Loading...
18-61 Resolution No. 18-61 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH TROTTER AND ASSOCIATES FOR DESIGN AND CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE 2018 STREET RESURFACING PROGRAM AND 2018 SANITARY SEWER LINING PROGRAM BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER 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 an Agreement on behalf of the City of Elgin with Trotter and Associates for roadway design services, sanitary sewer lining design services and construction engineering services in connection with the 2018 Street Resurfacing Program and 2018 Sanitary Sewer Lining Program, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: May 23, 2018 Adopted: May 23, 2018 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 23 day of May, 2018,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Trotter and Associates, an Illinois professional service corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with roadway design services, sanitary sewer lining design services and construction engineering services relating to the 2018 Street Resurfacing Program and the 2018 Sanitary Sewer Lining Program (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, 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 City Engineer of the CITY, herein after referred to as the "DIRECTOR". B. The ENGINEER shall provide the Design and Construction Administration and Construction Engineering services for the 2018 Street Resurfacing Program (10 roadways or streets, including National Street) and the 2018 Sanitary Sewer Lining Program(including National Street and various other locations,which are germane to the 2018 Resurfacing Program) as follows: • 2018 Street Resurfacing Program Design Engineering Services(10 Roadways or Streets, including National Street) • 2018 Sanitary Sewer Lining Program Design Engineering Services(including National Street and various other locations, which is germane to the 2018 Street Resurfacing Program) • 2018 Street Resurfacing Program Construction Engineering Services (10 Roadways or Streets, including National Street) • 2018 Sanitary Sewer Lining Program Construction Engineering Services (including National Street and various other locations, which is germane to the 2018 Street Resurfacing Program) 2018 Sanitary Sewer Lining Program Construction Engineering Services (including National Street and various other locations, which is germane to the 2018 Street Resurfacing Program) hereinafter (collectively referred to as the "2018 Additional Engineering Services"). C. A detailed Scope of Services for the PROJECT 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 A. For services provided pursuant to this Agreement the ENGINEER shall be paid at the hourly rate for the classification of personnel employed on this PROJECT as depicted in Attachment C attached hereto, with the total fees and amounts to be paid to the ENGINEER not to exceed $342,150, regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of services are authorized in writing by the DIRECTOR and are approved by way of written amendment to this Agreement executed by the parties hereto. The following amounts have been - 2 - allocated to the various services to be performed pursuant to this Agreement and are included within the total not to exceed amount of$342,150: • 2018 Collector Street Resurfacing Design Engineering $13,839 Services • 2018 Sanitary Sewer Lining Design Engineering $16,047 Services • 2018 Collector Street Resurfacing Construction $298,150 Engineering Services • 2018 Sanitary Sewer Lining Construction Engineering $14,114 Services" B. All costs and reimbursable expenses are included in the not to exceed fee of $342,150 provided in subparagraph A above including,but not limited to,the work to be performed by Rubino Engineering for the amount of$13,280. C. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. 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 Paragraph 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 - 3 - 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 - 4 - 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. - 5 - 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. - 6 - 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 5/33E et seq. or any similar state or federal statute regarding bid rigging. - 7 - 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: - 8 - A. As to CITY: Ron Rudd City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Trotter and Associates 40W201 Wasco Road, Suite D St. Charles, Illinois 60175 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 ENGINEER: By s / ./�. By: ' City Manager Attes . Name 'rint: e/Zeflj ,5>O77- oZ r-/VZ htf-6(- 4 Title: City Clerk F:\L.egal Dept\Agreement\Trotter Associates Agr-2018 Collector St Resurf-5-4-I8.docx - 9 - ATTACHMENT A SCOPE OF SERVICES CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING ACTIVITIES A. CONSTRUCTION ADMINISTRATION 1. General: The Construction Administrator will serve as the City of Elgin's representative for the entire construction 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 Construction Administrator will provide all Level I management services. These services are defined as all management functions and requirements over and above the daily routine project requirements. They will 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 construction project in accordance with the City's objectives of cost,time and quality.The Construction Administrator will work closely with and report to the Director or his designee. 2. Specific Duties and Responsibilities: a. Project Control: Establish and maintain lines of communication, authority, and procedures for coordination among the City, Director, Design Engineer, Contractors, and Construction Engineer as needed to carry out the project construction requirements. Provide a pre- construction video of the entire project. b. Additional Services: When required, identifies the need for, and retains professional services of a surveyor, testing laboratories and other special consultants,and coordinates these services during their performance. c. Contract Requirements: Administrates and monitors for the Director, contractors and other project consultants, the contractual requirements for items such as insurance, bonds, and general conformance with governmental regulations, including minority compliance. d. Construction Monitoring: Monitors theworkofcontractors and construction engineer to insure adequate quality control of the construction work and compliance with the design drawings,specifications andother required regulations. e. Scheduling: Works with the contractor and Construction Engineer to insure that a workable construction schedule is developed and agreed to by all parties. Provide for continuous monitoring (WEEKLY UPDATES) of the schedule as construction progresses. Identify potential variances between scheduled and probable completion dates. Review schedule for work completed, not started or incomplete and recommend to the Director,Construction Engineer and contractors, adjustments in the schedule to meet the probable competition date. Provide summary reports of each monitoring and document all changes in schedule. Together with the Construction Engineer determine the adequacy of the contractor's personnel and equipment and the availability of materials and supplies to meet the schedule. Recommend courses of action to the Director when requirements of a contract are not being met. f. Shop Drawings: Monitor the submittal of all shop drawings, catalog cuts and material selections by the contractors and coordinate timely approval of the same by the Design Engineer. Review and monitor on a continuing basis the delivery status of critical material and equipment so as to prevent unnecessary delays. g. Administration: Handle all project administrative correspondence including preparation of all written documents and correspondence requiring the City's signature and authorization.Maintain a file on all project correspondence and records to include daily construction reports prepared by the Design Engineer's field Construction Engineer. h. Contractor's Payment: Review and process for payment, though the Director, all applications by contractors and design consultants for progress and final payments. i. Change Orders: Recommend necessary or desirable changes to the Director and the Design Engineer,review requests for changes, and handle all administrative aspects to include contractor negotiations, formal preparation and submission with recommendation to the Director. j. Cost Control: Monitors all project costs and revises and refines the initially approved changes as they occur, and develop cash flow reports and forecasts as needed. k. Job Meetings: Conduct periodic (weekly in general)progress meetings with all associated parties to review construction progress, procedures, scheduling, design interpretation, problem areas and overall coordination. - 11 - 1. Reports: Provide a timely weekly status reporting system to keep the City abreast of all aspects of the project which will: a) emphasize problem areas to the Director on a by exception basis; and b) present solutions for the problems which will enable management