Loading...
19-23 Resolution No. 19-23 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HAMPTON, LENZINI AND RENWICK, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2019 STREET RESURFACING PROGRAM — SWAN 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 Hampton, Lenzini and Renwick, Inc., for professional services in connection with the 2019 Street Resurfacing Program — SWAN, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: February 27, 2019 Adopted: February 27, 2019 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 27 day of February ,2019,by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Hampton, Lenzini and Renwick, Inc., a Delaware corporation, authorized to do business in the State of Illinois (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2019 Street Resurfacing Program— SWAN (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, herein after referred to as the "DIRECTOR". B. The Scope of Services for the project shall include engineering and bidding services for the 2019 Street Resurfacing Program -SWAN. C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A, and incorporated into this Agreement by this reference. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided herein under. • Notice to Proceed—March 4, 2019 • Bid Opening—June 25, 2019 • Beginning of Construction—August 19, 2019 • Construction Completion—October 30, 2019 B. A detailed project schedule for the PROJECT is included as Attachment B, attached hereto, and incorporated into this Agreement by this reference. 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 at the effective rate of 3 times the direct hourly rate of personnel employed on this PROJECT based on the fee schedule provided in Section 4D, with the total fee not to exceed $64,330.00, Attachment C — Detailed Cost Breakdown, 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, and approved by way of written amendment to this Agreement executed by the parties. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus 5 percent(5%). The cost of any such outside services is included within the total not-to-exceed amount of $64,330.00 provided for in Section 4A above. C. Other reimbursable components of the fee include: • Laboratory testing$700/sample for Clean Construction Demolition Debris The cost of any such reimbursable expenses is included within the total not-to- exceed amount of$64,330.00 provided for in Section 4A above. 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 the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. - 2 - The following table format will be used showing estimated completion milestone dates and anticipated invoicing amount. Date Estimated % Estimated Value of Estimated Completion Work Completed Invoice Value 3/31/2019 35% $22,515 $22,515.50 4/30/2019 35% $45,031 $22,515.50 5/31/2019 15% $54,680 $9,649.50 6/30/2019 15% $64,330 $9,649.00 Total 100% $64,330.00 Attachment D includes the employee classification and rate table. 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 section 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 section 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 - 3 - 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 section 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 section 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 section 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. -4 - 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. E. 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. - 5 - 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 section, sub-section,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 sections 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 - 6- 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. 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; - 7 - 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 DIRECTOR 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: B. As to ENGINEER: Ron Rudd Randal G.Newkirk City Engineer Corporate Secretary City of Elgin Hampton, Lenzini and Renwick, 150 Dexter Court Inc Elgin, Illinois 60120-5555 380 Shepard Dr. Elgin, IL 60123 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 - 8- 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 legally authorized to work in 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. 