Loading...
05-88 Resolution No. 05-88 RESOLUTION AUTHORIZING EXECUTION OF AN ENGINEERING SERVICES AGREEMENT WITH BOLLINGER, LACH & ASSOCIATES FOR U.S. ROUTE 20/NESLER ROAD INTERSECTION IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Dolonna Mecum,City Clerk,be and are hereby authorized and directed to execute an Engineering Services Agreement on behalf of the City of Elgin with Bollinger, Lach & Associates for engineering services for the U.S. Route 20/Nesler Road Intersection Improvement Project, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock,Mayor Presented: March 23, 2005 Adopted: March 23, 2005 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk • Y AGREEMENT THIS AGREEMENT is hereby made and entered into thisZtdday of +4 4 , 2005, by and between the CITY OF ELGIN, Illinois, a municipal corporation (hereinafter referred to as "CITY") and Bollinger, Lach & Associates, Inc. an Illinois Corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with US Route 20 at Nesler Road Intersection Improvement Project (hereinafter referred to as the "PROJECT"); and WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the CITY and ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent CITY in the engineering matters involved in the Project as set forth herein, subject to the following terms, conditions and stipulations: 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. Bollinger, Lach and Associates, Inc (BLA) will prepare final plans, specifications, and estimates (P, S, &E) for the intersection improvement on US Rte 20 at Nesler Road. The intersection improvement will include new traffic signals, exclusive left turn lanes with appropriate taper lengths, and an alternate for a new 4th leg to the north for approximately 650'. All right-of- way highway plats, and individual parcel plats are to be completed by others. In addition, BLA will provide Phase III construction engineering services for the construction of the intersection improvement. C. A detailed Scope of Services is attached. ' f 2 II. PROGRESS REPORTS A. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress shall be recorded relative to the project schedule and submitted monthly as a component of the Status Report described in C below. B. 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 to the ENGINEER. IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 2.85 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $164,414.34* regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 0 . Any such invoiced fees to ENGINEER shall be included with and construed as part of the above-referenced amount of $164,414.34 . 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 Attachment A, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. *See attachment entitled Cost Summary for US Route 20 at Nesler Road 3 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, provided, however, that such payment shall not exceed the amounts set forth under Paragraph IV above. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Article VI or IX, shall terminate on the date City accepts all of ENGINEER's work pursuant to this Agreement as finally completed, which acceptance shall be construed to have occurred on the date that written notice of such acceptance is provided by City to ENGINEER. A determination of such final completion shall not constitute a waiver of any rights or claims which the city may have or thereafter acquire with respect to any term or provision of this Agreement. 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 fee shall be valid 4 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 To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from and against any and all claims, suits, judgments, costs, attorney's fees, damages or other relief, including but not limited to workers' compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any such action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. 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 written in occurrence form with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. 5 The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY AS ADDITIONAL INSURED. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. Such Certificate of Insurance shall include, but not be limited to, coverage for the obligations assumed by ENGINEER pursuant to Article X herein entitled "Indemnification". Such above-referenced insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance written in occurrence form 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 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, TECHNIOUES, 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. 6 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. Any proposed subcontractor shall require the CITY's advanced written approval. XVII. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto, except to such extent as may be specifically provided for herein. 7 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 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. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this agreement shall be in the Circuit Court of Kane County, Illinois. 