bid meeting • Bid Evaluation Recommendation for Award Meetings • Four each Neighborhood Meetings after data gathering • Four each Neighborhood Meetings after Preliminary Engineering • One City Council presentation after Preliminary Engineering • Four each Neighborhood Meetings at Pre-final Engineering • One Public Hearing at Board of Local Improvements C. A detailed Scope of Services is attached hereto as Attachment A. II. PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: . Completion of Preliminary Engineering: 6/01/95 . Completion of Pre-final Engineering 9/15/95 . Completion of Final Engineering : 10/01/95 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 . 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 -3- 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. IV. PAYMENTS TO THE ENGINEER A. For services provided the ENGINEER shall be reimbursed at the rate of 1 . 597 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed Two hundred twenty three thousand seven hundred nine ($223,709 .00) dollars 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. The only reimbursable expense authorized under this Agreement are costs related to printing. Contained in the not-to-exceed fee in paragraph A. above, is a printing allowance of two thousand ($2,000.00) dollars . C. 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. Preliminary Engineering : $120,000 . 00 Final Engineering : $ 99,709 . 00 Bidding : $ 2,000 . 00 D. A detailed fee breakdown is attached hereto as Attachment C 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. -4- 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 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 foradditional 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. 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. -5- 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. XII. 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 SX titled "Indemnification" shall be provided. B. Comprehensive Automo le Liability. The ENGINEER shallprovide, 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 -6- single limit of $1,000, 000 per occurrence subject to a $1, 000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer' s 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. 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. XIV. 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. -7- 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. 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 as 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 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. 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 -8- 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. 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 -9- 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 (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: JAMES L. KRISTIANSEN Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: DALE V. MARTING, P.E. President and Principal Engineer Pavia-Marting and Co. 910 West Lake Street Roselle, Illinois 60172-3352 -10- 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 g4By C . Dolonna Mecum Richard B. Helwi g City Clerk City Manager (SEAL) For the ENGINEER: r Dated this l/ lday of c..44- JUrk-i2- A.D. 1995. 7 ATTEST• BY A 44`4 ' /AJP1 Dale V. .sting Se , etary Pres ' .ent (SEAL) ATTACHMENT A DETAILED SCOPE OF SERVICES ATTACHMENT A2 1" . 11 '° PAVIA-MARTING & CO. Phase 1 - Preliminary Design The preliminary design phase consists of the collection of data needed for the design and preparation of construction documents, analysis of the data gathered and preparation of preliminary plans and estimates. Topographic Survey: PMC will perform a topographic survey within the project limits and adjacent front yard areas to establish the existing surface conditions. The limits of the survey will extend beyond the right-of-way to establish existing grades and provide for smooth grade transitions to the reconstructed streets. Pipe sizes and inverts will be noted. The condition of storm sewer structures will be observed to determine the extent of repairs. Based on observations from the structures, some of the existing storm sewers may be televised to further identify problems to be corrected. During the topographic survey, the field crew will note whether downspouts splash to grade or are connected to underground pipes. Information regarding the downspout connections will be forwarded to the City for follow- up. Geotechnical Investigation and Report: PMC will contract with Testing Service Corporation to perform a subsurface soil investigation and prepare a geotechnical engineering report including pavement design recommendation. The soil investigation will include soil borings at approximately 300' intervals, consisting of approximately 40 borings at a 10 foot average depth. At this depth the boring program should cover most proposed storm sewer profiles within the project. Selected pavement cores and collection of soil samples will be taken for laboratory testing. Bore holes will be backfilled and patched. Sig nage: Regulatory and advisory signage will be reviewed. The signage will be addressed as follows: Physical inventory of existing signage: An inventory of all existing regulatory and traffic warning control devices shall be performed along each roadway located within and included in the Special Assessment area. The type of information gathered for each existing traffic control device shall include but may not be limited to the following: sign type, legend, location, size, condition, mounting height and lateral clearance. Data Collection: The data collection phase of the study shall include twenty-four hour machine traffic counts conducted on each, leg of each intersection located within the Special Assessment area. Eighteen intersections are located within the Special Assessment • ATTACHMENT Al yf"—Th NI PAVIA-MARTING & CO. PROPOSED PROJECT APPROACH AND SCOPE OF WORK The Special Assessment Area No. 3 project shall be developed in three phases. Phase 1 will consist of data collection, development of design criteria and preliminary design culminating with the preparation of a project report incorporating city and public comments and concerns. Phase 2 will involve the preparation of final plans, specifications, cost estimates