30. EXECUTION This agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same agreement. For the purposes of executing this agreement, any signed copy of this agreement transmitted by fax machine or e-mail shall be treated in all manners and respects as an original document. The signature of any party on a copy of this agreement transmitted by fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e-mail copy of this agreement shall be re-executed by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such defense. IN WITNESS WHEREOF, the parties hereto have entered into and executed thpis Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By/ ,e1%� %/' By: City Manager Na e/Print: Randal G.Newkirk Title: Corporate Secretary A►e . hiA(A City Clerk F:\Legal Dept\Agreement\ENGINEERING AGREEMENT-FORM-clean-10-2-18.docx - 9 - ATTACHMENT A SCOPE OF SERVICE 2019 ELGIN RESURFACING PROGRAM -SWAN Hampton,Lenzini and Renwick,Inc.(HLR)is pleased to submit the following scope of service for the 2019 Resurfacing Program. It is understood that the following streets will be included in the resurfacing program: • North/South Streets o S. Commonwealth Avenue from Morgan Street to South Street(Approximately 1,350 feet) o Marguerite Street from Morgan Street to South Street (Approximately 1,550 feet) o Wilcox Avenue from Route 20 to South Street(Approximately 2,500 feet) o Vandalia Street from Orange Street to Walnut Avenue(Approximately 1,300 feet) o Wabash Avenue from Orange Street to Walnut Avenue(Approximately 1,300 feet) o Gertrude Street from Morgan Street to Walnut Avenue(Approximately 1,650 feet) o Union Street from approx. 125 ft South of Union Court to South Street(Approximately 650 feet) • East/West Streets o Kate Street from Marguerite Street to Vandalia Street(Approximately 950 feet) o Washburn Street from S. Commonwealth Avenue to Moseley Street -Omit Washburn from Jewett Street to Orchard Street due to concurrent projects)(Approximately 2,700 feet) o Oak Street from Marguerite Street to Jewett Street(Approximately 2,000 feet) o Orange Street from S. Commonwealth Avenue to Jewett Street(Approximately 2,400 feet) o Union Court(Approximately 700 feet) • Total Resurfacing Length= 19,050 feet= 3.5 miles Below is the proposed Scope of Services for the 2019 Elgin Resurfacing Project. 1. Review Meeting: HLR will meet with City staff to review details of the program including, but not limited to, street segments, potential mix designs and proposed roadway sections, anticipated schedules, appurtenant work,survey requirements(if needed), geotechnical service,and recommended improvement strategies. 2. Preliminary Street Walkthrough and Preliminary Estimate of Probable Cost: HLR will walk the project, document existing conditions using video/photographs, and develop a preliminary plan for improvement. This preliminary plan will include an Estimate of Probable Cost for each roadway of the resurfacing project and include sidewalk, curb&gutter,and drainage structure rehabilitation/replacement. Coordination will also occur with public and private utilities. HLR will coordinate with the City of Elgin Engineering/Utilities/Public Works for any requested utility improvements. The Estimate of Probable Cost will be created so that modifications can be easily made to meet the City's budget. 3. Walkthrough with City: After developing a preliminary plan, HLR will walk each street location with the City to explain the anticipated improvements and revise plan as necessary based on City feedback. 4. Site Evaluation:If necessary,HLR will coordinate soil borings and pavement cores where required depending on improvement strategy of each location. Based on previous experience, HLR feels that this project will include survey of a maximum of 8 street corners where ADA compliance will be difficult, and engineering will be necessary. Also, survey is included for a maximum of 3 blocks where street reprofiling. 5. Preliminary Proposal Documents (75%): Using the data collected, proposal documents will be prepared, estimates of cost,schedules of quantities,anticipated construction schedule, necessary project specifications, standard specifications, special details, standard details, map of improvements, and any required detailed drawings.The documents will then be submitted the City for review and comment. 