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. 8 XXIV. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or federal statute regarding bid rigging. 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. A copy of the policies must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. 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. • 9 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: JOHN LOETE, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: KEVIN BOLLINGER, P.E. Vice President Bollinger, Lach & Associates, Inc. 1010 Jorie Boulevard Suite 22 Oak Brook, Illinois 60523 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 *41‘,....0 BY _ City Clerk City \alager (SEAL) For the ENGINEER: Dated this 22nd day of February ,A.D., 2005 ATTEST: 411 g Y "4 "= ATTACHMENT A Bollinger, Lach & Associates, Inc. December 27, 2004 Revised February 22, 2005 COST SUMMARY City of Elgin US 20 at Nestler Road - Design Engineering Cost Estimate of Consultant Services for a 3 Legged Intersection = $51,044.00 Cost Estimate of Consultant Services for the Addition of a 4th Leg (650) [if required] _ $21,261.00 Subtotal = $72,305.00 - Construction Engineering Cost Estimate of Consultant Services for the 4 Legged Intersection = $92,109.34 Subtotal = $92,109.34 Final Total = $164,414.34 ATTACHMENT B City of Elgin ANTICIPATED PROJECT SCHEDULE Phase II Design Engineering Services: US Route 20 at Nestler Road Field Survey&Field Inspection Preliminary Plans Pre-final Plans Final Plans March April May June 2005 LEGEND Ism= Consultant Activity 0 Completion of Task/Submittal ===.-.:= Review by City, State&Federal *Project start dependent upon Intersection Design Study(IDS)approval by IDOT. Bollinger,Lach&Associates,Inc. ** • ATTACHMENT C CONSULTING ENGINEERS Bollinger, Lach & Associates, Inc. &LAND SURVEYORS 1010 Jorie Blvd. •Oak Brook,Il.60523•630 990 1385•FAX 630 990 0038•www.bollingerlach.com• December 27,2004 Revised February 22,2005 Mr. Steven R. Pertzbom,P.E. Senior Engineer City of Elgin 150 Dexter Court Elgin,Illinois 60120 Re: Plan Preparation and Construction Observation Proposal US Route 20 at Nestler Road Dear Mr. Pertzborn: Pursuant to our discussion on December 6, 2004 Bollinger Lach & Associates, Inc. is submitting a Proposal to provide design and construction engineering services for the US Route 20 at Nestler Road intersection improvement project. Bollinger, Lach and Associates, Inc. has prepared the US Route 20 Phase I study for the Illinois Department of Transportation and is very familiar with the planned improvements along this section of roadway. We sincerely appreciate the opportunity to continue working with the City of Elgin. If there are any questions,please do not hesitate to contact me or Bob Rollings at 630.990.1385. Respectfully Submitted, BOLLIN R, LACH &ASSOCIATES, INC. Kevin :ollinger, P.E. Vice President ATTACHMENT D 1.1 - ENGINEERING PROJECT UNDERSTANDING Bollinger, Lach and Associates, Inc. (BLA) will provide engineering and surveying services for the intersection improvements to US 20 and Nestler Rd in the City of Elgin. The intersection is to be improved with new left turn lanes on US Rte 20 and Nestler Rd, and provided with new temporary traffic signals to control the traffic flow. The Illinois Department of Transportation(IDOT)has approved an Intersection Design Study(IDS) for a 3 legged intersection;however Grand Point Homes needs to construct an additional 4a'leg to the north for access to their development. 1.2 Scope of Design Engineering Services: BLA will prepare Final Plans and Specifications and Estimate(PS&E)one time for the roadway improvements to the US 20 and Nestler Rd intersection. Work is to include widening and resurfacing and existing pavement,installing new temporary traffic signals, placing concrete curb and gutter, and installing the required drainage items to properly convey the storm water. The plans will reflect current City of Elgin requirements and latest IDOT standard details and specifications. In addition the engineering shall include grading,storm sewer design, quantity calculations,cost estimate,coordination with the City of Elgin and IDOT, and applicable construction permits. The following pages reflect the Organizational Project Team, Average Hourly Project Rates, Cost Estimate of Consultant Services(Direct Labor Multiple),Direct Costs,and Sheet Estimate. We have also enclosed BLA's signed proposal with Grand Point Homes for the City of Elgin to review with respect to revising the existing IDS. A summary of the engineering and surveying costs are as follows: Cost Estimate of Consultant Services for a 3 Legged Intersection $51,044.00 Cost Estimate of Consultant Services for the Addition of a 4th Leg(650') If Required $21..261.00 Final Total $72,305.00 The following items are not included in the above scope of work but a professional services quote can be supplied upon receiving a more defined scope at a later date: • Public Hearings • Topographic Survey of the North Leg • Cross Sections of the North Leg • • City of Elgin Consultant Engineering Services; US Route 20 @ Nestler Road Intersection Improvement Project I ir City of Elgin Project