and construction schedule. Phase 3 will involve the construction process. The following is our project approach and scope of work. Approximately 2.2 miles of residential streets will be reconstructed. The work includes, but is not limited to, granular sub-base, BAM base course, bituminous wearing course, curbs and gutters (with ramps for handicap accessibility), selected sidewalk replacement/extension,selected driveway approach replacement, street striping, regulatory and advisory signage review and replacement, storm sewer, sanitary sewer repairs and selected watermain replacement. The following streets are included in the project: Zone I Stewart Ave IL Rt 25 to Dakota Dr Trout Ave Stewart Ave to 140 ft south Victor Ave Stewart Ave to 140 ft south Zone II Parkway Ave IL Rt 25 to Dakota Dr Victor Ave Parkway Ave to 140 ft north Trout Ave Parkway Ave to 140 ft north Zone III Elma Street IL Rt 25 to First St Luda Street IL Rt 25 to First St Preston Ave Ford Ave to Ludlow Ave Hartwell Ave Preston Ave to Ford Ct Zone IV Trout Park Blvd Sherwood Ave to IL Rt 25 Genwood Ave Sherwood Ave to IL Rt 25 Oakhill Rd Sherwood Ave to IL Rt 25 Sherwood Ave Trout Park Blvd to 335 ft south of Oakhill Rd ATTACHMENT A3 PAVIA-MARTING & CO. area. Based on the results of the count information, a functional classification of street shall be determined along with a major street or minor street designation for each intersection. Recommended Signage: Based on the results of the data collected in Phases I and II, a final report shall be generated which sets forth the recommended signage(regulatory and warning) along each street and intersection included within the Special Assessment area. Justification for each recommended traffic control device shall be in accordance with the provisions of the Illinois Manual On Uniform Traffic Control Devices (IMUTCD). Sanitary Sewers: PMC will subcontract for the televising of sanitary sewers. The subconsultant will televise existing sanitary sewers within the project limits and note damaged or leaking pipes. Sanitary sewer services will not be televised. PMC will review the notes supplemented by viewing of the TV tapes to determine recommended repairs. Repairs may include new pipe to replace damaged sections of sewer or leaking joints, installation of precast tees at break-in service connections, and other appropriate measures as deemed necessary. The • capacity of the sanitary sewer system will be reviewed based on population equivalents and resulting flows. Based on this review, PMC will make recommendations on upgrading of sanitary sewers. Storm Sewers: The City of Elgin's subdivision standard requires that storm sewers be designed using the rational method. PMC has many years experience with the rational method, however, we also have experience using ILLUDAS (modified) and X-P-SWMM. The latter two software packages offer much greater flexibility in designing and analyzing storm sewer systems when compared to the rational method. It would be the recommendation of PMC to use an alternate storm sewer design methodology for this project. PMC will design a storm drainage system to carry runoff from a 5-year storm event with overland release for higher flows. The zones east of Illinois Route 25 will discharge into a trunk sewer in Route 25. The runoff from the zone west of Route 25 will be routed to the sewer in Route 25 to the extent possible. If necessary, additional outfall solutions will be determined. The capacity of the existing sewer in Route 25 will be checked at the points of connection. The City will be informed of the results. Upgrading of the existing storm sewer to carry the added flows from the new storm sewers is not included in this scope of work. PMC understands that, if required, the upgrading would be designed and constructed as a separate project through the City of Elgin. ATTACHMENT A4 PAVIA-MARTING & CO. Watermain: Approximately 6,400 feet of eight inch watermain will be constructed to replace existing watermains. The City will identify watermain to be replaced. Where new mains are installed, new service lines and buffalo box installations at the property line will be included in the work. Street Lighting: Existing street light locations will be identified during the survey. PMC will review existing lighting and recommend locations for additional street lights. The City will contract separately for the installation of any new street light. General: PMC will prepare preliminary plans defining the proposed work. A preliminary opinion of probable cost will accompany the preliminary plans. A preliminary cost will be provided for each element of the project (I.E. watermain, sanitary sewer and streets) plus an estimate for each respective parcel. This will require the City to provide an assessment role early in the project schedule. Good communications between the City and the consultant are required to successfully complete a project of this scope and size. PMC will hold regularly scheduled meetings with the City during the course of the project to update the City on the progress of the work, address the City's questions and resolve issues that may come up. The meetings allow PMC to discuss design issues, present alternative solutions and reach agreement with the City on the best course of action. During Preliminary Design, one set of neighborhood meetings will be held for each zone (total of 4 meetings). These informational meetings will inform the individual property owners of the degree of work affecting their property. After preliminary plans and the preliminary cost estimate have been prepared, PMC will conduct one public presentation at the City Council Chambers. PMC will incorporate the comments and concerns into the preliminary package and submit a bound engineering report to the City Council. Phase 2 - Design Phase Following acceptance of the preliminary report by the City and receiving a notice to proceed, PMC will complete the design and prepare final plans, specifications and estimates for construction of the proposed improvements. Neighborhood Meetings: As the design proceeds, up to two additional sets of neighborhood meetings (two per zone) will be conducted for a total of 8 additional meetings. ATTACHMENT A5 C PAVIA-MARTING & CO. Plans, Specifications and Estimates: Final plans and specifications will