to make decisions on a go-or-no-go basis. m. Public Information: Provides advance and current information to the public as necessary and appropriate.Works with citizens directly impacted by contractor to protect citizen's interests. n. Final Completion: Together with the Design Engineer and Construction Engineer conduct a pre-final inspection and develop a pre-final inspection and develop a pre-final punchlist for the contractor. Upon competition of the pre-final punchlist notify the Director that a final inspection is in order. Attend the final inspection with the Director and contractors. Advise the Director when all punchlist work resulting from the final inspection has been completed. Recommend,prepare, and process all final pay estimates through the Director and insure final invoice is submitted to the Director within 30 calendar days of the completion date. o. As-built Drawings: Review as-built drawings prepared by the Construction Engineer to insure adequate information has been given to facilitate on-going maintenance work by the City. Coordinate distribution of copies to the City Engineering, Public Works Operations and Water Divisions as appropriate. A hard copy sufficient for review and electronic format sufficient to download into the city's data base map required as final as-built drawings. B. CONSTRUCTION ENGINEER 1. General: The Design Engineer may serve as the City's on-site construction representative for the construction project as the Construction Engineer. He will be responsible for the general control and field inspection of the construction project and will provide all Level 2 management services.These services are defined as all management functions required for day to day control of the project. They will include field inspection, design interpretation, contract administration and general coordination and control of the day to day construction activities of the contractor to insure timely completion and quality construction in strict compliance with contract drawings and specifications. The Construction Engineer will work closely with and report to the Construction Administrator. 2. Specific Duties and Responsibilities a. Liaison and Contract Control: - 12 - Assist and provide guidance to the contractors in understanding the intent of the contract documents. Serve as the City's representative with the contractors working principally through the contractor's project engineer and on-site superintendent. Serve as the City's liaison with other local agencies,utility companies,state agencies,businesses, etc. keeping them advised of day to day activities. b. Review of Work. Rejection of Defective Work, Inspection and Testing: 1) Conduct on-site observations of the work in progress to determine that the project is proceeding in accordance with the contract documents and that completed work will conform to the requirements of the contract documents. 2) Instruct contractor to correct any work believed to be unsatisfactory, faulty or defective or does not conform to the requirements of the contract documents, or does not meet the requirements of any inspections, tests or approval required to be made; and advise Construction Administrator of action taken and if any special testing or inspection will be required. 3) Verify that tests are conducted as required by the contract documents and in presence of the required personnel, and that contractors maintain adequate record thereof; observe,record and report to Construction Administrator appropriate details relative to the test procedures. 4) Perform or cause to have performed as applicable, all required field tests such as concrete tests, soil compaction tests and insure such tests are made by as may be specified. Analyze the results of all field and laboratory tests to determine the suitability of materials tested. Unless the consultant has incorporated the Clean Construction and Demolition Debris (CCDD) into the construction documents, he/she shall be responsible for all costs to properly meet the requirements of the law. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to Construction Administrator. c. Contractors Suggestions and Requests: Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the Construction Administrator with any time and cost implications for final decision. d. Shop Drawings: 1) Review and approve shop drawings and samples,the results of tests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the contract documents: determine the acceptability of substitute materials and equipment proposed by contractor(s); and receive and review (for general content as - 13 - required by the specifications) maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection which are to be assembled by contractor(s) in accordance with the contract documents. 