Engineer: Steve Pertzborn, P.E. Project Principal Project Manager QA/QC Manager Craig Lukowicz,P.E. Kevin Bollinger,P.E. Jaymin Patel,P.E. Project Engineer Hank Th&kkar,P.E. Survey Civil Engineer CAD Paul Hendricks;P.L.S. Stephanie Rathburn Ben David H 0> t=i H t=i PROJECT TEAM Bollinger, Lach & Associates, Inc. Bollinger, Lach Associates, Inc. • ' 1 AVERAGE HOURLY PROJECT RATES ROUTE U.S.20 at Nestler Road Date 12/27/2004 SECTION COUNTY Kane Sheet 1 of 2 JOB NO. PSB AVG SURVEY FOR ENGINEERING PRELIMINARY PLANS PREFINAL PLANS FINAL PLANS PAYROLL HOURLY HRS % WGTD HRS % WGTD HRS % WGTD HRS % WGTD CLASSIFICATION RATES PART RATE PART RATE PART RATE PART RATE Principal 60.0010 3.0 1.80 5 3.0 1.80 2 3.0 1.80 Project Manager 39.58 32 10.0 3.96 16 10.0 3.96 5 10.0 3.96 Senior Engineer 32.2180 25.0 8.05 40 25.0 8.05 13 25.0 8.05 Design Engineer 25.31 , _ 51 16.0 _ 4.05 26 16.0 4.05 8 16.0 4.05 CADD Technician 25.57 147 46.0 11.76 73 46.0 11.76 24 46.0 11.76 Chief Surveyor 40.87 Project Surveyor 36.88 14 20.0 7.38 Survey Technician 28.01 Party Chief 25.43 27 40.0 10.17 _ Instrument Man 19.00 27 40.0 7.60 • . y H C) Z H TOTALS 68 100 25.15 320 , 100 29.62 160 100 29.62 52 100 . 29.62 Bollinger, Lech Associates, Inc. AVERAGE HOURLY PROJECT RATES ROUTE U.S.20 at Nestler Road Date 12/27/2004 SECTION COUNTY Kane Sheet 2 of 2 JOB NO. PSB / TOTALS AVG PAYROLL HOURLY HRS % WGTD HRS % WGTD HRS % WGTD HRS % WGTD CLASSIFICATION RATES PART RATE PART RATE PART RATE PART RATE Principal 60.00 , 17 , 3.0 1.80 , Project Manager 39.58 53 . 9.0 3.56 Senior Engineer 32.21 _ 133 22.0 _ 7.09 _ , Design Engineer 25.31 85 14.0 3.54 CADD Technician 25.57 244 41.0 10.48 Chief Surveyor 40.87 , , Project Surveyor 36.88 14 _ 3.0 1.11 Survey Technician , 28.01 , Party Chief 25.43 27 4.0 1.02 Instrument Man 19.00 27 4.0 0.76a H H . a n x tll Z H 0 1 , TOTALS 600 100 29.36 . / , _ __.. __ _ . Cost Estimate of Consultant Services • (Direct Labor Multiple) Firm Bollinger, Lach &Associates, Inc. Date 12/27/2004 Route U.S. 20 at Nestler Road Section Complexity Factor(R) 0 County DuPage Job No. Direct Labor Multiple 2.85 PTB & Item (D + R) Times In-House Services % of Item Manhours Payroll Payroll Direct By Total Grand Costs Others (C+D+E) Total (A) (B) (C) (D) (E) Survey for Engineering 68 1,710 4,874 36 0 4,910 9.62% Preliminary Plans 320 9,478 27,013 0 348 27,361 53,60% Prefinal Plans 160 4,739 13,507 0 348 13,855 27.14% Final Plans 52 1,540 4,390 0 528 4,918 9.63% ' a H H C) x tx1 z H x 600 17,468 49,784 36 1,224 51,044 100.00% ATTACHMENT I Bollinger, Lach & Associates, Inc. December 27, 2004 Direct Costs For City of Elgin US 20 at Nestler Road - Preliminary Submittal 8 Quarter size prints x 22 sheets x $0.75/sheet = $132.00 8 Full size prints x 22 sheets x $1.00/sheet = $176.00 8 Special Provisions x 50 sheets x $0.10/sheet = $40.00 Subtotal = $348.00 - Pre-Final Submittal 8 Quarter size prints x 22 sheets x$.075/sheet = $132.00 8 Full size prints x 22 sheets x$1.00/sheet = $176.00 8 Special Provisions x 50 sheets x $0.10/sheet = $40.00 Subtotal = $348.00 - Final Submittal 1 Full size mylar x 22 sheets x $10.00/sheet = $220.00 8 Quarter size prints x 22 sheets x $0.75/sheet = $132.00 8 Full size prints x 22 sheets x $1.00/sheet = $176:00 Subtotal = $528.00 - Survey Vehicle 1 Day x $36/day $3fi.00 Subtotal $36.00 TOTAL $1,260.00 ATTACHMENT J Bollinger, Lath & Associates, Inc. City of Elgin US Route 20 at Nestler Road Sheet Estimate December 27, 2004 Item No. of Sheets MH/Sheet Total Manhours Cover Sheet 1 20 20 Typical Sections 1 24 24 Summary of Quantities 1 32 - 32 Schedule of Quantities 1 24 24 Alignment,Ties& Benchmarks 1 16 16 Maintenance of Traffic General Notes 1 16 16 Maintenance of Traffic Staging Plans 1 12 12 Roadway Plan & Profile 3 24 72 Pavement Marking Plans 2 16 32 Erosion Control Plans 3 12 36 Traffic Signal Plans 2 50 100 Cross Sections 5 12 60 Special Provisions 24 Permits 40 Drainage Calculations 24 TOTAL 22 532 Bollinger, Lech Associates, Inc. . AVERAGE HOURLY PROJECT RATES ROUTE U.S.20 at Nestler Road Date 12/27/2004 SECTION North Leg(If Required) COUNTY Kane Sheet 1 of 2 JOB NO. PSB AVG SURVEY FOR ENGINEERING PRELIMINARY PLANS PREFINAL PLANS FINAL PLANS • PAYROLL HOURLY HRS % WGTD HRS % WGTD HRS % WGTD HRS % WGTD CLASSIFICATION RATES PART RATE A PART RATE PART RATE PART RATE 4► , .4 Principal 60.00 4 3.0 1.80 1 3.0 1.80 1 3.0 1.80 Project Manaker 39.58 , 12 10.0 _ 3.96 5 10.0 3.96 2 10.0 3.96 Senior Engineer 32.21 30 25.0 8.05 13 , 25.0 8.05 5 25.0 8.05 Design Engineer 25.31 19 16.0 4.05 8 16.0 4.05 3 16.0 4.05 CADD Technician 25.5755 46.0 11.76 23 46.0 11.76 9 46.0 11.76 Chief Surveyor 40.87 , _ Project Surveyor 36.88 14 20.0 7.38 Survey Technician 28.01 Party Chief 25.43 27 40.0 10.17 Instnunent Man 19.00 , 27 40.0 7.60 _ > H C-) Z tri H TOTALS 68 100 25.15 120 100 29.62 50 100 29.62 20 100 29.62 Bollinger, Lach Associates, Inc. AVERAGE HOURLY PROJECT RATES ROUTE U.S.20 at Nestler Road Date 12/27/2004 SECTION North Leg(If Required) COUNTY Kane Sheet 2 of 2 JOB NO. PSB AVG TOTALS PAYROLL HOURLY HRS % WGTD HRS % WGTD HRS % WGTD HRS % WGTD CLASSIFICATION RATES PART RATE PART RATE PART RATE PART RATE Principal 60.00 6 2.0 1.20 Project Manager 39.58 19 8.0 3.17 Senior Engineer 32.21 48 19.0 6.12 Design Engineer 25.31 30 12.0 3.04 CADD Technician 25.57 87 34.0 8.69 Chief Surveyor 40.87 Project Surveyor 36.88 14 5.0 1.84 Survey Technician 28.01 Party Chief 25.43 27 10.0 2.54 Instrument Man 19.00 27 10.0 1.90 H C) LTJ H TOTALS. 