Loading...
17-35 Resolution No. 17-35 RESOLUTION AUTHORIZING EXECUTION OF AGREEMENT WITH CRAWFORD, MURPHY& TILLY, INC. FOR DESIGN, ADMINISTRATION AND PLANNING ENGINEERING SERVICES IN CONNECTION WITH THE 2017 STREET RESURFACING-SOUTHWEST PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute Agreement on behalf of the City of Elgin with Crawford, Murphy & Tilly, Inc. for design, administration and planning engineering services in connection with the 2017 Street Resurfacing-Southwest Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: March 11, 2017 Adopted: March 11, 2017 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 11 _day of March ,20 17 ,by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY") and CRAWFORD,MURPHY&TILLY,INC.,a Delaware Corporation authorized to do business in Illinois (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the 2017 STREET RESURFACING - SOUTHWEST (hereinafter referred to as the PROJECT); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW,THEREFORE,it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein,subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR". B. The ENGINEER shall furnish professional engineering services for the PROJECT as outlined herein and as detailed in Attachment A. These services shall generally include preparing contract plan, specifications and estimates for the PROJECT. C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. B. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including,but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right,title and interest,including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid a total not-to-exceed sum of ninety-one thousand three hundred fifteen dollars ($91,315.00) regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 0%. C. Labor costs,overhead,profit, subconsultant fees and direct costs are included in the not-to-exceed fee, including, but not limited to, the sub-consultant work to be performed by Rubino Engineering, Inc. in the amount of$16,000.00 D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in Attachment C and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated,the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination,except that reimbursement shall not exceed the task amounts set forth under Paragraph 4 above. 7. 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 6,shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. Notwithstanding the foregoing,or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to Paragraph 4 hereof,no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred.The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers,employees,agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY,its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official,director,officer,agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified 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 10 entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error,omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means,methods,techniques,sequences or procedures,or for safety precautions and programs in connection with the construction,unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed,national origin, marital status, of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race,color,creed, national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph,phrase,clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed,modified,discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5133E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement,ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: Joseph Evers City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Kelly D. Farley, PE Project Manger Crawford, Murphy & Tilly, Inc. 550 North Commons Drive, Suite 116 Aurora, IL 60504 