be prepared in an Illinois Department of Transportation (IDOT) format utilizing the latest IDOT specifications supplemented by special provisions. The special provisions will clarify City requirements or special conditions different from IDOT standards. Where anticipated, PMC will identify locations where temporary construction easements will be required to provide transition improvements between proposed and existing conditions. The opinion of construction cost will be determined based on individual items of work and unit prices for each item. The opinion of total cost will be divided up into cost for individual properties including a public-private spread of costs. The public-private spread of costs by property will be based upon predetermined public-private cost ratio allocations furnished by the City. During the court affirmation process, PMC will be available to defend our cost estimate and distribution of costs. This is included as part of our "Not-To-Exceed" fee. Public Hearing: When the plans, specifications and estimate are essentially complete, a final public hearing, as required by Illinois statutes (ILCS), will be conducted at the City Council Chambers. The pre-final design including detailed opinion of project cost will be submitted to the City Council/Board of Local Improvement in a bound format. Corrections and modifications resulting from the public meeting will be incorporated into the final project documents prior to bidding. PMC will include a guide "Primavera" type construction schedule. The City will provide PMC with Elgin's standard bidding documents for inclusion in the final project manual. Prior to bidding, both Kane and Cook County Courts will have to confirm the Special Assessments. PMC will be available to assist the City in Court, or with court documentation, as needed on an on-call basis. These on-call services are additional services and will be invoiced separately on an hourly rate basis. PMC will provide twenty-five sets of Final Plans, Specifications and bidding documents to the City. PMC will assist the City during bidding by answering any Contractor questions and by reviewing the bids, bidder's qualifications, references and providing a recommendation to the City for awarding of the contract. PMC will provide routine coordination with utility companies, IDOT and the IEPA. PMC will assist the City in obtaining permits from the IEPA for the watermain replacement and sanitary sewer repairs (if required) and IDOT for work in the Route 25 right-of-way. • ATTACHMENT A6 ...::C4141 PAVIA-MARTING & Co. Phase 3 - Construction Phase Existing Conditions: Prior to the start of construction, PMC will videotape existing conditions throughout the work area, concentrating on private property that may be impacted by construction. Liaison and Contract Control: Act as the City's representative with duties, responsibilities and limitations of authority as assigned in the Construction Contract Documents, andadvise and confer with City officials during construction and issue the City's authorized instructions to the contractor. The City will attempt to buffer the Engineer from directly dealing with citizens during construction by providing a full-time on-site representative. The Engineer will assist the City's representative as needed. 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, residents, City's on-site representative, etc. 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 the requirements of the Construction Contract Documents. • ATTACHMENT A7 1* PAVIA-MARTING & CO. Accompany visiting inspectors representing public or other 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 and Specifications. Document construction across sewer services through the use of photographs. Require the contractor to verify that sewer services are fully functioning upon completion of construction. Prepare and submit detailed daily reports of construction progress. 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. 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 conformance 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 relieving the contractor of the responsibility to meet requirements of the Construction Contract Documents. Determine the acceptability of substitute materials and equipment proposed by the Contractor; and receive and review (for general content as required by the specifications) 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 approval log and notify the Contractor whenever submittals are lacking or untimely. Schedules: Prepare a final Primavera type construction schedule with the participation of the Contractor and obtain the Contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the Contractor and approved by the engineer. ATTACHMENT A8 PAVIA-MARTING & CO. 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. Job Meetings: Conduct weekly progress meetings with all parties as required by the Construction Contract Documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of 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, maintain, and circulate copies of minutes thereof. Contract Administration and Records: Handle all day-to-day Contract Administration and associated correspondence, reports of job conferences, shop drawings, and samples and submissions, reproductions of original Construction Contract Documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the Construction Contract Documents, progress reports, and other project related documents. Reports: Furnish written reports to the City on a biweekly basis of progress of the work and the Contractor's' compliance with the approved progress schedule and schedule of shop drawing submissions. 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. Change Order: Perform evaluation of proposed Construction Contract Change Orders and submit recommendation for approval or denial to the City. Prepare Construction Contract Change Orders when authorized by the City. The procedures for change orders shall be established with the City and its Corporate Counsel with respect to Sections 33E-9 of the Illinois Criminal Code (70 ILCS5/33E-9). Government Policies: Compliance with OSHA requirements and general safety provisions will be reviewed by an independent safety officer retained by the City or 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. ATTACHMENT A9 NI PAVIA-MARTING & CO. 