258 100 28.50 Cost Estimate of Consultant Services (Direct Labor Multiple) Firm Bollinger, Lach&Associates, Inc. Date 12/27/2004 Route U.S. 20 at Nestler Road Section North Leg (If Required) Complexity Factor(R) 0 County DuPage Job No. Direct Labor Multiple 2.85 PTB & Item (D+ R) Times In-House Services % of Item Manhours Payroll Payroll Direct By Total Grand Costs Others (C+D+E) Total (A) (B) (C) (D) (E) Survey for Engineering 68 1,710 4,874 36 0 4,910 23.09% Preliminary Plans 120 3,554 10,130 0 84 10,214 48.04% Prefinal Plans 50 1,481 4,221 0 84 4,305 20.25% Final Plans 20 592 1,688 0 144 1,832 8.62% H a n x X rmi H 258 7,338 20,913 36 312 21,261 100.00% ATTACHMENT N Bollinger, Lach &Associates, Inc. December 27, 2004 Direct Costs For City of Elgin US 20 at Nestler Road North Leg (If Required) - Preliminary Submittal 8 Quarter size prints x 6 sheets x$0.75/sheet = $36.00 8 Full size prints x 6 sheets x $1.00/sheet = $48.00 Subtotal = $84.00 - Pre-Final Submittal 8 Quarter size prints x 6 sheets x $.075/sheet = $36.00 8 Full size prints x 6 sheets x$1.00/sheet = $48.00 Subtotal = $84.00 - Final Submittal 1 Full size mylar x 6 sheets x$10.00/sheet = $60.00 8 Quarter size prints x 6 sheets x$0.75/sheet = $36.00 8 Full size prints x 6 sheets x$1.00/sheet = $48.00 Subtotal = $144.00 - Survey Vehicle 1 Day x$36/day $36.00 Subtotal $36.00 TOTAL $348.00 ATTACHMENT 0 Bollinger, Lach & Associates, Inc. City of Elgin US Route 20 at Nestler Road North Leg (If Required) Sheet Estimate December 27, 2004 Item No. of Sheets MH/Sheet Total Manhours Typical Sections 24 24 Summary of Quantities * 16 16 Schedule of Quantities * 12 12 Alignment,.Ties& Benchmarks * 16 16 Maintenance of Traffic Staging Plans 1 12 12 Roadway Plan& Profile 1 24 24 Pavement Marking Plans 1 16 16 Erosion Control Plans 1 12 12 Cross Sections 2 12 24 Permits 10 Drainage Calculations 24. TOTAL 6 190 *Modification to the 3 legged intersection plans. New sheet not required. ATTACHMENT P 2.1 — CONSTRUCTION PROJECT UNDERSTANDING Bollinger, Lach and Associates, Inc. (BLA) proposes to provide Phase III Construction Engineering services for the construction of an intersection Improvement at US Route 20 and Nestler Road in the CITY OF ELGIN. Scope of Construction Actvities: The original project including the widening of US Route 20 and the south leg of Nestler Road is estimated at $725,682.00. Proposed private development on the north side of US Route 20 will require the construction of a north leg of the Nestler Road intersection as well. The estimated cost of the total project including the north leg is$905,000. The CITY OF ELGIN will solicit bids and award the contract to the low bidder. The project consists of drainage work,widening and resurfacing of the roadway with a new pavement with full depth bituminous widening and resurfaced with a bituminous binder - course and bituminous surface course with combination curb and gutter and,and restoration of driveways and landscaping. Installation of temporary and new traffic signals is included in the project. A new roadway will be constructed along the north leg of Nestler Road. The construction schedule will be dependent upon the completion of plans, securing the necessary funding and letting the contract for bids. The project could be substantially complete by September 2005. The contractor is expected to work 8 hour workdays to complete the work. 2.2 - Scope of Construction Engineering Services: -Itis expected that the construction engineering agreement will be completed with a noticeto proceed with construction issued by approximately June 5,2005. The estimated duration of construction is 3 months. Construction duration is dependent upon the schedule set by the City of Elgin during the bid process, any utility delay issues, and the contractor's work schedule. Construction engineering services work should be completed within 3 weeks of the completion of construction including punch list and clean up. Construction engineering services will be for full time observation/inspection in accordance with IDOT standard procedures and practices. Traffic Control & Protection: Special attention must be paid to communication with the motoring public on the project. Establishment of an effective traffic control and protection system is critical to the safe operations of the project. Strict conformance to the contract Bolger,tach&Associates ] traffic control plans will be demanded from the contractor. Public Information and Local Contact: Informing the public of construction activities is critical to the success of the project_ Reconstruction projects can have a serious impact on commuters and local businesses along the project. It is therefore important to keep affected businesses and agencies informed about the schedule and status of the project. BLA will meet with the local business and residents on a regular