Loading...
95-33 Resolution No. 95-33 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CRAWFORD, MURPHY AND TILLY 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 Crawford, Murphy and Tilly for the preparation of plans, specifications and cost estimates for the Slade/Dundee intersection improvements , a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: February 22 , 1995 Adopted: February 22 , 1995 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk , Agenda Item No . T February 2 , 1995 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Engineering Agreement for Slade/Dundee Intersection Improvements ( ST27b) PURPOSE The memorandum will provide the Mayor and members of the City Council with information to consider entering into an 41` agreement for professional services with Crawford, Murphy and Tilly for the development of plans , specifications and cost estimates for the Slade/Dundee Intersection Improvements . BACKGROUND As a cooperative effort between the City of Elgin and Sherman Hospital , Slade Avenue will be improved from Dundee Avenue to Center Street. The improvement has been divided into two components , one being the improvement of Slade from Dundee Avenue to Center Street and the second component being the Slade/Dundee Intersection Improvements . The improvements to Slade Avenue from Dundee to Center will be accomplished by preparing contract documents in-house with the Hospital providing details and specifications relative to their design features and streetscape. The construction will also be a cooperative effort, utilizing in-house staff to inspect the typical resurfacing type improvements while the Hospital will provide personnel to inspect their design features . This portion of the project will be let in mid-February with a likely April 12 , 1995 bid award by City Council . A notice to proceed for construction will be issued on July 3, 1995 . The Slade/Dundee Intersection Improvements will be designed using outside services . The intersection will be redesigned to provide larger turning radii, skid resistant pavement, new curb and gutter and new traffic signals . The existing and projected traffic flow will be evaluated to determine the need to provide additional turn lanes without obtaining additional right-of-way. Additionally, the intersection of Hill Avenue and Slade Avenue will be eliminated by constructing a Mayor and Members of City Council February 2 , 1995 Page 2 cul-de-sac on Hill Avenue at Slade Avenue . Location maps have been attached as Exhibit A for your information. This portion of the project will be bid in late April with a likely award by City Council on June 28 , 1995 . A mid-July 1995 notice to proceed for construction is anticipated. On November 17 , 1994 Requests for Proposals (RFP) were issued to four engineering firms , with proposals received back from all four firms . A copy of the RFP issued by the City is provided as Exhibit B. A staff Selection Committee evaluation of the four proposals received was conducted on January 6 , 1995 . The Selection Committee recommended that Crawford, Murphy and Tilly (CMT) be selected to provide the subject engineering services . A copy of the record memorandum of the meeting is provided as Exhibit C . The proposed agreement for engineering services with CMT in the not-to-exceed amount of $30, 916 . 