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. 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. SPECIAL CONSIDERATIONS Once the design has progressed and final quantities are basically established, consideration will be given to dividing the total construction package into two or more packages, if the result is advantageous to the City. By reviewing various scenarios with the construction schedule, it will become apparent whether a single construction package or multiple packages is best. Multiple packages may also enable more contractors to bid on the work. For example, contractors that are not sophisticated enough to tackle either 2.2 miles of construction may be more than capable of a project with 1 mile of construction. ATTACHMENT B DETAILED PROJECT SCHEDULE ATTACHMENT C DETAILED FEE BREAKDOWN • ATTACHMENT Cl • ".''_::::; ATTACHMENT A- ESTIMATED HOURS, PROPOSED FEES & EXPENSES NI '>` PAVIA-MARTING & CO. PROJECT..: CITY OF ELGIN STREET IMPROVEMENTS UNDER SPECIAL ASSESSMENT #3. i DATE and TIME 23-Dec-94 AT 11:27:31 AM To PRINT-UseTOOLS- File Name/Sheet Name F:\DATA\123\PROPOSAL\ELGNSA3D.WK4 "FEES" MACRO','RUN'&select OVERHEAD RATE 1.5970 Times Salary WAS-FEES.then use I� PROFIT 15.00% on all Overhead/Wages PREVIEW/PRINTIcons !i 15.00% on all Overhead & Non-Labor Direct Expenses SUBCONSULTANT ADM. CHARGE 5.00% on Subconsultants Charges DESIGN ENGINEERING SERVICES - PHASE 2 (DS) - 1 UTILITY DATA COLLECTION AND REVIEW, R.O.W. RESEARCH AND SOIL BORING COORDINATION • EST PH-TASK DISCIPLINE HOURS CODE FIELDMAN i` 'FIELD PARTY CHIEF 3.50 DS-08 gitiV DESIGN ENGINEER PROJECT ENGINEER • gini PROJECT MANAGER 8.00 DS-08 > s PRINCIPAL ENGINEER, P.E. >.>:r Sub-Totals 11.50 2 TOPOGRAPHIC SURVEY'OF EXISTING CONDITIONS (Time based on 2.2 miles of roadway plus some off-site topo regarding storm drainage requirements. Travel time and mileage cost included - DS) EST PH-TASK DISCIPLINE HOURS CODE ' >FIELDMAN 132.50 DS-09 FIELD PARTY CHIEF 132.50 DS-09 REGISTERED LAND SURVEYOR <'.PROJECT MANAGER 20.00 DS-02 Sub-Totals 285.00, I 3 REVIEW OF T.V TAPES OF SANITARY SEWER SYSTEM [Review of T.V. tapes is based on 9,900 LF of sanitary sewer line being reviewed. This work would consist of reviewing field notations made by the • T.V.ing crew and re-checking the TV tapes at such locations that it was deemed necessary. In the case of developing a preliminary budget, we would expect to review about 1/3 of the taping (or 3,000 to 4,000 LF of sewer). - DS] EST PH-TASK DISCIPLINE HOURS CODE mi::i:lii]PROJECT ENGINEER 8.00 DS-02 PROJECT MANAGER 6.00 DS-02 'PRINCIPAL ENGINEER, P.E. 1.00 DS-02 CLERICAL 1.00 DS-06 >:.Sub-Totals 16.00 ATTACHMENT C2 ATTACHMENT A- ESTIMATED HOURS, PROPOSED FEES & EXPENSES PAVIA-MARTING & CO. 4 PREPARATION OF PRE-FINAL AND FINAL PLAN/PROFILE SHEETS AND DRAINAGE STUDY FOR ALL EXISTING RECEIVING STORM SEWERS (Does not include cover sheet, general notes, utility plan, schedule of quantities, summary of quantities, typical sections, cross sections and detail sheets. Scale of EST PH-TASK DISCIPLINE HOURS CODE < ` PROJECT DRAFTSMAN ` 600.00 DS-01 ''"''''''`' DESIGN ENGINEER 200.00 DS-02 `PROJECT ENGINEER 300.00 DS-02 inniii PROJECT MANAGER 200.00 DS-02 niiiiigi PRINCIPAL ENGINEER, P.E. 18.00 DS-02 iglia Sub-Totals 1,318.00 5 SPREAD OF COST BASED ON A GIVEN RATIO OF PUBLIC-PRIVATE FUNDING BY INDIVIDUAL PROPERTIES FOR BOTH THE PRELIMINARY AND FINAL DESIGN PHASES (It is anticipated that this work will be done on the basis of direct benefit for the improvement fronting on the property plus indirect benefit for improvements not directly fronting on the property. It is anticipated that the OWNER will provide atlases, with addresses and ownership's, to determine the property sizes and shapes for this work. It is estimated that there are 300 properties are involved in the Special Assessment- DS) i EST PH-TASK DISCIPLINE HOURS CODE in DESIGN ENGINEER 40.00 DS-02 <`<:>PROJECT MANAGER 54.00 DS-02 >'t>`':PRINCIPAL ENGINEER, P.E. 30.00 DS-02 i.iiniM CLERICAL - . ':Sub-Totals 124.00 j i 6 COURT APPEARANCE TO VERIFY OPINION OF PROBABLE COST FOR PROJECT (DS) EST PH-TASK Pipl DISCIPLINE HOURS CODE PROJECT MANAGER 6.00 DS-02 PRINCIPAL ENGINEER, P.E. > > Sub-Totals 6.00 7 PREPARATION OF CROSS SECTIONS (DS) EST PH-TASK • 0:.: DISCIPLINE HOURS CODE {i PROJECT DRAFTSMAN 50.00 DS-01 "''" DESIGN ENGINEER 40.00 DS-02 I PROJECT ENGINEER 50.00 DS-02 ill PROJECT MANAGER 10.00 DS-02 iliBlig PRINCIPAL ENGINEER, P.E. ME CLERICAL ?> Sub-Totals 150.00 . ATTACHMENT C3 I" "'`' ATTACHMENT A- ESTIMATED HOURS, PROPOSED FEES & EXPENSES NI ( •` ` PAVIA-MARTING & CO. 8 PREPARATION OF COVER SHEET, GENERAL NOTES UTILITY PLAN, SCHEDULE OF QUANTITIES, SUMMARY OF QUANTITIES AND DETAIL SHEETS (DS) EST j PH-TASK DISCIPLINE HOURS CODE liliffiiii]PROJECT DRAFTSMAN 120.00 DS-01 niiig:i DESIGN ENGINEER 16.00 DS-02 Stilliti TRAFFIC ENGINEER 8.00 DS-02 11,PROJECT ENGINEER 80.00 DS-02 legi PROJECT MANAGER 40.00 DS-02 En Sub-Totals 264.00 9 TRAFFIC COUNTS TO DETERMINE INTERSECTION CONTROL (Time shown here includes time to set mechanical counters at eight intersection to be controlled. Travel time not included. — DS) EST PH-TASK MIM DISCIPLINE I HOURS CODE ':` ?TRAFFIC ENGINEER 16.00 DS-02 11 PROJECT MANAGER 1.00 DS-02 in PRINCIPAL ENGINEER, P.E. I _it Sub-Totals 17.00 10 PRELIMINARY ENGINEERING REPORT BASED ON COMMUNITY MEETINGS AND CITY COUNCIL PUBLIC MEETING (DS) EST PH-TASK DISCIPLINE HOURS CODE '' ' PROJECT DRAFTSMAN 32.00 } DS-01 <` DESIGN ENGINEER 24.00 DS-02 i�'< TRAFFIC ENGINEER 4.00 DS-02 MO PROJECT ENGINEER 32.00 DS-02 illipli.il PROJECT MANAGER 32.00 DS-02 iiiiit (PRINCIPAL ENGINEER, P.E. 2.00 DS-02 ' 'CLERICAL 8.00 DS-06 ._ Sub-Totals 134.00 � 11 PREPARATION OF LANDSCAPE PLANS (DS) €'` EST ' PH-TASK DISCIPLINE HOURS CODE r <<PROJECT DRAFTSMAN ' :iiiDiiiii DESIGN ENGINEER ligi LANDSCAPE ARCHITECT 24.00 11 DS-02 in PROJECT MANAGER 4.00 I DS-02 <' PRINCIPAL ENGINEER, P.E. ':`s` CLERICAL I �`< <': Sub-Totals 28.00 ATTACHMENT C4 ATTACHMENT A- ESTIMATED HOURS, PROPOSED FEES & EXPENSES NI ''"°`.:( . PAVIA-MARTING & CO. 12 PREPARATION OF NOTICE TO BIDDERS, SPECIFICATIONS, SPECIAL PROVISIONS, SCHEDULE OF QUANTITIES, BID FORMS AND SPECIAL INSURANCE REQUIREMENTS (DS) Inig EST 1 PH-TASK DISCIPLINE HOURS CODE ' > DESIGN ENGINEER 16.00 DS-02 iiiiiin LANDSCAPE ARCHITECT 