basis to keep them informed of detailed work schedules on the project, particularly plans for staging construction of entrances and exits. It is also proposed that police and fire personnel be kept informed of the project schedule and status to ensure rapid and efficient emergency responses can be attained for areas affected by the construction activities. Periodic handouts can be prepared for distribution to affected entities. Monitoring Construction Progress: Periodic progress meeting will be conducted to ensure that the project progresses on schedule and to ensure that all stake holders are kept informed of project issues and progress. Progress meetings are especially important for this project because of the participation of several organizations. It will be critical to the success of the project that all parties be kept aware of project decisions and participate in the timely resolution of potential delay issues. Utility Coordination: Timely relocation of conflicting utility facilities is a critical factor in maintaining the project's schedule. Utilities will be discussed at the preconstruction meeting and any conflicts will be monitored at regularly scheduled progress meetings with the contractor and the utility company. Survey Work: BLA will provide work with the contractor and designer to establish critical project control points, and perform periodic reviews of the contractor's work to ensure - substantial conformance with the proposed lines and grades of the project. This estimate assumes that the contract will provide a pay item for contractor layout for the project. If an item is not provided,layout work can be added to the proposal. Materials Testing: Materials testing for this project are to be supplied by the consultant. BLA will use a qualified materials testing subconsultant with the qualified personnel capable of performing on site and plant inspection/observation as necessary. Project Close Out: A timely close out of this project is important to ensure prompt. reimbursement of state and developer funds to the CITY OF ELGIN. BLA has a significant experience with project close out with IDOT PROJECTS. On a recent$33M IDOT contract BLA completed final records well in advance of the normal time period required to close out a project. The project manager,Bob Rollings was the IDOT Bureau Chief of Construction for 12 years and managed the close out of over 2,700 IDOT contracts. Bob and the Bollinger,Lack&Associates 2 construction staff are well versed in the close out requirements for IDOT projects. General Scope of Services: BLA will perform or be responsible for the performance of the following services in connection with this project. BLA shall furnish or cause to be furnished qualified engineers,construction observers and/or technical personnel to perform the following services including,but not limited to,the following tasks: I. Attend the bid opening and assist the CITY OF ELGIN with preparation of bid tabulations summarizing bid proposals. 2. Attend a pre-construction conference with the contractor,CITY OF ELGIN, and other parties. • Obtain from the contractor a list of proposed suppliers and subcontractors.Make recommendations to the CITY OF ELGIN regarding the suitability of the subcontractors for the proposal work. 3. Review the construction schedule submitted by the contractor for compliance with the contract. 4. Check and approve,or reject and request resubmittal of,any submittals made by the contractor for compliance with the contract documents. 5. Provide all construction staking. Establish all baselines, construction stakes, and benchmarks necessary for locating the principal components of the work. 6. Make periodic visits to the work site to observe the progress and qualityof the executed work. • Determine if the work is proceeding in accordance with the Contract Documents. • BLA shall keep the CITY OF ELGIN informed of the progress of the work. o Guard the CITY OF ELGIN against defects and deficiencies in the work. o Advise the CITY OF ELGIN of all observed deficiencies of the work and disapprove or reject all work failing to conform to the Contract Documents. 7. Provide extensive on-site observations of the work in progress and field checks of materials and equipment through a Resident Engineer or inspector,who shall: • Serve as the CITY OF ELGIN'S liaison with the contractor working principally through the contractor's field superintendent. • Be present whenever the contractor is performing work on the project. • Cooperate with the contractor in dealing with the various local agencies having jurisdiction over the Project in order to complete service connections to public utilities and facilities. • Attend all construction conferences.Arrange a schedule ofprogress meetings and other job conferences as required. o Maintain and circulate copies of records of the meetings. • Review contractor's progress on a regularly scheduled basis (weekly or other appropriate interval)and update the progress schedule. o Compare actual progress to the contractor's approved schedule. o If the project falls behind schedule,work with the contractor to determine the appropriate course of