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing,ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such audit. IN WITNESS WHEREOF,the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ,N ' , Byi�/�/1 By: City Manager ' ' NJ -. WVI— Name/Print: I:c%io A st Title: Vice-President City Clerk ATTACHMENT A SCOPE OF SERVICES Attachment A DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES 1. OVERALL 1. General: The Desgin Engineer will serve as the City of Elgin's representative for the entire design and administration of the planning for the project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Design Engineer shall include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the bidding and planning documents in accordance with the City's objectives of cost,time and quality. The Design Engineer will work closely with and report to the City Engineer or his designee. It shall be understood that the Design Engineer will act as the City Engineer on this project and shall coordinate with other City entities such as the Legal Department, City Clerk, Purchasing Director, Water Director, Sewer Director and Street Director. The Design Engineer shall be responsible for acting as the City Engineer on this project in regards to Federal, State and County issues as well. 2. Law: The Design Engineer is expected to understand all State, County and City Laws governing the implementation of his bidding and planning documents. 2. DESIGN 1. Preliminary Design: a. Project Location: Exhibit 1 establishes the streets and/or areas to be includes in the Design Engineer's bidding and planning documents. b. Project Kickoff: • Establish lines of communication. • Present a work plan for the project including schedule milestones, design criteria(utilize existing standard City contract as a base model), list of information needed to begin design. • Acquire existing information including previous reports plans of recent development and relevant site information • Collect water, sanitary and storm atlases • Interview and document the Sewer, Water and Street departments for their knowledge of issues within the project locations. • Notify utility of pending project. c. Inspection of Project Location: The Design Engineer shall provide site inspection of the entire area as well as the adjacent area. The following shall be included; • Physical inspection of all manholes, valve vaults, catchbasins, inlets, electrical vaults. • Video recording of existing improvements within and adjacent to the project location. Also, private property as it abuts the project. • Complete geotechnical investigations where deemed necessary by the Design Engineer. • Pavement marking inventory. • Video Inspection of entire project. d. Scope of Work Refinement: Based upon the collection of the above information, the Design Engineer shall refine the scope of work, including an estimate of cost, and obtain approval from the City. The Design Engineer shall include alternatives sufficient to insure the base bid will be below the total budget(when considering testing, publications, inspections and other typical costs found in construction projects). e. Construction Documents: Design Engineer will complete plan sheets as necessary, construction estimates, construction specifications, bid and contract documents utilizing a City format. Any alterations or additions to the City format shall be highlighted and fully explained to the City Engineer or his representative. e. Scheduling: For this agreement,the Design Engineer shall develop a schedule for all steps from execution of this agreement to contract award. The schedule shall be updated at a miniumum of every two weeks and submitted to the City Engineer or his designee. f. Surveying: The Design Engineer shall provide a topographic survey of the portions of the project that require water, storm and/or sanitary sewer construction or replacement. The