00 was negotiated on January 12 , 1995 and is attached. Our budget estimate for the engineering services was $35 , 000 . 00 . The proposed agreement with CMT for engineering services on the Slade/Dundee Intersection Improvement is provided as Exhibit D. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED A public meeting was held at Sherman Hospital on October 26 , 1994 at 7 : 00 p.m. to discuss the construction of a cul-de-sac at the south end of Hill Avenue at Slade Avenue, closing Hill Avenue at Slade Avenue . See the preliminary intersection design within Exhibit A. Property owners on both sides of Hill Avenue, from Slade Avenue to Cooper Avenue, were invited to the meeting. Two property owners attended the meeting at which the preliminary intersection design was presented. The consensus of the property owners present, was favorable towards the construction of the cul-de-sac . FINANCIAL IMPACT The final not-to-exceed engineering services fee is $30, 916 . 00 . The scope of work, found within the proposed agreement, Attachment A, includes language relative to construction observation. The negotiated fee, however, does not include construction observation services . When the plans and specifications and the final estimate of probable cost are complete, the fee for construction services will be Mayor and Members of City Council February 2, 1995 Page 3 negotiated with CMT and added to the proposed agreement by change order. Monies have been included in the 1995 budget from the 1995 bond issue planned to be sold on April 26 in the amount of $635,000 . 00, inclusive of the engineering service estimate of $35,000 .00 . LEGAL IMPACT None. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with Crawford, Murphy and Tilly, 600 N. Commons, Suite 107 , Aurora, IL 60504, in the not-to-exceed amount of $30, 916 . 00 for the preparation of plans, specifications and cost estimates for the Slade/Dundee Intersection Improvements . spectfully submitted, G1C ,4 / James L. Kristiansen Public Works Director Richard B. Helwig City Manager DL/do ew- EXHIBIT A SLADE/DUNDEE INTERSECTION IMPROVEMENT LOCATION MAP SLADE / DUNDEE o INTERSECTION IMPROVEMENT 1p � \ ` r A NORTHWEST TOLLWAY l 1 � f l t LO 1 l ___J Q W 20 O W vi Q Q CONGDON AVE. z 4 J U J z = 7 _OCATION 0 - _ SLADE AVE. ,' OA �� r N ` 0 ~ Z cr O r Nw i" _ 900'+ ,V a T rc J k Q .)� 0 SUMMIT ST. RT. 58 1 141 I ul / / r.Ext5TN1 AE%tSTNG DRIVEVlAY i EXISTING/ /RO.W /— i / 44T), ShHer �n ' . � PARKING LOT /o 1 ✓ 1 1 ' I ALL SHADE TREE 1 / / / / lip. 1 Inwet leo.erg / \ ORNAMENTAL TREES ■ j, `I;1111A. 1•�t:14 OI/.® ��/ �e / GAS NX l li �.—� 4 \. f° - - '000 ® 4)/ Q',. CLARK STATION 1141 AryNUAlS/GROVNDCOVER ,���','j TVRE I �® �/ / / it',.ice.. 1 / / NW. J(T LOCATION iEQ`,`T�It _ �A® / III ALTERNATE ENTRANCE 11 j:.. •fAy/({;r 4hbn \ I� j –PmentW AWv— _ ® '3•� ® ® / / _ :.>?.^:r:r••:'•?;a.:; - •+ci.� PelenlNl AWukNbn °�•!ti'•k`°ic''#;2.3"`.14e 111.11Pit !>.•��1''?�Y:'{; ....: i.:'A' "' ORNAMENTAL TREES 1 \ .. � i� h��l�.��'_��tl�di%j—���,;��� A�XALS/GROUNDCOVER PLANTING,ai lP,.i ;;; Y ::C ®01':;::'::fir;;. ..::vi;';"YYiia:`: SLA _—Aabgillik. — — — — —)AVE ailittabiff ....,-...::;mgolp,::::,„1:7c1,7 • /�•� vERGREEN.Hales a-0.. . NA, ® ':::.• 14 / f e ) _____(±) ..._ __.•.__ __„____,_,........ _____ _ \r,titiu:;,--_. ORNAMENTAL TREES ,e \.,Neri�C' �WI / N( MONUMENT •: J-j411,,. /11 MO . ENT1tA �\� Lj�:�. y d•y. lliN ea /'fir 1 /f1 �� 'M1 w� / / �� • Potential Acquisition , dF T °`""""G ' tm *. / / Q (����,l..