action to get back on schedule. Bollinger,Lath&Associates 3 • Arrange for any required material testing required under the contract with the CITY OF ELGIN'S geotechnical consultant. • Coordinate with residents and CITY OF ELGIN regarding the Village's sidewalk policy and the Village's driveway apron upgrade program within the project area. o Answer resident questions concerning the policy,program and the project. • Perform weekly barricade checks.The inspection shall be made between sunset and sunrise. o A Barricade Check Report shall be completed and delivered to the Public Works Department. Notify the contractor of, and take appropriate steps to correct, and deficiencies noted. • Maintain orderly files for correspondence, reports of job conferences, shop drawings and other submissions,reproductions or original contract documents including all addenda,change orders and additional drawings issued subsequent to the award of the contract. • Record names, addresses and telephone numbers of all Contractors, subcontractors, and major material suppliers. • Prepare payment requisitions and change orders. Review applications for payment with the Contractor for compliance with established submission procedure and forward them with recommendations to the CITY OF ELGIN. • Prior to final inspection, submit to the Contractor a list of observed items requiring correction and verify that each correction has been made. • Conduct fmal inspection with the CITY OF ELGIN and prepare a final list of items to be corrected. • Verify that all items on the final list have been corrected and make recommendations to the CITY OF ELGIN concerning acceptance. • Except upon written instructions of the CITY OF ELGIN,the Resident Engineer or Inspector shall not authorize any deviation from the Contract Documents. • Determine if the project has been completed in accordance with the Contract Documents and that the Contractor has fulfilled all of his obligations. • Conduct weekly status meetings with the general contractor. • Prepare a weekly/bi-weekly/monthly newsletter for distribution to residents. 8. Keep an inspector's daily report book in the CITY OF ELGIN'S format, or other required format appropriate for the project,recording: • Hours on the job site, • Weather conditions, • General and specific observations, • Daily activities, • Quantities placed, • Observation/inspections, • Decisions,and • List of visiting officials. 9. Determine if the project has been completed in accordance with the contract document and if the contractor has fulfilled all obligations. 10. Shop Drawings and Contractor Submittals: Bollinger,Lacb&Associates 4 • • Record data received, maintain a file of drawings and submissions, and check construction for compliance with them. • Review Contractor's submittals for compliance with contract documents. o Notify the CITY OF ELGIN of any deviations or substitutions. o With the notification, provide the CITY OF ELGIN with a recommendation for acceptance or denial,and request direction form the CITY OF ELGIN regarding the deviation or substitution. • Alert the Contractor's field superintendent when materials or equipment are being installed before approval of shop drawings or samples, where such are required, and advise the CITY OF ELGIN when it is necessary to disapprove work as failing to conform to the Contract Documents. 11. Record Drawings: • Document the location(vertically and horizontally)of sewer and water services. • Maintain a set of Record Drawings on which all changes are noted, deliver a reproducible set and Autocad drawing file(s)of them to the CITY OF ELGIN at the completion of the Project. 12. BLA will comply with the CITY OF ELGIN Personal Protective Equipment(PPE) policy. • The policy at minimum requires anyone on a construction site to wear an orange safety vest and steel-toed shoes. • Various situations calling for further safety requirements are indicated in the policy. Baines,Lach&Associates 5 City of Elgin Construction Resident Engineering Services: US Route 20 @ Nestler Road Intersection Improvement Project City of.Elgin Project Engineer: cipSteve Pertzborn P�" ow Craig Lukowicz, Resident.Engineer Chief Construction Engineer Mark Gemmel, P.E. Robert Railings, P.E. N W n Assistant Resident Materials Testing: Materials Coordinator. Documentation QC/QA Engineer STATE Testing Mark.Gcnan* Evan Gimps. Kathy Tanner 03 . r. Civil Engineer/Drainage • Environmental Survey cra Kevi4,134giiager,}?,E. . Paul Bollinger. Paul Hendricks,P.L.S. H C7 z txi N Project Team Bollinger, Lach & Associates, Inc. 4 • US Route 20 at Nestler Road Projected Manower Schedule _ Week Number 1 1 12 I 3 4 1 5 I 6 171 8 19 1 101 11 1121 131 141 15116117118119120 21 22 23 241251 26 1271 281 29J 30J 31 132133 ardm.ad Sart E.tiaated t -t• Total Percent of Weighte Labor. Percent of olCon.aeodon Completion4?'"r' '. Hours Hours d Hourly Total Cost � +R) Grand 6/6/05 Dato9/3/03 pry{4 s.fi'' Rate Total Ic 405 0 05 �r 5 t spyspy 4„,,, BLA RATE Principal $60.002 2 2 2 2 2 2 2 2 '2' — ' - 22 2.30% SI.38 $1,320.00 $3,762.00 4.08% RE $30.26 48 40 48 40 48 40 48 40 48 40 48 40'48 40 48 40 48 akiii, 880 91.86% $27.80 $26,628.80 $75,892.08 82.39% OFF.ENG $33.50 4 4 4 4 4 4 4 4 5 ' •ft ji 40 4.18% $1.40 $1,340.00 $3,819,00 4.15% PARTY CHIEF $26.05 8 ;,�`.a el _ 8 0,84%. $0.22 $208.40 $593.94 0.64% INST.MAN $19.40 8 8 0.84% $0.16 $155.20 $442.32 0.48% MAT.COR. $26.92 M�,Yc ; 0 0,00% $0.00 $0.00 $0.00 0.00% F'LD.ENG. $24.88 I;1i,?t''7a''*w� 0 0.00% $0.00 $0.00 $0.00 0.00% Totals 0 0 0 66 44 50 44 50 44 50 44 50 44 50 44'50 X44$0 44' 50 ' . 