6. Final Proposal Documents (95%): Upon final review, HLR will make the required changes to the proposal documents and plans and submit final copies to the City. HLR will also include an IEPA Form 662 for Clean Construction and Demolition Debris (CCDD) 7. Bid Advertisement: HLR will prepare the advertisement for the City in coordination with the City of Elgin Purchasing Department. During this stage, HLR will also response to bidder's questions and issue addenda as necessary. 8. Bid Opening: HLR will attend the Bid Opening and document the contractor submitted bid amount,and check for required contractor submittals such as; affidavit of availability, approved subcontractors, progress schedule, bid bond, etc. 9. Bid Recommendation: HLR will review all bids and contractor proposals, check for errors and omissions, prepare a bid tabulation document(s)for internal and external distribution, and make a recommendation for award. 10. Bid Execution:HLR will attend the City Council meeting that has the recommended bid award on the agenda. 11. Contract: HLR will compile the executed contract and distribute to the Contractor and the City. 12. Contractor Document Submittals: HLR will review contractor submittals such as shop drawings and mix designs and make recommendation to the City on their approval or rejection. ATTACHMENT B DETAILED PROJECT SCHEDULE 2019 ELGIN RESURFACING PROGRAM-SWAN The following is the anticipated schedule for this project: • Notice to Proceed—March 4, 2019 • Preliminary Proposal Document—April 29, 2019 • Final Proposal Document—June 3, 2019 • Bid Proposals Available for Contractors—June 10, 2019 • Bid Opening—June 25, 2019 • Bid Award—July 24, 2019 • Pre-Construction Meeting—August 12, 2019 • Beginning of Construction—August 19, 2019 • Construction Completion—October 30, 2019 I ' ATTACHMENT C-DETAILED COST BREAKDOWN 11 CITY OF ELGIN PROPOSED ENGINEERING SERVICES 2019 ELGIN STREET RESURFACING-SWAN Employee Classification Task Description E6 E4 El T3 T2 SUR SUE2V Direct Costs Hours Fee 1. DESIGN ENGINEERING SERVICES Review Meeting 3 3 6 $ 876.00 Preliminary Street Walkthrough and Estimate of Probable Cost Review Streets including PCC Sidewalk/Curb&Gutter/Drainge I 6 36 42 $ 5,412.00 Structures Coordinate with JULIE and Elgin Public Utilities I 6 6 12 $ 1,752.00 Coordinate with Engineering/Utilities/Public Work regarding necessary 6 12 18 $ 2,484.00 utility improvements Provide photographic/video documentation of existing conditions 12 12 $ 1,464.00 Walkthrough with City 6 6 12 $ 1,752.00 Site Evaluation Pavement Cores(25 max by Rubino Engineering) $ 5,250.00 0 $ 5,250.00 Survey(8 corners and 3 street blocks max) 8 12 12 32 $ 3,540.00 Preliminary Proposal Documents(75%) 36 36 $ 6,120.00 Final Proposal Documents(95%) Update based on comments 24 24 $ 3,480.00 Clean Construction and Demolition Debris(CCDD)Form 663 with 4 36 4 $ 2,800.00 40 $ 6,380.00 laboratory samples Plan and Profile(3 blocks max) 48 20 68 $ 9,060.00 Ramp Details(8 max) 32 12 44 $ 5,900.00 Bid Advertisement 6 4 4 14 $ 2,020.00 Bid Opening 4 4 $ 680.00 Bid Recommendation 4 4 $ 680.00 Bid Execution 2 2 $ 340.00 Contract 6 6 $ 1,020.00 Contractor Document Submittal 6 6 $ 1,020.00 2. QUALITY ASSURANCE AND PROJECT ADMINISTRATION Quality Assurance and Quality Control 12 12 $ 2,040.00 Project Administration 18 18 $ 3,060.00 Total 121 108 36 75 44 12 12 4 $ 8,050.00 412 $ 64,330.00 2/1/2019 1of1 ATTACHMENT D EMPLOYEE CLASSIFICATIONS AND RATES 2019 ELGIN RESURFACING PROGRAM Employee Classification 2019 Rates PRINCIPAL $210.00 ENGINEER 6 $ 170.00 ENGINEER 5 $ 152.00 ENGINEER 4 $ 145.00 ENGINEER 3 $ 125.00 ENGINEER 2 $ 105.00 ENGINEER 1 $ 85.00 STRUCTURAL 2 $ 187.00 STRUCTURAL 1 $ 150.00 TECHNICIAN 3 $ 122.00 TECHNICIAN 2 $ 105.00 TECHNICIAN 1 $75.00 INTERN/TEMPORARY $45.00 LAND ACQUISITION $ 122.00 SURVEY 2 $ 125.00 SURVEY 1 $ 100.00 ENVIRONMENTAL 2 $ 130.00 ENVIRONMENTAL 1 $70.00 ADMINISTRATION 2 $ 122.00 ADMINISTRATION 1 $62.00 These rates will remain in effect through December 31, 2019. In the event our services are required after that date,we will submit revised rates to be utilized through December 31, 2020.