survey shall also pick up existing underground improvements that the City is not improving if the City does not have as constructed drawing for same. Base plan sheets will be developed from this survey at a scale of l"=50'. NOT INCLUDED IN SCOPE/HOURS. g. Construction Estimate: The Design Engineer shall prepare several estimates related to the work the City desires to have completed under this project. Separate estimates are required for each of the utilities and separate locations should the project include multiple locations. In addition, the Design Engineer shall set the project estimates up to allow for alternates to insure a project may be bid and awarded as close to the budget as possible. h. Agency coordination: At a minimum, the Design Engineer shall schedule meetings with the City and any other interested agency, at about the midway point in their plan and specification development to insure they are meeting the expectations of the City. A second meeting shall be held with the City at approximately 95% Page 3 completion to finalize the bid, specifications and planning documents. The Design Engineer shall coordinate with all known public utility companies including verification of the soundness of their structures and any potential relocations/delays. i. Open House: The Design Engineer shall hand deliver or U.S. Mail to each abutting property a notice of this open house a minimum of seven calendar days in advance of construction project. 3. BIDDING 1. Prepare bid forms, notices and addendum as necessary for bidders. 2. Coordinate with purchasing and/or local newspaper to insure the notice is published 10 days in advance of the bid opening. 3. Provide (3) sets of specifications and (20)thumb drives to be issued by the City to prospective bidders. 4. Attend pre-bid meeting with prospective bidders to provide clarification for issues and concerns from bidders. The Engineer will also distribute minutes from pre-bid meeting to the City and all meeting attendees with written answers to concerns/questions from the meeting. 5. The selected Engineer will receive bidder questions and requests for clarification. Based on these questions and requests, the selected Engineer will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders. 6. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Following this review, a recommendation will be presented to the City for award of the construction contracts. 7. Prepare tabulation of bids for distribution to City agencies and interested bidders. 8. Assist the City in the preparation of six (6)copies of final contracts for execution by the successful bidder and the City. EXHIBIT 1 PROJECT LOCATION MAPS • ii II iligCTT E LG I N Crawford, Murphy&Tilly THE CITY IN THE SUBURBS LOCATION MAP 1 CITY OF ELGIN, IL. SOUTHWEST AREA 2017 NEIGHBORHOOD STREET RESURFACING is 1 \,.._ Figs& 1 t , p -• ; , yp�ss • 1 1 \\. . , _I m r• I toF of f .v1% - D - I a, titiay c d �.<,` `D - m to tD MI►/ io _ w 10 C Z 6. !-. i 1 . � �� '�o } -.Harvardi•N,4 , y. . Dr Ln ..Raw -vu J _ r . lila A. 0 ,K ,it,-t.. -1� Berkleyl•St ..j.." 2000 ft I 'A' o J m r J 7 o a rH •.Orsg— STREET FT STREET FT South St.—South Randall to Maple St. 4123 S. Hawthorne St.—South St. to S. Gale St. 965 South St.—Maple St. to Weld Rd. 1151 Harvard Ln.—S. Hawthorne St. to 856 Princeton Ave. Notre Dame Ln.—South St. to Gale Ln. 354 Princeton Ave.—Harvard Ln. to S. Gale St. 1394 Notre Dame Ln.—Gale Ln. to South end 308 Princeton Ct.—Princeton Ave. to West end 243 Gale Ln.—Notre Dame Ln. to S. Gale St. 538 Purdue Ln.—S. Gale St. to Cornell Ln. 784 S. Gale St.—Nautical Way to South St. 567 Cornell Ln.—S. Gale St. to Purdue Ln. 1040 S. Gale St.—South St. to S. Belmont Ave. 2893 S. Belmont Ave.—S. Gale St. to South St. 1723 Dartmouth Dr.—South St. to S. Hawthorne 804 Belmont Ct.