0' 0 0 0 0 0 0 '0 k Cr 0 938 100.00% $30.95 $29,632.40 $84,509.34 Vehicle Days RE 3 5 5 3 3 3 3 5 5 3 3 3 5 3 5 5 5 . i�41_ -,1,, 100 Vehicle Days Survey _ _ <<,..,, 0 Complexity Factor it 0 ' Multiplier 2.85 Labor'Multiplier $84,509.34 RE SURVEY Vehicle Cost Per RB Survey Total Direct VEHICLES COST Day Day Days Cost s $36.00 100 0 83,600,00 Materials Testing $4,000.00 Direct TOTAL DIRECT COSTS $7,600.00 $7,600.00 S.ZS% Costs Total $92,209.34 100.00% H H • a c) Z H . ATTACHMENT S US Route 20 at Nestler Road Exhibit A Projected Manpower Schedule PERSONNEL AND HOURS Riad►al RE OFF.ENG PARTY INST. MAT. M.D. Taal ►vast a1 CHIEF MAN COR. ENG Hours BoorsTaal Cwt Is RATE $60.00 $3026 $3330 $26.05 $19.40 $26.92 $2411 R RESIDENTCONSTRUCUONDUTIES 9 310 0 0 9 0 0 830 9116% 526,62/1.10 Ga DOGUOm@t tTATI • 0 40 0 • 0 0 40 4.31% 31.340.00 1 iQCIQR 0 0 0 0 0 0 0 0 0.00% 50.00 S. r SURVEY CREW 0 I 0 $ S 0 0 16 1.07% 5363.601 i IASSISI4NTRESDENT 0 0 0 0 0 0 0 0 0.00% $0.00 .4 MUNCWAL-MERTNGS&DUTIES 22 • 0 0 • 0 0 22 2.30% 33,320.00 2 TOTM.33C0A3 22 $20 40 6 i 0 0 950 100% 529;652.4 PERCENT OF HOURS 230% 91.36%' 4.10% 034% 084% 0.00% 0.00% 951 100.00% TOTAL COST $3.320.00 326,621.10 31,34010 5203.40 313520 $0.00 $0.00 $29,633.4 MULTPLlgR 21$ $54,50931 DIRECT COSTS $7.600.00 Q TOTAL COST $92,10934 3 e w DIRECT COSTS Sem, VEHICLE VECHILES Day F.apease RE DaysDays EXPENSE 33610/DAY 100 0 13,60000 Materials Testing 14,000.00 N t.. TOTAL DIRECT COSTS $7,60010 Illinois Department Cost Estimate of , of 1i'diltspOr't' hortl Consultant . (Direct Multiple) - Firm Bollinger, Lach &Associates, Inc. (BLA) Date 12/27/04 Route US 20 ( Nestler Road County KANE Complexity Factor(R) 0 (Construction Engineering) Direct Labor Multiple 2.85 (2.85+R) In-House Services % of Payroll Times Direct By Total Grand Payroll Costs Others (C+D+E) Total (B) (D) (E) Construction Engineering Labor 29,652.40 84,509.34 84,509.34 92 Direct 3,600.00 3,600.00 4 % STATE Testing (Materials Testing) 4,000.00 4,000.00 4 H C) Totals 29,652.40 84,509.34 3,600.00 . 4,000.00 92,109.34 100 % tri WE 2358(1/2000) H • Illinois Depirinient of lansportation Average Hourly Project Rates . Route US 20 Nastier Road (Construction Engineering) County KANE Consultant Bollinger, Lach &Associates, Inc. Date 12/27/04 Sheet 1 of 1 Payroll Hourly Classification Rates CONSTRUCTION WGTD % WGTD % WGTD % WGTD Hours Part. Rate Hours Part. Rate Hours Part. Rate Hours Part. Rate Principal 60.00 22 2 1.2 Resident Engineer 30.26 880 92 27.6 Office Engineer 33.50 40 4 1.3 Party Chief 26.05 8 1 0.3 Insturment Man 19.40 8 1 0.3 2 H c Totals 958 100 BOE 2392(2/01) `o OF f4.0' L ; ' § City of Elgin Agenda Item No. �4tEDFt, L. G "1N r I March 4,2005 , ,. III : N 0 { TO: Mayor and Members of the City Council FINANCIALLY STABLE CITY GOVERNMENT EFFICIENT SERVICES, AND QUALITY INFRASTRUCTURE FROM: Olufemi Folarin, City Manager John M. Loete,Public Works D. ector SUBJECT: Engineering Services Agreement with Bollinger, Lach & Associates for the U.S. Route 20/Nesler Road Intersection Improvement Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with Bollinger, Lach & Associates (BLA) for engineering services for the U.S. Rte 20/Nesler Rd. Intersection Improvement Project. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with BLA in the not-to-exceed amount of$164,414.34 for the U.S. Rt 20/Nesler Rd Intersection Improvement Project. BACKGROUND The Illinois Dept. of Transportation (IDOT) has completed a Phase 1 engineering study of the Route 20 corridor that includes a preliminary design to signalize and widen the intersection of Route 20 and Nesler Road. Due to IDOT budget limitations, the earliest IDOT could make the improvements to the intersection is 2008. Because the improvements are needed now, the City proposed to complete the improvements in 2005 with the agreement that the State will reimburse the City in their 2007-2008 fiscal year. An item for approval of the agreement with IDOT is also on tonight's agenda. The Phase I preliminary design for the intersection calls for a signalized, three legged intersection with turn lanes from U.S. 20 onto Nesler Road (a left turn from west bound Route 20 and a right turn from east bound). The cost estimate for these improvements is $885,000, $740,000 for construction and $145,000 for final design and construction observation. The City would be reimbursed $876,000 under IDOT policy which requires local agency participation for the legs of the intersection under the agency jurisdiction. In this case, the City's cost is $9,000. 