Loading...
19-29 Resolution No. 19-29 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH TROTTER AND ASSOCIATES FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2019 COLLECTOR STREET RESURFACING 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 professional services in connection with the 2019 Collector Street Resurfacing Program, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: March 6, 2019 Adopted: March 6, 2019 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 6th day of March ,2019 ,by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY") and Trotter and Associates, an Illinois corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with City of Elgin 2019 Collector Street Resurfacing 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 "CITY ENGINEER". B. The Engineer shall provide design engineering services for the resurfacing of the streets and roadways included within the PROJECT, which shall include field data pickup,pavement cores,Final Bid Documents,Advertise approved Bid Documents, letter of recommendation,prepare a Notice of Award(NOA)and a Notice to Proceed (NOP) administer a preconstruction conference meeting and those tasks described within Attachment A hereto, for the following streets/roadways within the City of Elgin: • Larkin Avenue, S. McLean Blvd. to Monroe Street (just short of Highland Ave.) • Davis Road, IL Rte. 31 to 685' +/- west. • Weldwood Drive, Weld Road to Terminus. • Valley Creek Drive, Alice Place to N. Lyle Avenue. • W. Chicago Street, N. Clifton Avenue to Crighton Avenue. 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. 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 CITY ENGINEER 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 CITY ENGINEER;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 standard hourly rate of the personnel employed on this PROJECT as set forth in Attachment C hereto and incorporated by this reference,with a total fee not-to-exceed$98,000.00 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY ENGINEER,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. The cost of any such outside services is included within the total not-to-exceed amount of$98,000.00 provided for in Section 4A above. C. Geotechnical Consultant(Pavement Cores),copying and incidentals. The cost of any such reimbursable expenses is included within the total not-to-exceed amount of $98,000.00 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 - 2 - 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 CITY ENGINEER. DATE ESTIMATED % ESTIMATED VALUE ESTIMATED COMPLETE OF WORK COMPLETED INVOICE VALUE 3/31/2019 21% $21,000 $21,000 4/30/2019 50% $49,000 $28,000 5/31/2019 80% $78,400 $29,400 6/30/2019 100% $98,000 $19,600 Total 100% $98,000 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 - 3 - 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 CITY ENGINEER relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the CITY ENGINEER 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, attorney's fees, damages or other relief, including but not limited to workers compensation claims,in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any 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 CITY ENGINEER a Certificatio of Insurance naming the CITY as additional insured. The policy shall not b modified or terminated without thirty(30) days prior written notice to the CITY NGINEER. The Certificate of Insurance which shall include Contractual obligati n assumed by the ENGINEER under Article 10 entitled"Indemnification" shall be rovided. 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 ingle limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Profes ional Liability Insurance Covering claims resulting from error, omissions or neglig nt acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the CITY ENGINEER as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30) days prior written notice to the CITY ENGINEER. 