—Princeton Ave. to S. Belmont 279 Ave. ,, iris:. . di rh CMT E LG I N Crawford, Murphy&Tilly THE CITY IN THE SUBURBS LOCATION MAP 2 CITY OF ELGIN, IL. SOUTHWEST AREA 2017 NEIGHBORHOOD STREET RESURFACING ►- I ','' A ;.4 , , ii ;Qom. N ;0 2000 e I q r t G ` U .� i 4:00 0 "`'.rC easy.• ` ' IP •n \ �.b . '-•:.b a,2„ .i day y!•7 0 0 . 2. s? t ••- / c::: 49'0, `arc 'mooi. c�`°.. / e? iaOr �r,r `o�eP' , Sutton St C11,i ,fi \'yu9hsdaie•St � 4-1'.:°:'"4_ . Ma'�on•Sl.., ,::..e4 I , . s . 1 or Ok so \te h • f `cam � , `' y` r z le STREET FT Nesler Rd.—U.S. Route 20 to 5000' south 5000 CMT E LG I N Crawford, Murphy&Tilly THE CITY IN THE SUBURBS LOCATION MAP 3 CITY OF ELGIN, IL. SOUTHWEST AREA 2017 NEIGHBORHOOD STREET RESURFACING I — .1-orr ey�Pmes+Or- ,,iiiiii . q.. A' . , .MI il f.:4rtfl'.. '-:. -'' -....44.-..' fel, 1 lit ‘,..,, Ilr -4,4:rig T . - 0 -117 1 ' ilt or s , - O, ti"" •�/SAS b. ''k...0 ' '�' • .. , . I. 11 ,., .- ..• .1 ji, .. IIIII. , i up • . . , ,;„ . „ .11 • • • ,' I S, - ‘ 4 , -I a STREET FT Bowes Rd.—S. McLean Blvd. to E. Crispin 2542 Dr. Bowes Rd.—E. Crispin Dr. to East End 1400 Crispin Dr.—S. McLean Blvd. to Bowes Rd 2600 iliti. . J111 k CMT E LG I N Crawford, Murphy&Tilly THE CITY IN THE SUBURBS LOCATION MAP 4 CITY OF ELGIN, IL. SOUTHWEST AREA 2017 NEIGHBORHOOD STREET RESURFACING Harlan .er-I ,�` t, - \ , Ar le + 1.—.. ---- .. • Kaskaskia Ave - , — . d j • P --co'1 1f y- 1 c. _. s N rteT � ' r2.1. � • 'A: ,i„ * t V • 7 • * __ I Demmond. ► •' ' 1 - w �: ,� y � akte A ii. . i - 5 wt. • w .1"'"' i -it :' d 1 -I Q �"1 r ,(1) =4 t Itt "to ,F" n To} c jo 5.. ` c c.� �. .. - .J �' fp m �- .mW .,., �( c �� < -R - 4-�-tp-}rte • . .0, . 0. -fb 7‹ • '1-4 1 ! tql . i :. • E• ea _ i ) �.jJ f 1 •• 1 r. •2000 8 ,--11-i.:' :11 ,O;''i i • • 0 -ir --wit -- o frt..0 > s _ a i 1 i:z I STREET FT STREET~,j''RHIghlB�d•�gVe.. r FT Eagle Dr.—N. McLean Blvd. to N. Weston 456 N. Aldine Ave.—Oakley Ave. to Lawrence 750 • N. Weston Ave.—Wing St. to Demmond St. 1423 N. Alfred Ave.—Wing St. to Lawrence 2568 Ave. N. Clifton Ave.—Wing St.to Demmond St. 1295 Demmond St.—N. McLean to N. Aldine 1417 N. Melrose Ave.—Wing St. to Demmond St. 1197 Demmond St.—N. Aldine to Wing Park 561 Blvd. N. Melrose Ave.—Demmond St. to Lawrence 1447 Oakley Ave.—N. Melrose to N. Alfred 583 N.Aldine Ave.—Wing St. to South end 1259 Lawrence Ave.—N. McLean to Wing Park 2070 N. Aldine Ave.—Demmond St. to Oakley 700 . CMT E LG I N Crawford, Murphy&Tilly THE CITY IN THE SUBURBS LOCATION MAP 5 CITY OF ELGIN, IL. SOUTHWEST AREA 2017 NEIGHBORHOOD STREET RESURFACING li b I r ; 1 I 1 `I I t r- - - HOOPS Rd / STREET FT Blume Dr.—Hopps Rd. to Blume Dr. 2450 Vernice Dr.—Blume Dr. to East end 141 Hopps Rd.—CC&P RR to 1400' East 1400 s _—__ i CMT E LG I N Crawford. Murphy&Tilly THE CITY IN THE SUBURBS LOCATION MAP 6 CITY OF ELGIN, IL. SOUTHWEST AREA 2017 NEIGHBORHOOD STREET RESURFACING _ - . • -- t _ .Erie-St.r--- •• ,_ . (14 rroi' N f . ' , 154 - + - iv - 1 o0o ft 11.. -,* r 41,�r ; , n r Meye'rSl *` :} 44P • �t - '� .I .„ , . 1 ., .,. tw-d„. . - .... .. . : A ...: : . ., . . 1 ,0 e 41 : ,..,.... .,4.4446......:1 nom. _ " w•- ‘,....7.'.'. 1: ' i ._ , ,, ..f...,..,„„ STREET FT STREET Pr Erie. St.—S. McLean Blvd. to S. Jane Dr. 1119 Kathleen Dr.—Mulberry Ln.to Meyer St. 335 Gordon Ct.—S. Jane Dr. to SW end 203 Mulberry Ln.—S. Lyle Ave.to Lilac Ln. 1098 Dennis Ct.—Erie St. to South end 285 Lilac Ln.—Mulberry Ln. to Main Ln. 646 Meyer St.—Kathleen Dr. to Robert Dr. 1125 Main Ln.—S. McLean to Mulberry Ln. 1948 Robert Dr.—Erie St. to Meyer St. 564 Mulberry Ct.