1, ion• Rte 20/Nesler Rd. Intersection Improvements March 4, 2005 Page 2 The proposed agreement with BLA is for the design of a four legged intersection, with a leg to the north being added to the existing intersection. Active developer interest in the property to the north of the intersection has made the addition of a fourth leg likely in the near future. Staff feels that the design of the fourth leg should be done now in order to maximize efficiencies. The cost to add the design of the fourth leg is $21,261.00. This cost would be recaptured by the City from developments to the north of the intersection as part of their annexation agreements. Any additional right-of-way needed would need to be donated by the developers. When constructed, it is estimated by BLA that the fourth leg would cost $125,000. The agreement with BLA is an exception to the procurement ordinance because no selection process was done. BLA is the engineer of record for the Phase 1 engineering study done for IDOT. Because of their intimate knowledge of the project and of the City's desire to have the intersection construction completed in 2005, it is recommended that the City use BLA's services for the project. The proposed engineering services agreement includes Phase 2 (final design) engineering services for the expanded intersection with four legs at a cost of $72,305.00 and Phase 3 (construction observation) engineering for the base case three leg intersection at a cost of $92,109.34. If the decision to build and fund the fourth leg is made quickly enough by the rk developer for it to participate in the City's construction project, there would be a minor adjustment to the Phase 3 costs. In addition, the construction engineering fee may need to be adjusted depending on the final construction cost of the basic intersection improvements. A project location map is shown as Exhibit A. A copy of the proposed agreement is shown as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None fri/(_7 FINANCIAL IMPACT The agreement with Bollinger, Lach & Associates will total $164,414.34. Adequate funds are budgeted and available in the Riverboat Fund, account number 275-0000-791.93-80, "Public Ways", project number 339826, "U.S. 20/Nesler Rd. Intersection Improvements", in the amount of $700,000. The total project cost for the design of the four leg intersection and the construction and inspection of the three leg intersection is estimated at $906,270. Should construction take place this year additional funding will be necessary. GAL IMPACT A one. Rte 20/Nesler Rd. Intersection Improvements March 4, 2005 Page 3 ALTERNATIVES 1. Approve the Engineering Services Agreement with BLA. 2. Do not approve the Engineering Services Agreement with BLA. Respectfully submitted for Council consideration. (do) Attachments r Exhibit A Location Map ND s v HIGHL4 • c `_.` `7� ` -vv;‘,./..,- sy. Olit T.. • v s�,1t. . _T!a'q •h .;die ___ • `h,;„,-..4- O • k rk-y,.P•.. 14, a f 38W-12N - J �,t •'..t.---_ �-, tc ` 1..:,-• _ r � WEST 44-1 ELMER - ,; P r+\' .4�,0 c C„Y- ;77 _ HIGHLAND —� /i G�u Q r.e tiR �a��,��:,;A i Y 6 t l),0,?' . '.. ALr� 7 C J/ '-,,',-,V f G�'T E FY `W r/`.a 'It,-4-1.1'' T N E - ACRES OQ'i Qr • Y?3u� .0 r s\ ,.s ;Y�r a'�l 2 • 37W-12N = ' • ” y.- 1-/A/DA LN I RD s�v. z•t .. \ =17. \ .- !' 8 .k- O ' �?I BBK� � ; ,gar."�� , ., A\ tri Project Location m .wa"° 'c OLW�_— Way o s'''''.5„-„.„5.-;;.-11.1. \ Las ` r �� <y �EP� IWILDEME•: ��`` r$Y a ,. — pi -..... 1-(1;'‘'.711:-E4:;:,-,:,'1:::,:" � n i a UDINA •/ N�S ALMORA TALL � u t • '�� u A •' O HEIGHTS OA3,�^4----- HIGHLAND .14.iS #' O �' D O J " AVE ESTATES ``7 - 9tz , �� �4 •, -' C- a Irf �'�� 1.3...;,,;.:AVE r WILLIAMSBURG ”-r..,, Av. p �v BOOK wy<. 0 r . @t yo SIDE s ' QQ O� s: U� • �y� ;dY DR 'F',-`' Z r rt`- • �, P� v / P +uOAE>y q90 r�rr c `ei ,0,. �atyr • HILL +i`* eUNTRY Qi �j oaf �� irk: � O RANDALL 1 r -'7 vF ao KNOL• F-cr �� W W op tgr; RIDGE Q 1'� rt o > i r rz 1n t� cc a s 38W-11 N f, S1� _ 'S t+CirR, i t a' r SiiA2 Z O z 18 / �j Q� K 54 yr1+ �a C Zrr to(,ii 1 :1/4 r `-�. � 1"- g W 37W-1 1 N. �-. ,� a \ rY}{,+C}ty,,Ir, ,,,,,,,,,,y.,>,,,...,' f . e a , T t1 c, �- a.�• •��r 1C{,r r�j'�y' Lri}4i>.]J� X Oy DP� t • > C rc s ft '+ r a WILLIAMSBURG Q� GREEN ypJeo if? .. \ ... • a* I Q+ \P� c.. .lY/(< }y'i�� „�� -i D.FOX RIV t-i 4.giVE"1. .-I gSP y0 4cS I _Alio,� , G ,9 ..N.:'v "'d fr MEREir / s..z.:' ,-.,.. • 'r v s","...4"*.. • 1, ,',,..75- 111. -, ..k.,_'012...g1MINI.c _ '� t4�'`✓a p F- ',:''''•;:::';::::;:,'".:;•1/4..:••:::,--;;;•:.^..,,,,' ^V:J'.j .1'f+.'V j 075 W SI Z JAGUAR O P�i',eve...".^ „-^,..^....",,,1 ^'. Tai ` e iI mt ___='GT v ��.!•.i Jk ti+1 ; `=a kk'r, :. €a ' is a r_y -,fes . ‘11-/<4, moi ..-.."_^..-.."-„---,,-,,-,,,,,,, I \��a M ARD e ,per • '-Z •^v" 'Vti v'' `_y20 "V.c &-:,--'-'4-•--- _F�+•`_!_,C•_n .�f=9.2t Q rlr•rrrrc. ?r Sk.\• iy, ' .. 38W-10N 'Y y 37W-10N F.T ;{t {;,�r ,�t,ti�.}i 19 ON ' "2o T34' c f �'rC'''..,r I\, IP' •WOODBRIDGE \ '�.‹ !�i.lr 1 - +k.• *, NORTH A- K............,,,,,,..._.•:,.4../.1\ ..v:.•" 44`xY;«:.;. '� • v`� ......,No� ~�:. 4.:.#h. • i3.a } TO :. "�` ,.• .- Coy ; 1.m^. y� p;E '.. .. `BRIOc.L..°.. au1 c Fr „t ".y; i le r - "oF "'s }IbI 'Iik, , • OGAN HILL o • / k - �q o � ' { � -,_,:-.1 --i` y � w.P jr I �� kF� 37W-9N •� U I ,-. .s a_• m e _* 0,,"\_.- ARRO O�\a 11P� ask >i Y .‘ I„ s2. ,: UNDE 29 � �+I R D � r d u p/ G�p R 'BOWES z - Z °' 38W-9N i4• ®fi MaTI �-0z _ %m,aI 1\C‘I 0 o