2) Record and maintain a shop drawing submittal and approval log and notify contractor whenever submittals are lacking or untimely. e. Schedules: Review construction schedule, schedule of shop drawing submissions and schedule of values prepared by the contractor. Be alert to the construction schedule and to the conditions which may cause delay in completion and report same to the contractor and the Construction Administrator in sufficient time to make adjustments. f. Conferences: 1) Attend periodic progress meetings scheduled by the Construction Administrator with all associated parties to review the overall project status and problems. 2) Arrange a schedule of on-site job work meetings with the general contractor and sub-contractors to review day to day requirements and problems. Maintain and circulate copies of minutes thereof. g. Contract Administration and Records: 1) Handle all day to day contract administration and associated correspondence in accordance with the established procedures. 2) Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and sample submissions,reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports, and other project related documents. 3) Keep a diary or log book, recording contractor's hours on the job site, weather conditions, data relative to questions of extras or deductions, list of visiting officials, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures. 4) Record names, addresses and telephone numbers of all contractors, sub-contractors and major suppliers of equipment and materials. h. Reports: Furnish Construction Administrator written reports as required of progress of the work and contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. - 14 - Contractors Payment Requisition: Review applications for payment with contractor for compliance with the established procedure for their submission and forward them with recommendations to Construction Administrator, noting particularly their relation to the schedule of values, work completed and materials and equipment delivered to the site. j. Governmental Policies: Review contractor EEO policies and other governmental mandated programs to insure contractor compliance with the governing regulations. k. Change Orders: Perform initial evaluation of change orders and submit same to Construction Administrator with recommendation and cost estimate breakdown for final approval and processing. 1. As-built Drawings: Maintain an accurate record of all field conditions and upon completion of the project insure that the design drawings are revised to show the true as-built condition. m. Final-Completion: 1) Together with the Construction Administrator conduct a pre-final inspection and prepare and give to the contractor a pre-final punchlist. Thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment. 2) Together with the Construction Administrator conduct a final inspection with the City Engineer, Public Works Operations, and Water Division as appropriate, Project Manager and the general contractor. Prepare a final punchlist and thereafter insure that the contractor completes same in an expeditious fashion.Notify the Construction Administrator in writing when all work is completed and ready for final payment. - 15 - ATTACHMENT B PROJECT SCHEDULE • The 2018 Street Resurfacing Program Design and the 2018 Sanitary Sewer Lining Program Design are scheduled to be completed by May 11, 2018 including the city's review. • The 2018 Street Resurfacing Program and the 2018 Sanitary Sewer Lining Program are scheduled to be advertised for bidding the week of May 14, 2018 with a scheduled bid opening of the week of May 28, 2018. • The 2018 Street Resurfacing Program and the 2018 Sanitary Sewer Lining Program construction contracts will be presented to the city council for approval on June 13th, 2018 with physical construction commencing shortly thereafter. • The 2018 Sanitary Sewer Lining Program construction shall be substantially complete by October 1, 2018. • The 2018 Street Resurfacing Program construction shall be completed by November 1, 2018. 