—Mulberry Ln. to South end 262 City of Elgin -2017 Street Resurfacing MAP STREET NAME FROM TO PAVEMENT STREET SECTION PRELIMINARY CATEGORY STRATEGY CONDITION RANK LENGTH(FT) COST ESTIMATE South Street South Randall Road Maple Street 69 15 1 4123 $270,581 South Street Maple Street Weld Road 56 15 1 1151 $65,700 Notre Dame Lane South Street Gale Lane 72 25 1 354 $22,125 Notre Dame Lane Gale Lane South End 50 25 1 308 $19,894 Gale Lane Notre Dame Lane South Gale Street _ 82 25 1 538 $33,619 South Gale Street Nautical Way South Street 81 26 1 567 $25,988 South Gale Street South Street South Belmont Avenue 81 25 1 2893 $180,806 Dartmouth Drive South Street South Hawthorne Street 93 25 1 804 $50,250 1 South Hawthorne Street South Street South Gale Street 78 25 1 965 $62,325 Harvard Lane South Hawthorne Street Princeton Avenue 92 25 1 856 $48,150 Princeton Avenue Harvard Lane South Gale Street 80 25 1 1394 $89,231 Princeton Court Princeton Avenue West End 47 25 3 243 $20,412 Purdue Lane South Gale Street Cornell Lane 89 25 1 784 $50,625 Cornell Lane South Gale Street Purdue Lane 76 25 1 1040 $67,163 South Belmont Avenue South Gale Street South Street 73 25 1 1723 $111,281 Belmont Court Princeton Avenue South Belmont Avenue 89 25 1 279 $18,019 Total Map 1= 18022 51,136,169 MAP STREET NAME FROM TO PAVEMENT STREET SECTION PRELIMINARY CATEGORY STRATEGY CONDITION RANK LENGTH(FT) COST ESTIMATE 2 Nesler Road IL Route 20 5100'South 1 5100 $380,000 Total Map 2= 5100 5380,000 City of Elgin-2017 Street Resurfacing MAP STREET NAME FROM TO PAVEMENT CATEGORY STRATEGY STREET SECTION PRELIMINARY CONDITION RANK LENGTH(FT) COST ESTIMATE Bowes Road South McLean Blvd East Crispin Drive 80 13 1 2542 $427,744 3 Bowes Road East Crispin Drive East End 81 15 1 1400 $228,113 Crispin Drive South McLean Blvd Bowes Road 75 25 1 2600 5244,650 Total Map 3= 6542 $900,507 MAP STREET NAME FROM TO PAVEMENT CATEGORY STRATEGY STREET SECTION PRELIMINARY CONDITION RANK LENGTH(FT) COST ESTIMATE Eagle Drive North McLean Blvd North Weston Avenue 82 25 1 456 $30,394 North Weston Avenue Wing Street Demmond Street 84 25 1 1423 $94,875 North Clifton Avenue Wing Street Demmond Street 82 25 1 1295 $83,644 North Melrose Avenue Wing Street Demmond Street 84 25 1 1197 577,306 North Melrose Avenue Demmond Street Lawrence Avenue 87 25 1 1447 $93,450 North Aldine Avenue Wing Street South End 82 25 1 1259 $78,694 4 North Aldine Avenue Demmond Street Oakley Avenue 81 25 1 700 $44,240 North Aldine Avenue Oakley Avenue Lawrence Avenue 55 25 2 750 $59,513 North Alfred Avenue Wing Street Lawrence Avenue 84 25 1 2568 $158,644 Demmond Street North McLean Blvd North Aldine Avenue 78 25 1 1417 $91,519 Demmond Street North Aldine Avenue Wing Park Blvd 85 25 1 561 $37,406 Oakley Avenue North Melrose Avenue North Alfred Avenue 75 25 1 583 $37,650 Lawrence Avenue North McLean Blvd Wing Park Blvd 73 25 1 2070 $163,856 Total Map 4= 15726 $1,051,191 MAP STREET NAME FROM To PAVEMENT STREET SECTION PRELIMINARY CATEGORY STRATEGY CONDITION RANK LENGTH(FT) COST ESTIMATE Blume Drive Hopps Road Blume Drive 67 25 1 2450 $136,819 5 Vernice Drive Blume Drive East End 67 25 1 141 $6,750 Hopps Road C C&P RR 1400'East 78 26 1 1400 $105,000 Total Map 5= 3991 $248,569 City of Elgin-2017 Street Resurfacing ' MAP STREET NAME FROM TO PAVEMENT STREET SECTION PRELIMINARY CATEGORY STRATEGY CONDITION RANK LENGTH(FT) COST ESTIMATE Erie Street South McLean Blvd South Jane Drive 87 25 1 1119 $64,313 Gordon Court South Jane Drive SW End 87 25 1 203 $13,107 Dennis Court Erie Street South End 76 25 1 285 $18,413 Meyer Street Kathleen Drive Robert Drive 83 25 1 1125 575,169 Robert Drive Erie Street Meyer Street 80 25 1 564 537,594 6 Kathleen Drive Mulberry Lane Meyer Street 83 25 1 335 $22,331 Mulberry Lane South Lyle Avenue Lilac Lane 86 25 1 1098 $70,913 Lilac Lane Mulberry Lane Main Lane 89 25 1 646 $41,719 Main Lane South McLean Blvd Mulberry Lane 84 25 1 1948 $143,606 • Mulberry Court Mulberry Lane South End 88 25 1 262 $16,913 Total Mop 6= 7585 5504,078 Overall Project Totals= 56,966 $4,220,514 a • ATTACHMENT B PROJECT SCHEDULE CITY OF ELGIN, IL. 2017 NEIGHBORHOOD STREET RESURFACING PROGRAM City of Elgin 2017 Neighbrohood Street Resurfacing Calendar Start End February 