•,_ 4. AMINUAIS/GROIRIa�R [111��j,` • 1 .-y 1.1� . I /, 7/? .• SHADE TREE �•• c•If , `';�4 �i PARKING LOT ® V /t5' /11p7/ OF :�,,, tI TERSECTION' ( • ti- .xt- SUBTLE6ERN IN / / ;_ = a DE AVE. & IL. RT' /_ , SLA ENTRANCE MONUMENT / / //1 i .r,4 M 1!.._.0 5 10 THOMPSONDYKE&ASSOCIATES,LTD: T St"."'"Mp .n.40.0oa.01 O.MOS ,..,,,rt 1Y NO.IMMS _ � "----- AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this A&day of _ ,1 , 1995, 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 Slade Avenue/Dundee Avenue Intersection Improvements. (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 construction of Slade Avenue/Dundee Avenue Intersection Improvements including data collection, accident analysis, capacity analysis of existing and proposed improvements, construction plans, and contract documents. ENGINEER will also apply 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 A. 95265-01 1 City of Elgin II. PROGRESS REPORTS A. An outline project milestone schedule is provided herein: Assume: February 9, 1995 Notice to Proceed Preliminary Phase: February 13, 1995 - March 17, 1995 Design Phase: March 20, 1995 - April 14, 1995 Bidding Phase: April 17, 1995 - May 12, 1995 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. 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, 1995, included as Attachment B, with the total fee not to exceed $29,708.00 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 $1,208.00, and will include the following: 95265-01 2 City of Elgin Travel & Substinence = $298.00 Printing & Photos = $650.00 Traffic Surveys, Inc. _ $260.00 C. Inclusive of Paragraph IV A. and IV B., this Agreement shall be in the total amount not to exceed $30,916.00. 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. 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. 95265-01 3 City of Elgin 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. 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. 95265-01 4 City of Elgin 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 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. 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. 95265-01 5 City of Elgin 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. 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 and the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment relationship between the parties hereto. 95265-01 6 City of Elgin 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 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. 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. 95265-01 7 City of Elgin 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; 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: 95265-01 8 City of Elgin 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: P.J. FITZPATRICK Crawford, Murphy & Tilly, Inc. 600 North Commons Drive, Suite 107 Aurora, Illinois 60504 95265-01 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 21—" --- By • • Loni Mecum, City Clerk Richard B. Helwig, City Manager (SEAL) For the ENGINEER: Dated this day of , A.D., 1995. ATTEST: ti _.A •_ ,f_ - 'I By By i4414# Secretary President (SEAL) 95265-01 10 City of Elgin CITY OF ELGIN SLADE AVENUE/DUNDEE AVENUE INTERSECTION IMPROVEMENTS DETAILED SCOPE OF SERVICES ATTACHMENT A Preliminary Phase 1. Coordinate and conduct a kick-off meeting with the City and interested parties. 