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 p iecautions and programs in connection with the construction,unless specifically identified in the Sco se of Services. 14. NONDISCRIMINATION - 5 - 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 - 6 - The headings of the several sections of this Agreement are inserted only as a matter o convenience and for reference and in no way are they intended to define, limit or describe the sco i e 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 in the subject matter hereof and may not be changed, modified, discharged or extended exce.t 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 o my 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 accorI ance 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 fr m the CITY ENGINEER, nor will the ENGINEER make public proposals developed under t is Agreement without prior written approval from the CITY ENGINEER prior to said documents ion 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 s a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding id rigging. 25. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassme t policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; - 7 - 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 lllinois 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 CITY ENGINEER and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The CITY ENGINEER may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. - 8 - 28. NOTICES All notices, reports and documents required under this Agreement shall be in writin: and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: B. As to ENGINEER: Ron Rudd Phil Kazimier City Engineer Director of Construction `ervices City of Elgin Trotter and Associates 150 Dexter Court 40W201 Wasco Road, Su to D Elgin, Illinois 60120-5555 St. Charles, IL 60175 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and un. -rstood that in connection with the performance of this Agreement that the ENGINEER shall c.mply with all applicable Federal, State, City and other requirements of law, including, but not 1 mited to, any applicable requirements regarding prevailing wages, minimum wage, workplace s.fety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, epresents 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 c arges and fees and give all notices necessary and incident to the due and lawful prosecution of the w.rk,and/or the products and/or services to be provided for in this Agreement. The CITY shall ha e the right to audit any records in the possession or control of the ENGINEER to determine NGINEER'S compliance with the provisions of this section. In the event the CITY proceeds wit such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant recor•s 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 doqument. At the request of either party any fax or e-mail copy of this agreement shall be re-executed bey 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 this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By ....- #7, 76,- !� By:,/— / cr City Manager N. rint: ,. 77- I+ .tom Title: - /px,f At est• a(lAA City Clerk F:\Legal Dept Agreement\ENGINEERING AGREEMENT-FORM-clean-10-2-18.docx - 10- DESIGN,ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES ATTACHMENT A 1. OVERALL 1. General: The Design Engineer will serve as the City of Elgin's representatil e for the entire design and administration of the planning for the project as assigned y 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 Engine r 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 Cler Purchasing Director, Water Director, Sewer Director and Street Director. he 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 an' 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 f information needed to begin design. Acquire existing information including previous reports plans of rece t development and