1st- February 15th- March 1st- March 16th- April 1st- April 13th- May 1st- May 18th- June 1st- June 15th- July 1st- July 13th- August 1st- August 17th- Program Days Februaryl4th February 28th March 15th March 31st April 12th April 30th May 17th May 31st June 14th June 30th July 12th July 31st August 16th August 31st Total Project Duration 210 2/3/17 9/1/17 Kickoff Meeting with City of Elgin 1 2/3/17 2/3/17 Pavement Cores 11 2/6/17 2/17/17 Inspection of Project Location 11 2/13/17 2/24/17 Scope of Work Refinement 4 2/20/17 2/24/17 Preliminary Construction Documents(Plans,Specs& Estimates) 18 2/27/17 3/17/17 Agency Coordination/City Review 11 3/20/17 3/31/17 Final Construction Documents(Plans,Specs& 11 4/3/17 4/14/17 Estimates) Final City Review 8 4/17/17 4/25/17 Project Advertisement 14 5/2/17 5/16/17 Open Bids 1 5/17/17 5/17/17 Award Construction Contract 1 5/24/17 5/24/17 Construction 94 5/30/17 9/1/17 J ATTACHMENT C DETAILED COST BREAKDOWN CRAWFORD,MURPHY&TILLY,INC. Prep By K.c arley CONTRACT ATTACHMENT-ATTACHMENT C2017 PROFESSIONAL SERVICES COST ESTIMATE DATE 01/18/17 CLIENT Ciyt of Elgin PROJECT NAME 2017 Street Resurfacing Apprvd PROD PNCL CMT JOB NO. DATE 01/18/17 0 o 6' /0 .0�0✓,• s:ti`Ss / "Ss 0/s`ss FLi -11b:+0 F sti/O Az., 4.. Tc� 1004" �e0�'9.y F,L Qo oQ ccCT O3„`Ss OQ 2iq OQ sA OQ S�0 tiC �T <9 yyi Oy oy CO y ,Q ,y TASKS \ CLASSIFICATIONS �/ C O G .9 F ti T F A 'y, L, Lj G 90 S' 0 060 ti POS i/q.,4, 'PL'S'c 'j'C IlIO qs 0/ <y 1ct c �C' tiL C9 , , Yis, s, Gyp G 1- 9l F�FcT T 190/ti c• sO'yi)<s�xF''p y/c -91,51" O)cep S�I,c/ ccP(l,06 q1,/ lli y�b?y,LT 'Zq&"y d Fp S T Q 9 A I+ CURRENT YEAR 2017 HOURLY RATES UN) $195 $165 $135 $125 $115 $115 $125 $80 $100 $75 $50 TOTAL DESIGN 1 Project Kickoff Meeting 4 10 14 2 Inspection of Project Location 80 200 _ 280 3 Scope of Work Refinement _ 10 32 42 4 Preliminary Construction Documents 20 30 50 5 Final Construction Documents 16 10 26 6 Scheduling 2 2 7 Construction Estimate 4 _ 10 14 8 Agency Coordination 6 _ „ 6 9 Project Administration , 16 BIDDING 1 Bid Forms and Notices 4 20 24 2 Prepare and Coordinate Advertisement 2 8 10 3 Provide Contact Packages to City 2 s 2 4 Pre-Bid Meeting 2 4 6 5 Prepare Addenda 4 4 6 Bid Opening 6 6 7 Evaluate Bids and Recommendation 4 _ 16 20 8 Bid Tabulation _ 8 8 9 Preperation of Final Bid Contracts 10 30 40 TOTAL MAN HOURS 22 158 390 _ 570 SUBTOTAL- BASE LABOR EFFORT $4,290 $21.330 $48,750 $74,370 TOTAL DIRECT EXPENSE 8 REIMBURSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS SUBS OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL ADMIN EXP EXP EXPENSE FEE DESIGN 1 Project Kickoff Meeting $2,030 S25 $25 $2,055 2 Inspection of Project Location $35,800 6470 $16,000 $16,470 $52,270 3 Scope of Work Refinement $5,350 _ $5,350 4 Preliminary Construction Documents $6,450 $6,450 5 Final Construction Documents $3,410 S400 $400 $3,810 6 Scheduling $390 $390 7 Construction Estimate $1,790 $1,790 . - 8 Agency Coordination $810 $810 9 Project Administration $3,120 $3,120 BIDDING 1 Bid Forms and Notices $3,040 $3,040 2 Prepare and Coordinate Advertisement $1,270 $1,270 3 Provide Contact Packages to City $250 $250 4 Pre-Bid Meeting $770 6. $25 $795 5 Prepare Addenda $500 $500 6 Bid Opening $750 $25 $775 7 Evaluate Bids and Recommendation $2,540 $2,540 8 Bid Tabulation $1,000 $1,000 9 Preperation of Final Bid Contracts $5,100 $5,100 TOTALS $74,370 54011 $16,000 $16,945 $91,315 TIME PERIOD OF PROJECT :,017 " 2020 TOTAL EST%OF OT HRS INCLUDED ABOVE MULTI-YEAR*OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR ""' AVERAGE OVERTIME RATE PREMIUM 15% MLTPLR 8 AMT WEIGHTING FACTOR FOR 3%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENT FACTOR 1.0000 ESTIMATED CONTINGENCY ROUNDING TOTAL FEE MATH C" I I I $91,315 2017 Street Resurfacing Proposal.xls TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 1/10/2017 R 36 AM