2. Inventory existing conditions: a. Observe and photograph project area. b. Perform topographical surveys to establish horizontal and vertical control, right-of-way (ROW) verification, and utility locations. c. Perform 24 hour machine traffic counts at 4 approaches of the intersection to determine the peak hour. (Performed by Traffic Surveys, Inc.) d. Perform manual traffic counts at the a.m. and p.m. peak hours including the one hour preceding the peak hour and the one hour following the peak hour. e. Record existing traffic patterns and volumes. f. Inventory existing signage. g. Identify R.O.W. constraints and adjacent property/business ownership. h. Record unique constraints (i.e.-poor light levels, landscape effects, etc.). i. Contact utility companies for verification of facilities. j Identify/review traffic projections for the design year (2010). 3. Perform intersection capacity analysis(using Highway Capacity Manual Software) with peak hour traffic counts to determine level of service in its present condition. Evaluate results and prepare summary for review by the City. 4. Meet with City to discuss results in present condition/Develop need to determine if analysis will be required for design year conditions/Develop acceptable levels of service. 5. Perform intersection capacity analysis with design year conditions. 6. Discuss results with City. 7. Develop feasible alternatives (including order of magnitude costs) to meet required level of service including, but not limited to: 95265-01 1 Attachment A a. Traffic Signal Modifications not involving lane usage changes or pavement widening. b. Traffic Signal Modifications involving lane usage changes and/or pavement widening which will involve land acquisition. 8. Meet and discuss results with City to decide selected alternative. Design Phase 1. Prepare preliminary plans and probable cost estimate for the selected alternative (including Hill Avenue cul-de-sac). Submit to City for review. Also submit to outside agencies as required, i.e. utility companies. 2. Review meeting with City to address comments. 3. Prepare re-final plans, specifications, probable cost estimates and bidding documents for selected alternative. Submit to City. 4. Review and address all comments from City and outside agencies. 5. Prepare final plans, specifications, probable cost estimates and bidding documents. Bidding Phase 1. Provide City with 20 sets of plans, specifications and bidding documents. 2. Administer distribution of bid documents to interested contractors. 3. Provide assistance to City and/or provide clarification to contractors during bid process. 4. Prepare/distribute addenda as required. 5. Attend bid opening. 6. Review bids for recommendation to City. 95265-01 2 Attachment A 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 the requirements of the Construction Contract Documents . 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 . 3 Attachment A 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 conformance 1 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 . 11 Record and maintain a shop drawing submittal and approval log and notify the Contractor whenever submittals are lacking or untimely. 11 5 . 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. 