relevant site information Collect water, sanitary and storm atlases Interview and document same,the Sewer, Water and Street departments for their knowledge of issues within the project location. Collect and analyze public utility records and notify utility of pending project. c. Inspection of project Location: The Design Engineer shall provide site inspection of the entire area as well as immediately adjacent area. The following shall be included; Physical inspection of all manholes, valve vaults, catch basins, 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 deem necessary by the Design Engineer. }y. Pavement marking inventory. Trees inventory. bighting-inventory. 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. Plan sheets shall be provided for all underground work including water main, storm sewer and sanitary improvements. 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 minimum of every two weeks and submitted to the City Engineer or his designee. f. ming: •- D- ... .- • • »- ,D 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 Page 3 for each of the utilities and separate locations should the project incl,iude 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 ar.d specification development to insure they are meeting the expectations f the City. A second meeting shall be held with the City at approximately 95%c mpletion to finalize the bid, specifications and planning documents. The Design Engineer shall prepare any and all necessary permits an documents required by the Illinois Environmental Protection Agency, Illinois D partment of Transportation, or any other governmental agency that has a regulatory interest in the project. The Design Engineer shall coordinate with all public utility companies including verification of the soundness of their structures and any potential relocations/delays. Ope 3. BIDDING 1. Prepare bid forms, notices and addendum as necessary for bidders. 2. Coordinate with the local newspaper to insure the notice is published I 0 days in advance of the bid opening. 3. Provide (25)sets of drawings and specifications 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 Page 4 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. Chafe..... t _ Barn Ra t" Ch° R4 a § Ha d .•,. Ham•,, r a Ra S _ r,� a..on»e _ •,,,,, c%ess a.e , 0.,,.Rd Locrmana fwest Or `1 Ma a Bank00r Na .Almora Marc*.' MarcL, Stein,a Or .yarn g t XCsmarr oat`•¢' 3 3 i` g ' q r ° ri'>..� �. R.nrnr v` ,m4nm a 9� 0 • l>«, m a a F ; +62 Meadow to ".. G a •_ a Janse" Gaon 4y o fa.fwon4 Hlncrast Rd 7. _ LSyS mar By,orF 'Y 4r rn.v E s' _ "Vmoa Rd Mat 4,.z 1 leruaha Av tea• k~'^wa,�e Tri Ave. 0 arq`a.. R '" Q Q 0' Q ZClaa"v 4NOOII Or Mw 1 S % , Si °�1 5 i Getzelman 0, 'r"a dwa f ., 1a !, 77 e(Pne D, m . !' buf tn'ayln a $ c R. °Jv - cRwr Bad �: clryr Y i RR R,yr eaa 6 Pa R Ort,'., -r` o�P` s a Goethe St Iysa Cao y . r,. 'r nuwia'a Ca ' g ! 4. . 4aX S. 0 !^ im Haan M'e Q 3,004 9 ct ' • '4 6 Ys moots Pack Radar,St ^p da la f Cr °ems KMnoariy Rat a �M r a �, 'f 'Once aar. Y y6 nmea vawr a' ;a Rr,a St t 3 a avt 4:r. 'fl G teen e4ole Rd u etI z gF _ Aye T ad '740\,4 tl x0 n, dsl E ..Rimm.Ta A o ' mm,n tl "me C g ,y 1 rood. ParaOyu ' I04x:4-• :::7 p da sae OA Da '5 N.41y • o 4,,' a 'RN % • <' 'o 4 S • r. a Z aIt Sate L = r t.and Rado Ave. _ a E 1 y+ :. mRst pan In b 4 € xf \!\' e°- • -9 tocoo, r* aS`� WRW3OnaAv. Fab € MIDst y �'a,eye` %k\ 4 Coudtry Knott Le a Easy St i a _ 0 tel O..'•'9'O s�nr Slla tor In 6 Maws t4 wa0.ye w . :,ty.*a'`a oto Iran, Vr0006- 1, i a VMnaylranla Aye a Y4'004 n. ravel,. , yo..9"c'''«aThr,,. = . L a �atldn P`�enU2 3r 5 v ' gpw ; c' r. W.Chicago Street - ' a van St Lrlda Rye R 4 r+O y0+ n _ fooilr' Ra �ys`� Sauter St 2 l+ 6 a a ry �yN k HoW St 5 c e ,Car St \ m - t r <' Standi1K Sl •a ,v Q i • _ • Eno St J ¢ j 0 Oa ti.9t 5 �0,9 - 4 u n 4• u walnat Rv.: a3 2 _ e•vrp 1 M Mayer St - S. Kates, �t v 'T�^r x�r S +y wa.hoaa^st �� y uWay = - "'rya .i. Mularry to Rets . - _ r. , D N wr'T r k I.