8.00 DS-02 ialigli PROJECT DRAFTSMAN 32.00 DS-01 laiiiii TRAFFIC ENGINEER { i PROJECT ENGINEER 40.00 DS-02 .:',. PROJECT MANAGER 40.00 DS-02 .;!.:.iiiIIIIII PRINCIPAL ENGINEER, P.E. 2.00 DS-02 i CLERICAL 32.00 DS-06 it Sub-Totals 170.00 13 PRE-FINAL ENGINEERING REPORT BASED ON INPUT FROM ADDITIONAL COMMUNITY MEETINGS AND A FINAL FORMAL PUBLIC HEARING (DS) • EST PH-TASK DISCIPLINE HOURS CODE .'i.i i'PROJECT DRAFTSMAN 16.00 I DS-01 :i DESIGN ENGINEER 8.00 DS-02 ;::TRAFFIC ENGINEER 2.00 DS-02 € M]PROJECT ENGINEER 8.00 DS-02 I::i.ORI PROJECT MANAGER 8.00 DS-02 >0 PRINCIPAL ENGINEER, P.E. 2.00 I DS-02 > CLERICAL 6.00 DS-06 Mg Sub-Totals 50.00 14 REVIEW MEETINGS WITH OWNER'S STAFF, BOLI, AND PUBLIC (Estimate 10 meetings with OWNER at 1 hr. each, 12 informational meetings with impacted property OWNERS at 3 hours each and 2 Public Hearings with Board of Local Improvements at 3 hours each during the preliminary and design phases. Travel time included - DS) EST PH-TASK DISCIPLINE HOURS CODE " "i'DESIGN ENGINEER 71.00 DS-03 PROJECT ENGINEER 71.00 DS-03 MN PROJECT MANAGER 70.00 DS-03 giiiM]PRINCIPAL ENGINEER, P.E. _ 8.00 DS-03 .. _V'Sub-TotaIs f 220.00 . ATTACHMENT C5 I" `''` ATTACHMENT A- ESTIMATED HOURS, PROPOSED FEES & EXPENSES (.'°` PAVIA-MARTING & CO. 15 ASSIST IN ANSWERING QUESTIONS DURING THE BIDDING PROCESS, REVIEW THE BIDS, REVIEW BIDDER'S QUALIFICATIONS AND REFERENCES, PREPARE A BID TABULATION AND MAKE A RECOMMENDATION TO THE BOARD OF LOCAL IMPROVEMENTS/CITY COUNCIL (DS) EST PH-TASK NAN DISCIPLINE HOURS CODE "`'"'`'"PROJECT DRAFTSMAN 8.00 DS-07 ..%.,........DESIGN ENGINEER 6.00 DS-07 1P PROJECT ENGINEER 6.00 DS-07 !A<.` PROJECT MANAGER 16.00 DS-07 `' li`PRINCIPAL ENGINEER, P.E. 1.00 DS-07 11111 CLERICAL 4.00 DS-06 ..,,..! Sub-Totals 41.00 16 VIDEO TAPING EXISTING FIELD CONDITIONS (Utilize VHS taping system - DS) 111 EST PH-TASK DISCIPLINE HOURS CODE ?i<FIELDMAN 8.00 DS-09 `f« FIELD PARTY CHIEF 8.00 DS-09 inigi PROJECT MANAGER 1.00 DS-02 r;Sub-Totals 17.00 , 17 QUALITY CONTROL—QUALITY ASSURANCE EST PH-TASK iiiiiiiiii DISCIPLINE HOURS CODE PROJECT DRAFTSMAN 40.00 ! DS-01 «`!<PROJECT ENGINEER 40.00 I DS-02 N:j Sub-Totals 80.00 I 18 PROJECT ADMINISTRATION AND COORDINATION - DESIGN PHASE (DS) >< ><> EST I PH-TASK i r= ; DISCIPLINE HOURS CODE ?.:::g PROJECT MANAGER �`> 'PRINCIPAL ENGINEER, P.E. 90.00 DS-04 >`» CLERICAL 40.00 DS-06 ""'l Sub-Total 130.00 [ I ATTACHMENT C6 r• ATTACHMENT A- ESTIMATED HOURS, PROPOSED FEES & EXPENSES \I ( PAVIA-MARTING & CO. SUMMATION OF HOURS EST. % of DISCIPLINE HOURS TOTALS HRS. FIELDMAN 140.50 4.59% FIELD PARTY CHIEF 144.00 4.70% REGISTERED LAND SURVEYOR DRAFTSMAN PROJECT DRAFTSMAN 898.00 29.33% TECHNICAL ENGINEER ARCHITECT • LANDSCAPE ARCHITECT 32.00 1 .05% ASSIST. RESIDENT ENGINEER RESIDENT ENGINEER TRAFFIC ENGINEER 30.00 0.98% DESIGN ENGINEER 421.00 13.75% PROJECT ENGINEER 635.00 20.74% PROJECT MANAGER 516.00 16.85% • STRUCTURAL ENGINEER, S.E. OPERATIONS MANAGER PRINCIPAL ENGINEER, P.E. 154.00 5.03% CLERICAL 91.00 2.97% TOTAL 3,061.50 99.99% RECAP OF FEES TOTAL HOURS 3,061.50 TOTAL SALARY COST $64,919.00 PAYROLL BURDEN, FRINGE, OVER- HEAD, INDIRECT AND FACILITY COST OF MONEY $103,676.00 SERVICES BY OTHERS $26,500.00 <- SEE APPENDIX DIRECT NON-LABOR EXPENSES <- SEE APPENDIX SUBCONSULTANT ADM. CHARGES $1,325.00 FIXED FEE PROFIT $25,289.00 12.87% TOTAL PROPOSED FEE $221,709.00 IAVERAGE HOURLY LABOR COST $21.20 /HOUR jAVERAGE HOURLY BILLING RATE $63.33 /HOUR • ATTACHMENT C7 I''•:<:':: ;: ATTACHMENT A-ESTIMATED HOURS, PROPOSED FEES & EXPENSES \1 "t'"( ' PAVIA-MARTING & CO. APPENDIX DIRECT NON-LABOR EXPENSES AND SERVICE BY OTHERS Date • 23-Dec-94 Time • 11:27:31 AM PROJECT..: CITY OF ELGIN STREET IMPROVEMENTS UNDER SPECIAL ASSESSMENT #3. To PRINT-us.TOOLS. File Name F:IDATA1123\PROPOSAL ELGNSA3D.WK4 MACRO','RUN'a sN.d Sheet Name "APPENDIX" 'A_S-APPENDIX".IMn us. PREVIEW/PRINT Icons MILEAGE CHARGED at > $0.280 /Mile Average I PHASE No. of Miles/ Total CODE Item Rnd. Trips Rnd. Trips Miles Amount (Ps,DS, CS) Data Collection $0.00 Topographic Surveys Z I $0.00 ---------Meetings (Final Design).---•-•------ W -- — - - - 0 - - - $0.00 • Soil Survey Coord. 0 °i6 $0.00 Bid Opeing------------- Q (n to $0AO --------- - - ---------- _ ___________ _______ Meeting - - w -- - F-- -- -- $0.00 _Construction Layout --� (/) _ -- $0.00 _Field Observation - 0 0 $0.00 Meetings (Construction) 0 I $0.00 ,•• MILEAGE TOTALS $0.00 OTHER DIRECT NON-LABOR EXPENSES ALL PRINTING COST WILL BE SET UP AS "REIMBURSABLE COST" Number of Sheets or Prints per set of Plans 55 <--- ENTER "NO." HERE AND PRESS "F9" No. of Sets No of Sheets or Cost per Sheet PHASE CODE Item Required Prints per Set or Print Amount (PS,DS, CS) I *BLUE LINE PRINTS (for In-Office Reviews) 0 55 $1.00 $0.00 DS *BLUE LINE PRINTS (for Submittals to the IEPA) 0 55 $1.00 $0.00 DS *BLUE LINE PRINTS (for Submittals to Utility Companies) 0 55 $1.001 $0.00 DS *BLUE LINE PRINTS (for Submittal to OWNER) 0 55 $1.00 $0.00 DS *MYLARS (for "Record Drawing" Information) 0 551 $6.00 $0.00 DIRECT NON-LABOR EXPENSES (Continued next page ) ATTACHMENT C8 ATTACHMENT A ESTIMATED HOURS, PROPOSED FEES & EXPENSES \,1 PAVIA-MARTING & CO. DIRECT NON-LABOR EXPENSES (Continued ....) No. of Sets No of Sheets or Cost per Sheet PHASE CODE Item Required Prints per Set or Print Amount (PS,DS,CS) * BLUE LINE PRINTS (Reduced size blue line prints for submittal to OWNER) 0 55 $1.00 $0.00 *XEROX COPIES (Re-production of letters, Special Provisions, Opinions of Probable Cost, Permit Applications and file documentation during planning and design phase work) 0 1 $0.10 $0.00 DS *XEROX COPIES (Re-production of letters, payouts, reports and other documentation generated during the field or construction phase) 0 1 $0.10 $0.00 *BLUE LINE PRINTS (for "Record Drawings" to OWNER and other agencies) 0 55 $1.00 $0.00 TOTAL (Non-Labor Direct Expenses) $0.00 PHASE CODE SERVICES BY OTHER • (PS, DS, CS) SURVEYING (Surveying Subconsultant) $0.00 SOIL BORINGS (Geotechnical Subconsultant) $11,000.00 DS TELEVISION OF SANITARY SEWER SYSTEM (T.V.ing Subconsultant) $9,000.00 DS — -------------- - --------- LIGHTING - DESIGN (Lighting Subconsultant) $3,500.00 DS CONSTRUCTION SCHEDULING - DESIGN (Construction Scheduling Subconsultant) $3,000.00 DS MATERIAL TESTING (Geo. Subconsultant) $0.00 CONSTRUCTION SCHEDULING - CONSTR. PHASE (Constr. Scheduling Subconsult $0.00 - - -- -----•---------------- STRUCTURAL - CONSTR. (Str. Subconsultant) $0.00 MECHANICAL - CONSTR. (Mech. Subconsultant) $0.00 MISCELLANEOUS (Quality Control Consultant) $0.00 MISCELLANEOUS ( Subconsultant) $0.00 TOTAL (Services by Others) $26,500.00 ATTACHMENT C9 ATTACHMENT A-ESTIMATED HOURS, PROPOSED FEES & EXPENSES 1I PAVIA-MARTING & CO. • EXPLAINATION OF "PHASE-TASK" CODES PHASE CODES DS - DESIGN SERVICES CS - CONSTRUCTION SERVICES PS - PLANNING SERVICES TASK CODES 01 - DRAFTING 02 - ENGINEERING 03 - MEETINGS 04 - ADMINISTRATION 05 - CONSTRUCTION ENGINEERING 06 - CLERICAL 07 - BID OPENING/BID TABS 08 - DATA COLLECTION 09 - TOPO 10 - CONSTRUCTION STAKING 11 - PROPERTY SURVEYING 12 - TRAVEL r PAVIA-MARTING & CO. 910 WEST LAKE STREET CONSULTING ENGINEERS ROSELLE IL 60172-3352 AND PLANNERS CIVIL-MUNICIPAL-TRAFFIC � (708)529-8000 FAX 894 4910 SITE DESIGN-TRANSPORTATION C C C C CITY OF ELGIN C SPECIAL ASSESSMENT C AREA NO . 