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 11 schedule deviations and corrective measures proposed by the Contractor to the CITY. I I Attachment A 4 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 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, 1 maintain, and circulate copies of minutes thereof. 7 . Contract Administration and Records Handle all day-to-day Contract Administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples 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 . 8 . 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 . 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 11 Perform evaluation of proposed Construction Contract Change Orders and submit recommendation for approval or denial to 11 the CITY. Prepare Construction Contract Change Orders when authorized by the CITY. 11. Government Policies Review the Contractor' s compliance with governmental mandated programs . Compliance with OSHA requirements and general safety provisions will be reviewed by an 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. I5 Attachment A J. 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. l I I I I I I I 11 6 Attachment A CRAWFORD, MURPHY & TILLY, INC. SCHEDULE OF HOURLY CHARGES EFFECTIVE JANUARY 1, 1995 Classification Hourly Rate Engineering Assistant $ 36.00 Clerk/Word Processor $ 36.00 Engineering Technician $ 42.00 Senior Engineering Technician $ 56.00 Planner $ 52.00 Land Surveyor $ 60.00 Engineer $ 59.00 Senior Architect $ 70.00 Senior Engineer $ 71.00 Project Engineer $ 83.00 Senior Project Architect $ 98.00 Senior Project Engineer $ 98.00 Principal $103.00 To the amount charged at rates shown will be added the actual cost of blueprints, supplies, transportation and subsistence and other miscellaneous job related expenses directly attributable to the performance of services. A rental charge will be made when flow monitoring, sampling or level recording equipment, nuclear density equipment or other similar specialized equipment are used directly on assignment. In the event that additional services such as exploratory drilling, materials testing,aerial photogrammetry,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. If the completion of services on the project assignment 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 officers, directors, employees, agents and consultants,and any of them,to OWNER and anyone claiming by,through or under OWNER,for any and all injuries, claims, losses, expenses or damages arising out of the ENGINEER's services, the project or this agreement, including but not limited to the negligence, errors, omissions, strict liability or breach of contract of ENGINEER or ENGINEER's officers, directors, employees, agents or consultants, or any of them, shall not exceed the total compensation received 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 set forth, then the client agrees to pay the ENGINEER a sum equivalent to an additional amount of 4% of the total fee to be charged for the ENGINEER's services, which sum shall be a "Waiver of Limitation of Liability Charge." This charge 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 and be superseded by a new schedule on or about January 1, 1996. NP Attachment B CRAWFORD, MURPHY &TILLY, INC ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST 01/24/95 CONSULTING ENGINEERS PROFESSIONAL ENGINEERING SERVICES EST.BY: PJF AURORA, IL CITY OF ELGIN DUNDEE AVE./SLADE AVE. INTERSECTION IMPROVEMENTS PROJECT TOTAL l SENIOR SENIOR PROJECT SENIOR SENIOR LAND SENIOR ENGINEERING CLERK/ TASK COST TASK PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER ARCHITECT ENGINEER SURVEYOR PLANNER ENGINEERING TECHNICIAN ENGINEERING HOUR ENGINEER _ARCHITECT TECHINCIAN_.,. AIDE SUMMARY TASK 1. 