2018 Elgin Street Resurfacing Program-Design Estimated Person Hours By Task& Classification Senior Project Senior Task/Description Project Engineer II Staff Hours Costs Manager Technician Engineer 2018 Collector Street Resurfacing-Design 1 Additional Design of the Wellington Neighborhood Streets 7 10 16 32 65 2 Bidding 7 4 21 32 3 Incidentals 0 $258 Total Hours 14 10 20 53 97 Hourly Rate$/HR $183 $193 $155 $113 Labor Cost $2,562 $1,930 $3,100 $5,989 TOTAL= $13,581 Note:Direct Costs Trotter and Associates-$258 Incidentals, Copying, Mail I Total plus Direct CostsCost $13,839 City of Elgin 2018 Sanitary Sewer Lining Project Number COE020 2018 Elgin Sanitary Sewer Lining Program Task Manpower and Fee Summary-Design Department Project CAD Total Fee Task Engineer VIII Director Engineer Designer Secretarial Manhours Summary Design Phase Contract Documents 1 4 40 45 $ 5,739 Bid Package 12 16 28 $ 3,064 Opinion of Probable Costs 8 8 $ 1,104 Subtotal Design Phase 1 4 60 0 16 81 $ 9,907 Bid Assistance Pre-Bid Meeting 1 2 3 $ 276 Respond to Bidders 8 8 $ 1,104 Addenda 8 8 16 $ 2,248 Distribute Plans and Specifications 16 16 $ 1,408 Bid Review and Recommendation 8 8 $ 1,104 Subtotal Bid Assistance 0 1 26 8 16 51 $ 6,140 TOTAL MANHOURS 1 5 86 8 32 132 $ 16,047 2018 Elgin Street Resurfacing Program Estimated Person Hours By Task&Classification 80 Working Days at 10 Hours per Day Senior Project Project Senior Task/Description Project Engineer II Staff Hours Costs Manager Coordinator Technician Engineer 2018 Street Resurfacing Northwest-Construction 1 Pre-Construction Video 4 4 8 2 Pre-Construction&Progress Meetings 40 40 4 4 88 3 Shop Drawings 4 6 10 4 Construction Observation 800 640 1440 5 Documentation 80 80 160 6 QA Material Testing 8 8 $13,280 7 Construction Administration&Coordination 80 10 20 110 $550 8 Contractor Pay Requests 40 16 56 9 Change Orders 10 10 10 Pre-Final Punchlist 30 30 60 11 Final Walkthrough 10 10 20 12 Contract Closeout 6 20 16 42 Total Hours 134 10 60 1002 806 2,012 Hourly Rate$/HR $183 $183 $193 $155 $113 Labor Cost $24,522 $1,830 $11,580 $155,310 $91,078 TOTAL= $284,320 Note:Direct Costs Trotter and Associates-$550 Incidentals,Copying,Mail Note:Direct Costs Rubino Engineering-$13,280 Pavement Cores,Soil Borings, Material Testing I Total plus Direct Costs $298,150 City of Elgin 2018 Sanitary Sewer Lining Project Number COE020 2018 Elgin Sanitary Sewer Lining Program Task Manpower and Fee Summary-Construction Department Project CAD Total Fee Task Engineer VIII Director Engineer Designer Secretarial Manhours Summary Construction-Related Services Pre-Construction Conference 1 2 3 $ 276 Clarify Documents 8 8 $ 1,104 Change Orders 8 8 $ 1,104 Shop Drawings 12 12 $ 1,656 Pay Requests 16 16 32 $ 3,616 Resident Project Representation 4 32 36 $ 4,416 Subtotal Construction-Related Services 0 5 78 0 16 99 $ 12,172 Completion Documents Bonds, Certificates, Warranties, Insurance 12 2 14 $ 1,942 Subtotal Completion Documents 0 0 12 2 0 14 $ 1,942 TOTAL MANHOURS 0 5 90 2 16 113 $ 14,114 ATTACHMENT C SCHEDULE OF HOURLY RATES AND REIMBURSABLE EXPENSES 2018 Schedule of Hourly Rates 2018 Reimbursable Expenses Item Unit Unit Price Classification Billing Rate Principal Engineer $225.00 Engineering Copies Sq.Ft. S0.29 1-249 Sq.Ft. Engineer VIII $219.00 En ineer VII $193.00 Engineering Copies Sq.Ft. $0.27 g 250-999 Sq.Ft. Engineer Level VI $183.00 Engineering Copies Sq.Ft $025 Engineer Level V $158.00 1000-3999 Sq.Ft. Engineer Level IV $138.00 Engineering Copies Sq.Ft. $0.23 Engineer Level III $125.00 3999 Sq.Ft.&Up Engineer Level II $113.00 Mylar Engineering Copies Each $8.00 Engineer Level I $100.00 up to 24"by 36" Engineering Intern $52.00 Color Presentation Grade Sq.Ft. 55.15 Large Format Print Senior Technician $155.00 Technician Level IV $138.00 Comb Binding> 120 Sheets Each 54.75 Technician Level III $125.00 Comb Binding< 120 Sheets Each $3.50 Technician Level II $109.00 Binding Strips(Engineering Plans) Each 51.00 Technician Level I $98.00 5 Mil Laminating Each $1.25 GIS Specialist III $143.00 GIS Specialist II $109.00 Copy I I"x 17" Each $0.50 -Color GIS Specialist I $98.00 Copy 11"x 17" Each $0.25 Clerical Level III $88.00 -Black and White Clerical Level II $76.00 Copy 8.5"x 11" Each S0.25 Clerical Level I $64.00 -Color Professional land Surveyor $183.00 Copy 8.5"x 11" Each $0 12 Survey Crew Chief $155.00 - Black and White Survey Technician Level II $79.00 Recorded Documents Each $25.00 Survey Technician Level I $66.00 Plat Research Time and Material Department Director $183.00 Per Diem Each Day $30.00 Prevailing Wage Survey Foreman** $185.00 Field/Survey Truck Each Day $45.00 Prevailing Wage Survey Worker** $181.00 Sub Consultants Cost Plus 5% Postage and Freight Cost **Rates will be escalated for Overtime&Holiday Pay to adjust for Mileage Per Mile Federal Rate Premium Time bused on the current Illinois Department of Labor Rules Note: On January I"of each year, the fees and hourly rates may be escalated by an amount not to exceed five(5)percent. - 17 -