3 C C C PRELIMINARY REPORT JUNE, 1995 C C C C ( f . a. PAVIA-MARTING & CO. INTRODUCTION Special Assessment Area No. 3 consists of approximately 2.2 miles of residential streets to be reconstructed. The work includes, but is not limited to, granular sub-base, bituminous base course, bituminous binder and surface courses, curbs and gutters (with ramps for handicap accessibility), sidewalk replacement, driveway approach replacement, pavement markings, regulatory and advisory signage review and replacement, storm sewer construction, sanitary sewer repairs and selected watermain replacement. The following streets, shown in exhibit 1, are included in the project: Zone I: Stewart Avenue Dundee Avenue (IL Rt 25) to Dakota Drive Trout Avenue Stewart Avenue to 140 ft. south Victor Avenue Stewart Avenue to 140 ft. south Zone II: Parkway Avenue Dundee Avenue (IL Rt 25) to Dakota Drive Trout Avenue Parkway Avenue to 140 ft. north Victor Avenue Parkway Avenue to 140 ft. north Zone III: Elma Street Dundee Avenue (IL Rt 25) to First Street Luda Street Dundee Avenue (IL Rt 25) to First Street Preston Avenue Ford Avenue to Ludlow Avenue Hartwell Avenue Preston Avenue to Ford Court Ford Court Hartwell to First Street Zone IV: Trout Park Blvd Sherwood Avenue to Dundee Avenue (IL Rt 25) Glenwood Avenue Sherwood Avenue to Dundee Avenue (IL Rt 25) Oakhill Road Sherwood Avenue to Dundee Avenue (IL Rt 25) Sherwood Avenue Trout Park Blvd to 440 ft south of Oakhill Road This submittal summarizes the Preliminary Design Phase of the project, consisting of the collection of data needed for the design and preparation of construction documents, analysis of the data collected and preparation of preliminary plans and estimates. EXISTING CONDITIONS The existing streets consist of a surface course over emulsified aggregate over a stone base. All of the streets have sidewalks in varying states of deterioration. There is some existing curb and gutter. At intersections with Dundee Avenue, the curb and gutter returns extend around the corners. At the east side of Area No. 3, the streets have one to two hundred feet of existing mountable curb and gutter, with some gutters overlaid as a result of previous paving operations. Sherwood Avenue has curb and gutter on the ma DAKOTA DR. , . EXH BIT 1 ., SPECIAL ASS= AREA \O. 3 Special Assessment Area #3 Limits VICTOF AVEBi Zone I Zone H LIw Zone III c. Zone IV a mIU HIAWATHA DR. 1:�1 ./ '11111111' . . FIRST 5T. :Nr-7 7' lik*?:..1: ,.;,,,; r• _ _ ffni t('' 3 _ ■ o ':111111 II Nu _� __,_,.,,i,.„.,,,„.,„,_. ,.,.. „N�Ef ,`;.:En All IIIIIIUIIII. '•- z, ��� . ' - a z o COLEMAN ELEMENTARY ° _=� U SCHOOL IllMii ■ „,._ :,. .._._ SHERWOOD O SCALE 1"=400' r 2 No 4 Y a 0 Tx, Q"1 PAVIA-MARTING & CO. east side, adjacent to Coleman Elementary School, and on the west side from Oakhill roacj to Trout Park Boulevard, adjacent to the carriage walk. All of the streets have sanitary sewers and watermains. Some of the sanitary sewers require repair or replacement as revealed by video inspection. A significant number of breaks have occurred in the watermain along Sherwood Avenue, Glenwood Avenue, Elma Street and Parkway Avenue. The existing watermain on Preston Avenue, Hartwell Avenue and Ford Court is only four (4) inches in diameter. There is very little existing storm sewer in Area No. 3. Numerous dry wells have been constructed by the City over the years in an effort to provide some drainage via seepage into the ground. However, these are only of limited value since they cannot accommodate large volumes of water. The existing storm drainage is primarily accomplished by overland flow to Dundee Avenue, to the west toward the river and to the eastern limit of the area. An existing sewer collects storm runoff adjacent to Coleman Elementary School on Sherwood Avenue. The intersection of Trout Park Boulevard and Sherwood Avenue drains to a ravine west of Sherwood. Runoff from Glenwood Avenue flows across Sherwood Avenue, occasionally causing flooding damage to property west of Sherwood. Elma Street, Hartwell Avenue and Ford Court have existing storm sewers. These sewers have limited collection capabilities and/or insufficient sewer capacity. The existing streets have mature trees located in close proximity to the existing pavement. Many of these trees will have to be removed as a result of the proposed construction. The streets in zones I, II and IV, with the exception of Trout Park Boulevard, have narrow rights-of-way (fifty feet wide.) Trout Park Boulevard has a one hundred foot wide right-of-way. The other streets have sixty-six (66) foot rights-of-way. The fifty foot rights-of-way will complicate construction due to the narrow working space. PROPOSED IMPROVEMENTS Attachments 1 through 6 show the proposed improvements. Attachments 1 and 2 show existing and proposed typical sections. Attachments 3 through 6 are plan views of the proposed conditions. The proposed typical section for the 2.2 miles of streets consists of thirty (30) feet wide back-of-curb to back-of-curb streets with B-6.18 curb and gutter on both sides. The proposed pavement consists of 4" sub-base granular material, 6" bituminous base course, 1 1/2" bituminous binder course and 1 1/2" bituminous surface course. C T 12a t PAVIA-MARTING & CO. Existing sidewalks will be replaced. The new walks will typically be located on each side of the street one foot inside the