4 30 106 20 96 0 258 $13,868 2. 5 19 120 0 112 12 268 $13,980 3. 0 0 24 0 8 3 35 $1,860 4. 0 $0 5. 0 $0 6. 0 $0 7, 0 $0 8. 0 $0 9. 0 $0 10. 0 $0 11. 0 $0 12. 0 $0 13. 0 $0 14. 0 $0 IV 15. 0 $0 16 0 $0 17 0 $0 18. 0 $0 19. 0 $0 20. 0 $0 21. 0 $0 22. 0 $0 23. 0 $0 24. 0 $0 25. 0 $0 MANHOUR' 0 0 0 9 49 0 250 0 0 20 216 15 559 $29,708 TOTALS FEE SCHEDULE AS OF 1/1/95 DIRECT EXPENSE PRINCIPAL OF FIRM $103 per hour= $0 TRANSPORTATION&LODGING $298 SENIOR PROJECT ENGINEER $98 per hour= $0 PRINTING $850 D SENIOR PROJECT ARCHITECT $98 per hour= $0 SUPPLIES&MISC .art PROJECT ENGINEER $83 per hour= $747 COMPUTER S SENIOR ENGINEER $71 per hour= $3,479 TRAFFIC SURVEY,INC $260 3 SENIOR ARCHITECT $70 per hour= $0 7 ENGINEER $59 per hour= $14,750 rt LAND SURVEYOR $60 per hour= $0 TOTAL DIRECT EXPENSE ESTIMATE $1,208 W PLANNER $52 per hour= $0 SENIOR ENGINEER ING TECH. $56 per hour= $1,120 TOTAL LABOR EXPENSE ESTIMATE $29,7081 ENGINEERING TECHNICIAN $42 per hour= $9,072 ENGR.ASST/CLERK/WORD PROCESSOR $36 per hour= $540 TOTAL LABOR ESTIMATE $29,708 TOTAL ESTIMATED ENGINEERING COST $30,91611 CRAWFORD, MURPHY&TILLY, INC ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST 01/24/95 . CONSULTING ENGINEERS PROFESSIONAL ENGINEERING SERVICES EST.BY: PJF AURORA, IL CITY OF ELGIN DUNDEE AVE./SLADE AVE. INTERSECTION IMPROVEMENTS PRELIMINARY PHASE SENIOR SENIOR PROJECT SENIOR SENIOR LAND SENIOR ENGINEERING CLERK/ TASK COST TASK PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER ARCHttECT ENGINEER SURVEYOR , PLANNER ENGINEERING TECHNICIAN ENGINEERING HOUR „s, PER . ,_, ENGINEER ...,_,_ARCHITECT „.. ,. _TECHINCIAN , AIDE .;SUMMARY. _.. TASK 1. 4 4 8 $520 2. 2 36 20 70 128 $6,326 3. 2 4 20 6 32 $1,882 4. 4 4 8 $520 5. 4 20 4 28 $1,832 8. 4 4 8 $520 7. 2 4 14 16 36 $1,948 8. 4 4 8 $520 9. 0 $0 10. 0 $0 11. - o $o 12. 0 $0 13. 0 $0 W 14. 0 $0 15. 0 $0 16 0 $0 17 0 $0 18. 0 $0 19. 0 $0 20. 0 $0 21. 0 $0 22. 0 $0 23. 0 $0 24. 0 $0 25. 0 $0 MANHOUR' 0 0 0 4 30 0 106 0 0 20 96 0 256 $13,888 TOTALS - FEE SCHEDULE AS OF 1/1/95 DIRECT EXPENSE PRINCIPAL OF FIRM $103 per hour= $0 TRANSPORTATION&LODGING $226 SENIOR PROJECT ENGINEER $98 per hour= $0 PRINTING $50 SENIOR PROJECT ARCHITECT $98 per hour= $0 SUPPLIES&MISC PROJECT ENGINEER $83 per hour= $332 COMPUTER SENIOR ENGINEER $71 per hour= $2,130 TRAFFIC SURVEY,INC. $280 C1 SENIOR ARCHITECT $70 per hour= $0 SENGINEER $59 per hour= $8,254 3 LAND SURVEYOR $60 per hour= $0 TOTAL DIRECT EXPENSE ESTIMATE $536 CD rt PLANNER $52 per hour= $0 SENIOR ENGINEBRINGTECH. $58 per hour= $1,120 TOTAL LABOR EXPENSE ESTIMATE $13,86811 CO ENGINEERING TECHNICIAN $42 per hour= $4,032 ENGR.ASST/CLERK/WORD PROCESSOR $36 per hour= $0 TOTAL LABOR ESTIMATE $13,868 TOTAL ESTIMATED ENGINEERING COST $14,404 1 CRAWFORD, MURPHY&TILLY, INC ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST 01/24/95 CONSULTING ENGINEERS PROFESSIONAL ENGINEERING SERVICES EST.BY: PJF AURORA, IL CITY OF ELGIN DUNDEE AVE./SLADE AVE. INTERSECTION IMPROVEMENTS DESIGN PHASE SENIOR. .SENIOR PROJECT SENIOR SENIOR LAND SENIOR ENGINEERING CLERK/ T TASK COST 1 TASK PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER ARCHITECT ENGINEER SURVEYOR PLANNER ENGINEERING TECHNICIAN ENGINEERING HOUR PER ENGINEER ARCHITECT _ TECHINCIAN AIDE ,SUMMARY TASK . 