�Oian St i t - ON St I �y� n au,- It - 0 Young.'*o n a ..v Wq.7'` O, i 6 s 0,444.al 1 - ;aaryaa to tinln ' 1 - . calm° g 6 .t; a s" Mangan sr 0 • w i s 9. <, a a ; ¢ � wn •d mer 0 b " t3a ! m d ., Brkf.V St '2 +ax. r5 .:w,... z ,44x4 a cant M.m6,rr+Mnr (� .. �. cso 4 way OAK.cue ° s e Fleetwood 0,% add0 '� Hatter Or a ann a 2 B i F o ,,a� 3 Legend 3A, ,�� Sparta.D, +• Davis Road-IL Rte.31 to 665'+/-west a Larkin Avenue-S.McLean Blvd.to Monroe St snap.,,war 2 SIM Valley Creek Drive-Alice Place to N.Lyle Avenue %scan v. 'f a MKa5eid ca v,uaieea.,,o, M,4 Cellae•Great or W.Chicago Street-N.Clifton Ave to Crighton Ave j s y c„J� NA S a 1, '0%Cl,_ ` 3B I r I a f I ,o' 2 _ ii _ 'cel, a Inm.o9t Ant.v'CI. 0 a 400 a 8001 1,600 Feet N y04e•a`• • ” if o W. ._.. COPYRIGHT'. C Project No.: Sheet THIS DRAWING SHALL NOT BE USED, i 2019 Collector Street Base File: Number REPRODUCED.MODIFIED,OR SOLD EITHER OTTER WHOLLY OR IN PART,EXCEPT WHEN ASSOCIATES.INC. Resurfacing Projects Sheet File: AUTHORIZED IN WRITING BY THE ENGINEER: Issue Date:February 15,20196 TROTTER AND ASSOCIATES,INC. 40W2111 Wadco Road.Suite D St Charlet,1L 60175 Cit'of Elgin,Illinois P:630-587-114711 F:6311-507-0475 Scale:1"= 1.600' 2019 City of Elgin Collector Street Resurfacing Program - Design - ATTACHMENT B - Trotter and Associates, Inc. Project Lead: Phil Kazimier Project Start Date: 3/7/2019(Thursday) Today's Date: 2/13/2019(Wednesday) cn rn m m m m m a) m rn m rn m cn co N N ii N G. O. O_ G t N a a a CC M 2 M M Q Q Q Q < M M M M -, 2, Work Cal Days Days Cob 0 V' N o o N N o V N N o c WBS Task Lead Start End Days %Done Days Done Left r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1 2019 Collector Street Resurfacing Program•Design PRK Thu 3/07/19 Fri 6/14/19 71 0% 100 0 100 b ..............II 1.1 Project Kickoff Meeting Thu 3/07/19 Thu 3/07/19 1 1 0 1 1 1.2 Pavement Cores Thu 3/07/19 Wed 3/13/19 5 7 0 7 1 1.3 Site Review of Collector Streets Thu 3/07/19 Wed 4/03/19 20 28 0 28 1 IMONNI 1.4 Project Administration,Coordination&Scheduling Thu 3/07/19 Thu 5/02/19 41 57 0 57 1 MONNIMIIMINNIE 1.5 Preliminary Construction Documents and Estimate Fri 3/29/19 Thu 4/11/19 10 14 0 14 1 IMO 1.6 Scope of Work Refinement Thu 4/11/19 Mon 4/15/19 3 5 0 5 1 ni 1.7 Elgin Coordination and Review Mon 4/15/19 Fri 4/19/19 5 5 0 5 1 1.8 Final Construction Documents,Schedule and Estimate Fri 5/03/19 Tue 5/14/19 8 12 0 12 1 InlaOff 1.9 Advertise for Bid,Pre-Bid Meeting Wed 5/15/19 Wed 5/29/19 10 15 0 15 1 1.10 Bidding,Questions,Clarifications and Addendums Thu 5/16/19 Thu 5/30/19 10 15 0 15 1 IOW 1.11 Bid Opening,Tabulation&Review Thu 5/30/19 Thu 5/30/19 1 1 0 1 1 1.12 Prepare Final Contracts Fri 6/14/19 Fri 6/14/19 1 1 0 1 1 z City of Elgin 2019 Collector Street Resurfacing Program -ATTACHMENT C- Estimated Person Hours By Task& Classification Project Survey Crew Engineer Clerical Level Task/Description Staff Hours Direct Costs Manager Chief Level II II 2019 Collector Street Resurfacing Program-Design 1 Project Kickoff Meeting 4 4 4 12 2 Pavement Cores 4 8 12 $6,200 3 Site Review of Collector Streets&Video/Photo's(Data Collection) 90 82 145 317 4 Project Administration,Coordination&Scheduling 40 60 100 5 Preliminary Construction Documents and Estimate 8 10 80 8 106 6 Scope of Work Refinement 4 16 8 28 7 Elgin Coordination and Review 8 8 16 8 Final Construction Documents,Schedule and Estimate 8 8 20 8 44 $230 9 Advertise for Bid, Pre-Bid Meeting 8 8 10 Bidding,Questions,Clarifications and Addendums 2 4 8 14 11 Bid Opening,Tabulation& Review 2 6 6 14 12 Prepare Final Contracts 2 4 8 4 18 Total Hours 152 154 349 26 689 Hourly Rate$/HR $188 $156 _ $106 $76 _ Labor Cost $28,576 $24,024 $36,994 $1,976 TOTAL= $91,570 Note:Direct Costs Trotter and Associates-$230 Incidentals, Copying,Mail Note:Direct Costs Rubino Engineering-$6,200 Pavement Cores,Soil Borings,Material Testing Direct Costs $6,430 Total Cost $98,000 i I i I