right-of-way. Curb depressions and ramps will be placed at all intersections for handicap accessibility. On the north side of Elma Street, Pavia-Marting & Company (PMC) recommends locating the proposed walk approximately seven (7) feet from the right-of-way in order to preserve existing trees. Along the west side of Sherwood Avenue, between Oakhill Avenue and Trout Park Boulevard, PMC recommends locating the sidewalk at the back of curb in order to save the existing trees. In both cases, the recommended sidewalk location is approximately the same as the location of the existing sidewalk. The soils investigation, consisting of 40 borings 10 feet deep and laboratory analysis of collected samples, indicated that approximately sixty percent (60%) of the streets will have to be undercut to a depth of twelve (12) inches below the subbase and the unsuitable soil replaced with porous granular embankment. Storm drainage will be facilitated by the construction of storm sewers. Approximately 8400 feet of storm sewers, ranging in size from 12" diameter to 36" diameter, and associated manholes and catch basins will be constructed. Repairs will be made to existing sanitary sewers. The work includes approximately 300 feet of spot repairs and 2100 feet of sewer replacement. Selected watermains will be replaced to improve water distribution in the area. Approximately 4700 feet of eight inch watermain is proposed to replace old or undersized mains. Existing fire hydrants will be replaced, and additional fire hydrants added to bring the coverage up to current City standards. Existing water services in the right-of-way will be replace wherever the watermain is replaced. PMC is studying existing street lighting and will be recommending new street lighting. While not part of the construction documents, the proposed lighting will be implemented via separate agreement between the City of Elgin and Commonwealth Edison Company. PRELIMINARY TRAFFIC ANALYSIS Existing Conditions The study area consists of approximately 2.2 miles of residential streets. There are eighteen internal intersections contained within the study area, and eight external intersections along Dundee Avenue (Illinois 25). Of the eighteen internal intersections, fifteen are three legged (tee) intersections, and three are four legged intersections. C C °j PAVIA-MARTING & CO. Existing Traffic Volumes Twenty-four hour machine traffic counts were conducted on each leg of the 18 internal intersections and on the residential streets at the eight external intersections with Dundee Avenue. The existing traffic volume data is shown on Exhibit 2. Existing Functional Classification Based on the results of the traffic counts, each roadway within the study area was functionally classified as a low volume local street (1 - 500 vehicles per day), local street (501 - 1,100 vehicles per day) or high volume local street (1,101 - 2,000 vehicles per day). The resulting functional classification is shown on Exhibit 3. Existing Traffic Control All external intersections with Dundee Avenue are controlled by STOP signs on the residential streets with the exception of Dundee Avenue/Luda Street which is controlled by a traffic signal. None of the internal intersections have positive control. Recommended Intersection Control The preliminary review indicates ten internal intersections qualify for positive traffic control. (See Exhibit 4). For justification purposes, 1,000 vehicles per day entering an intersection from all approaches qualified the intersection for positive control. As shown on Exhibit 4, the intersections which qualify for positive control are: Stewart Avenue/Trout Avenue (North) - STOP sign on Trout Avenue (North) Stewart Avenue/Trout Avenue (South) - STOP sign on Trout Avenue (South) Stewart AvenueNictor Avenue - STOP sign on Victor Avenue Stewart Avenue/Dakota Avenue - STOP signs on Dakota Avenue First Street/Elma Street - STOP sign on Elma Street First Street/Luda Street - STOP sign on Luda Street First Street/Ford Avenue - STOP sign on Ford Avenue First Street/Ford Court - STOP sign on Ford Court Ludlow Avenue/Preston Avenue - STOP signs on Ludlow Avenue Trout Park Blvd/Sherwood Avenue - STOP sign on Sherwood Avenue Additional Signage A sign inventory of all other existing traffic control devices has been completed. The inventory contains sign location, side of street, direction sign faces, lateral distance, description or legend, Illinois Manual on Uniform Traffic Control Devices (IMUTCD) number, size, reflectivity, condition, mounting height, and the number, type and condition of mounting posts. The existing sign inventory and recommendations for C roll PM WI roll roll roll roll roll r°11 r—ii tom" lo°11 rims rim rim ram min roll re, /,00 we 1320 TROUT PARK BLVD. 1720 al 0 G p ... 1410 1390 1350 STEWART AVE. 1360 1350 1150 660 100 390 GLENWOOD AVE. 5300kli=:= /-9 7 / rn 570 500 430 PARKWAY AVE. 390 390 290 470 OAKHILL RD. 670 _ _ _ las I - g 0 m 2050 ELMA ST. pcr)= m r �o �FIIIII "'ki 1300 - - ELMA AVE. OAKHILL RD. 290 o M o ,— al 8O i?�1111111111.� MI r Z27 z ti 630 LUDA ST. 570 _- 7 ion... D m MIEN • CI) 670 FORD AVE. _- Mil"' 111111111111VMMil o 1470 I ' I O � 1111111111y° ME �" -1x HARTWELL AVE. , 1112 � 250 - AJ T -gym D — s -11 L— uU WINN _- n 1280 270 LUDLOW AVE. N rII MI o I III II I I I I o o ( CONGDON AVE. �--�-1 CnI I/ ' J I / 11 DAKOTA DR. 1S1 /I EX — IBT 3 F, \CTIO \AL CLASSIFICATIO\ I 1 -500 Low Volume Local Street I 1 .z . 501 -1100 Local Street I == 1 1101 -2000 High Volume Local Street 3 w i_ I i I HIAWATHA DR. 11111111111 1 _- 'HIH_FlRST Si. 1&.° r I MIEN INININNI MINN . i IN V __ N ! MIEN E min i 3 --_________----N.__ NINE 111111111111 - MEM MENU - 111111111111 ___________, um .. .1.. PRESTON AVE. DUN!'' EE (,t ?s�� Imumi,,'I,''' Y q me a I COLEMAN , Z I 0 , . --' r ELEMENTARY SCHOOL / 41 SHERWOOD AVE. I IIIIEl iii o Imo a a SCALE t"=400' x Y 0 • lt • DAKOTA OR. — I�II _X H 13 I T 4 - �� I \TE�SECTIO\ CO\TOE MIIIIIIIIIM� O Existing STOP Control .: I. • Recommended STOP Control I O Existing Traffic Signal W I MN __ Mil I I 1=11HIAWATHA DR. • __ 11111111111 I III.III. • or• • Fl4ST ST. "WO OEM MIME= 4. iiiW I _ I MN ° III. .= ` a o ==. 