1. - 2 4 56 56 6 124 $6,322 2. 4 4 8 $520 3. 2 4 40 40 4 90 $4,834 4. 4 4 8 $520 5. 1 3 16 16 2 38 $1,984 8. 0 $0 7. 0 $0 8. 0 $0 9. 0 $0 10. 0 $0 11. 0 $0 12. 0 $0 13. 0 $0 A 14. 0 $0 15. 0 $0 16 0 $0 17 0 $0 18. 0 $0 19. 0 $0 20. 0 $0 21. _ 0 $0 22. 0 $0 23. 0 $0 24. - 0 $0 25. 0 $0 MANHOUR' 0 0 0 5 19 0 120 0 0 0 112 12 288 $13,980 TOTALS FEE SCHEDULE AS OF 1/1/95 DIRECT EXPENSE ,I PRINCIPAL OF FIRM $103 per hour= $0 TRANSPORTATION&LODGING $36 SENIOR PROJECT ENGINEER $98 per hour= $0 PRINTING $171 SENIOR PROJECT ARCHITECT $98 per hour= $0 SUPPLIES&MISC PROJECT ENGINEER $83 per hour= $415 COMPUTER SENIOR ENGINEER $71 per hour= $1,349 41 SENIOR ARCHITECT $70 per hour= $0 n 3 ENGINEER $59 per hour= $7,080 (p LAND SURVEYOR $60 per hour= $0 TOTAL DIRECT EXPENSE ESTIMATE $207 0 ert PLANNER $52 per hour= $0 L Oa SENIOR ENGINEERING TECH. $56 per hour= $0 TOTAL LABOR EXPENSE ESTIMATE $13,9801 ti ENGINEERING TECHNICIAN $42 per hour= $4,704 ENGR.ASST/CLERK/WORD PROCESSOR $36 per hour= $432 TOTAL LABOR ESTIMATE $13,980 TOTAL ESTIMATED ENGINEERING COST $14,187 1 CRAWFORD, MURPHY &TILLY, INC ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST 01/18/95 CONSULTING ENGINEERS PROFESSIONAL ENGINEERING SERVICES EST.BY: PJF AURORA, IL CITY OF ELGIN DUNDEE AVE./SLADE AVE. INTERSECTION IMPROVEMENTS BIDDING PHASE SENIOR PRINCIPAL PROJECT SENIOR PROJECT SENIOR SENIOR LAND SENIOR ENGINEERING CLERK/ TASK COST TASK PROJECT ENGINEER ENGINEER ARCHITECT ENGINEER SURVEYOR PLANNER ENGINEERING TECHNICIAN ENGINEERING HOUR PER ,_,_,ENGINEER ARCHITECT TECHINCIANAIDE SUMMARY TASK 1 4 4 $168 2. 4 4 8 $404 3. 8 8 $472 4. 4 2 6 $308 5. 4 4 $236 6. 4 1 5 $272 7 0 $0 8. 0 $0 9. 0 $0 10. 0 $0 11. 0 $0 12. 0 $0 13. 0 $0 14. 0 $0 N 15. 0 $0 160 $0 17 0 $0 18. 0 $0 19. 0 $0 20. 0 $0 21. 0 $0 22. 0 $0 23. 0 $0 24. 0 $0 25. 0 $0 MANHOUR' 0 0 0 0 0 0 24 0 0 0 8 3 35 $1,860 TOTALS FEE SCHEDULE AS OF 1/1/95 DIRECT EXPENSE PRINCIPAL OF FIRM $103 per hour= $0 TRANSPORTATION&LODGING $36 SENIOR PROJECT ENGINEER $98 per hour= $0 PRINTING $429 SENIOR PROJECT ARCHITECT $98 per hour= $0 SUPPLIES&MISC D PROJECT ENGINEER $83 per hour= $0 COMPUTER Ol SENIOR ENGINEBI $71 per hour= $0 n S SENIOR ARCHITECT $70 per hour= $0 3 ENGINEBI $59 per hour= $1,416 3 LAND SURVEYOR $60 per hour= $0 TOTAL DIRECT EXPENSE ESTIMATE $485 rt CO PLANNER $52 per hour= $0 SENIOR ENGINEERING TECH. $56 per hour= $0 TOTAL LABOR EXPENSE ESTIMATE $1,860 ENGINEERING TECHNICIAN $42 per hour= $336 ENGR.ASST/CLERK/WORD PROCESSOR $36 per hour= $108 TOTAL LABOR ESTIMATE $1,860 TOTAL ESTIMATED ENGINEERING COST $2.325 SUPPORTING DOCUMENTATION FOR ENGINEERING PROPOSAL SLADE AVENUE/DUNDEE AVENUE INTERSECTION IMPROVEMENTS CITY OF ELGIN ESTIMATE OF MANHOURS PRELIMINARY PHASE Task 1 Project Kick-off Meeting CLASSIFICATION ESTIMATED MANHOURS Senior Engineer = 4 hours Engineer = 4 hours 8 hours Task 2 Inventory Existing Conditions Item A Engineer = 8 hours 8 hours Item B Sr. Engineer Tech. 2-10 hour days = 20 hours 2-Engineering Tech. 2-10 hour days = 40 hours 60 hours Item C No manhours scheduled. Item D 2-Engineering Tech. 1 day = 16 hours 16 hours 95265-01 6 Attachment B Item E