0 J 1 \ 0 aim ______ • 0 111•11111 • PRESTON AVE. � II�� OuNOEF "In,-,VA Ave. 0 111144 ., IP g COLEMAN ELEMENTARg Y Z SCHOOL IFP / 1111.1111 SHERWOOD AVE. IP la Ell ■ SCALE 1"=400' .. J I ess al , i x 0 me r PAVIA-MARTING & CO. ' modifications to existing signage and/or installation of new signs will be set forth in the final report following consultations with City of Elgin officials. ' ALTERNATES Pavia-Marting & Company has prepared two alternates for consideration by the City. The first is an alternate configuration for Trout Park Boulevard. The second is an alternate configuration for the intersection of Sherwood Avenue with Trout Park Boulevard. These alternates are shown in Attachment 7. The alternate configuration for Trout Park Boulevard consists of the addition of a sixteen (16) foot wide center median. The pavement on either side of the median is twenty-four feet wide. Openings have been left in the median at selected locations to provide access to the residences along the boulevard and to facilitate usage of the tpark. The creation of a "boulevard" will more than double the cost of reconstructing the street without the center median. The alternate configuration for the intersection of Sherwood Avenue and Trout Park Boulevard is based on the existing traffic pattern. Most of the traffic on Trout Park Boulevard originates from, or continues on through to, Duncan Avenue. The Alternate configuration encourages this traffic pattern. The configuration shown on the plan (Attachment 6) encourages neighborhood traffic while making it more inconvenient to continue west to Duncan Avenue. There is no significant difference in cost for the two configurations of the intersection. ' PRELIMINARY ESTIMATE OF PROBABLE CONSTRUCTION COST PMC has prepared an estimate of probable construction cost based on the preliminary plans. The cost estimate factors in the estimated beginning and end of proposed construction by including an adjustment in cost based on the Engineering News-Record Construction Cost Index. A ten (10) percent contingency is included. The estimate of probable construction cost is $3,971,029.00. Refer to exhibit 5 for the detailed estimate. I 1 1 i 7) PAVIA-MARTING & CO. I EXHIBIT 5 PRELIMINARY OPINION OF PROBABLE PROJECT COST SPECIAL ASSESSMENT AREA No. 3 IElgin, Illinois Date ,:ost index 12 Month increase I ENR Constr.Cost Base Index& % change for last 12 Mo. 15-May-95 $5,432.86_ 0.50% File Name...:FADATA1123125261PREL-EST.VVK4 Time..: 01:15:32 PM Date..: 15-Jun-95 ITEM ITEM I ESTIMATED 1 UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT I 1 EARTH EXCAVATION 2 EMBANKMENT CU YD Cu YD 33,523.0 431.0 $12.00 $12.00 $402,276.00 $5,172.00 3 TRENCH BACKFILL CU YD 8,027.0 , $20.00 $160,540.00 I 4 POROUS GRAN. EMBANKMENT,SUBGR. CU YD 8,369.0 $20.00 5 GEOTECHNICAL FABRIC (GR STAB) SQ YD 26,297.0 $1.00 $167,380.00 $26,297.00 6 SUBBASE GRANULAR MATERIAL,4" SQ YD 40,727.0 $4.00 $162,908.00 7 BITUMINOUS MATERIALS(PRIME COAT) GAL 7,196.0 $1.00 $7,196.00 I 8 AGGREGATE(PRIME COAT) TON 73.0 9 BITUMINOUS BASE COURSE, 6" SQ YD 35,787.0 $20.00 $1,460.00 $10.00 $357,870.00 BITUMINOUS CONCRETE BINDER TON 3,060.0 $28.00 $85,680.00 10 COURSE MIXTURE B,TYPE 2 I 11 BITUMINOUS CONCRETE SURFACE COURSE, MIXTURE D, CLASS I,TYPE 2 TON 3,060.0 $29.00 $88,740.00 COMBINATION CONCRETE CURB AND 1 12 GUTTER,TYPE 66.18 FOOT 23,285.0 $9.00 $209,565.00 COMBINATION CONCRETE CURB AND 13 FOOT 377.0 $12.00 $4,524.00 GUTTER,TYPE 66.24 I 14 CONCRETE CURB,TYPE B6 FOOT 22.0 $10.00 $220.00 15 BITUMINOUS SURFACE REMOVAL SQ YD 400.0 $3.00 $1,200.00 16 SIDEWALK REMOVAL SQ FT 90,284.0 $1.50 $135,426.00 17 CURB AND GUTTER REMOVAL FOOT 4,444.0 $5.00 $22,220.00 I 18 PCC DRIVEWAY PAVEMENT-6" SQ YD 3,805.0 $26.50 19 COMPOSITE DRIVEWAY PAVEMENT- 10" SQ YD 1,400.0 $18.00 $100,832.50 $25,200.00 20 PCC SIDEWALK-5" SQ FT 90,723.0 $3.00 $272,169.00 I 21 STORM SEWERS, 12" FOOT 2,442.0 $25.00 $61,050.00 22 STORM SEWERS, 15" FOOT 995.0 $27.50 $27,362.50 23 STORM SEWERS, 18" FOOT 1,618.0 $30.00 $48,540.00 24 STORM SEWERS,24" FOOT 1,264.0 $35.00 $44,240.00 I 25 STORM SEWERS,30" FOOT 1,234.0 $40.00 $49,360.00 26 STORM SEWERS,36" FOOT 789.0 $45.00 $35,505.00 CATCH BASINS,TYPE A,4'DIA,WITH I " FRAME AND GRATE EACH 51.0 $1,450.00 $73,950.00 28 CATCH BASINS,TYPE A,5' DIA,WITH FRAME AND GRATE EACH 4.0 $1,600.00 $6,400.00 CATCH BASINS,TYPE C,2'DIA,WITH I 29 FRAME AND GRATE EACH 101.0 $800.00 $80,800.00 MANHOLES,TYPE A,4' DIA,WITH FR&CL EACH 46.0 $1,200.00 30 $55,200.00 31 MANHOLES,TYPE A,6' DIA,WITH FR&CL EACH 1.0 $3,000.00 $3,000.00 I 32 STORM MANHOLES TO BE ADJUSTED EACH 33 CONCRETE HEADWALL EACH 21.0 $400.00 $8,400.00 1.0 $1,000.00 $1,000.00 34 SANITARY MANHOLES TO BE ADJUSTED EACH 23.0 $400.00 $9,200.00 35 SANITARY MANHOLES TO BE REPLACED EACH 11.0 $2,000.00 $22,000.00 I36 SANITARY SEWER REPAIR FOOT 300.0 $87.00 $26,100.00 I PAVIA-MARTING & CO. EXHIBIT 5 IPRELIMINARY OPINION OF PROBABLE PROJECT COST SPECIAL ASSESSMENT AREA No. 3 I Elgin, Illinois Date Cost Index 12 Mond,Increase ENR Constr. Cost Base Index & % change for last 12 Mo. 15-May-95 $5,432.86 0.50% I File Name...:F:IDATA1123125261PREL-EST.WK4 Time..: 01:15:32 PM Date..: 15-Jun-95 ITEM ITEM ESTIMATED UNIT NO. DESCRIPTION , UNIT QUANTITY PRICE AMOUNT I 37 SANITARY SEWER REPLACEMENT FOOT 2,100.0 $50.00 $105,000.00 38 ADJUSTING SANITARY SEWERS,8" FOOT 1,400.0 $40.00 $56,000.00 DIAMETER OR LESS 39 WATERMAIN,8 INCH DUCTILE IRON PIPE FOOT 4,670.0 $30.00 $140,100.00 I 40 VALVE-8", IN VALVE VAULT,TYPE A,4' EACH 11.0 $1,725.00 $18,975.00 DIAMETER,TYPE 1 FRAME, CLOSED LID 41 WATER SERVICE,SHORT EACH . 52.0 $750.00 $39,000.00 I 42 WATER SERVICE, LONG EACH 59.0 $1,100.00 $64,900.00 43 FIRE HYDRANT, COMPLETE EACH 40.0 $1,900.00 $76,000.00 44 CONNECTIONS TO EX.WATERMAIN EACH 15.0 $500.00 $7,500.00 45 VALVE VAULTS TO BE ADJUSTED EACH 24.0 $300.00 $7,200.00 I46 FURNISH AND PLACE TOPSOIL,4" SQ YD 26,700.0 $1.50 $40,050.00 47 SODDING, SPECIAL SQ YD 26,700.0 $2.50 $66,750.00 48 TRAFFIC CONTROL AND PROTECTION L SUM 1.0 $50,000.00 $50,000.00 I 49 SIGNAGE AND PAVEMENT MARKINGS L SUM 1.0 $10,000.00 $10,000.00 50 EROSION CONTROL(PERMANENT) L SUM 1.0 $100,000.00 $100,000.00 I r I rPLEASE NOTE.: BOLD figures can be revised and Sub-Total $3,570,458.00 will automatically Adjust Project Totals Contingency at 10.00% $357,046.001 Adjustment for prior ENR Rate I ENTER ESTIMATED BEGINNING AND ENDING Changes for Period of Constr. DATES OF PROPOSED CONSTRUCTION--> 01-May-97I 01-Nov-971 $43,525.00 It Construction Total 1 $3,971,029.00 I