Engineer = 6 hours Engineering Tech. = 4 hours 10 hours Item F Engineering Tech. = 4 hours 4 hours Item G Engineer = 8 hours Engineering Tech. = 4 hours 12 hours Item H Engineer = 4 hours Engineering Tech = 2 hours 6 hours Item I Engineer = 4 hours 4 hours Item J Sr. Engineer = 2 hours Engineer = 6 hours 8 hours Task 3: Capacity Analysis (Existing Intersection) Proj. Engineer = 2 hours Sr. Engineer = 4 hours Engineer = 20 hours Engineering Tech. = 6 hours 32 hours 95265-01 7 Attachment B Task 4: Meeting to Discuss Results Sr. Engineer = 4 hours Engineer = 4 hours 8 hours Task 5: Capacity Analysis with Design Year Conditions Sr. Engineer = 4 hours Engineer = 20 hours Engineering Tech = 4 hours 28 hours Task 6: Meeting to Discuss Results Sr. Engineer = 4 hours Engineer = 4 hours 8 hours Task 7: Develop Feasible Alternatives Proj. Engineer = 2 hours Sr. Engineer = 4 hours Engineer = 14 hours Engineering Tech. = 16 hours 36 hours Task 8: Meet to Discuss Results Sr. Engineer = 4 hours Engineer = 4 hours 8 hours DIRECT COSTS Travel Survey Crew: 2 trips at 60 miles/trip @ .35/mile = $42.00 Field Work: 4 trips at 60 miles/trip @ .30/mile = $72.00 Meetings: 4 trips at 60 miles/trip w/ 0.30/mile = $72.00 TRAVEL SUBTOTAL = $186.00 95265-01 8 Attachment B Subsistence Survey Crew: 2 days at 1 meal/man x $4.00/meal x 3 men = $24.00 Field Work: 4 days at 1 meal/man x $4.00/meal = $16.00 SUBSISTENCE SUBTOTAL = $40.00 Printing, Photos & Misc. Supplies = $50.00 Traffic Surveys, Inc. 4 - 24 hour count machines @ $65.00/day = $260.00 PRELIMINARY PHASE TOTAL DIRECT COSTS = $536.00 DESIGN PHASE Task 1: Preliminary Plans Proj. Engineer = 2 hours Sr. Engineer = 4 hours Engineer = 56 hours Engineering Tech. = 56 hours Clerk/Eng. Aide = 6 hours 124 hours Task 2: Review Meeting Sr. Engineer = 4 hours Engineer = 4 hours 8 hours Task 3: Pre-Final Plans Proj. Engineer = 2 hours Sr. Engineer = 4 hours Engineer = 40 hours Engineering Tech. = 40 hours Clerk/Eng. Aide = 4 hours 90 hours 95265-01 9 Attachment B Task 4: Review Meeting Sr. Engineer = 4 hours Engineer = 4 hours 8 hours Task 5: Final Plans Proj. Engineer = 1 hour Sr. Engineer = 3 hours Engineer = 16 hours Engineering Tech. = 16 hours Clerk/Eng. Aide = 2 hours 38 hours Direct Costs: Travel: 2 trips @ 60 miles/trip x 0.30/ miles = $36.00 TOTAL TRAVEL SUBTOTAL = $36.00 Printing: (12 sheets) Prelim. Plans - 6 sets x 12 sheets x 1.00/sht. _ $72.00 Prelim. Plans - 6 sets x 12 sheets x 1.00/sht. _ $72.00 Pre-Final Specs - 6 sets x 45 sheets x 0.10/sht. _ $27.00 PRINTING SUBTOTAL = $171.00 DESIGN PHASE TOTAL DIRECT COSTS = $207.00 BIDDING PHASE Task 1: Provide/Deliver 20 sets of plans. Engineering Tech. = 4 hours 4 hours 95265-01 10 Attachment B Task 2: Administer Plan Distribution Engineer = 4 hours Engineering Tech. = 4 hours 8 hours Task 3: Provide Bidding Assistance Engineer = 8 hours 8 hours Task 4: Distribute Addenda (As Required) Engineer = 4 hours Clerk/Eng. Aide = 2 hours 6 hours Task 5: Attend Bid Opening Engineer = 4 hours 4 hours Task 6: Review Bids Engineer = 4 hours Clerk/Eng. Aide = 1 hour 5 hours Direct Costs Travel: 2 trips at 60 miles/trip x 0.30/mile = $36.00 TRAVEL SUBTOTAL = $36.00 Printing: Plans 26 sets @ 12 sheets/set x 1.00/sheet = $312.00 Specs 26 sets @ 45 sheets 0.10/sheet = $117.00 PRINTING SUBTOTAL = $429.00 BIDDING PHASE TOTAL DIRECT COSTS = $465.00 95265-01 11 Attachment B