1983-03-21 - Resolution 1983-12 - APPROVING AN AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES FOR THE 1984 VILLAGEWIDE CONTRACTUAL STREET MAINTENANCE PROJECT ../ \,/ _
RESOLUTION NO . 83- 12
A RESOLUTION APPROVING AN AGREEMENT FOR
PRELIMINARY ENGINEERING SERVICES FOR THE
1984 VILLAGEWIDE CONTRACTUAL STREET
MAINTENANCE PROJECT
WHEREAS , the President and Board of Trustees of
the Village of Buffalo Grove desire to cause the design
of the 1984 Villagewide Contractual Street Maintenance Project ;
and ,
WHEREAS , the approval of an agreement with a con-
sulting engineer is required in order to proceed with the
necessary engineering of the project.
NOW, THEREFORE , BE IT RESOLVED by the President
and Board of Trustees of the Village of Buffalo Grove , Lake
and Cook Counties , Illinois , that the President and Clerk
be , and they are hereby authorized and directed to execute
the "Agreement for Preliminary Engineering Services for
the 1984 Villagewide Contractual Street Maintenance Project . "
A copy of said contract is attached hereto and made a part
thereof.
AYES : 6 - Marienthal , Stone, O'Reilly, Hartstein, Gerschefske, Schwartz
NAYES : 0 - None
ABSENT: 0 - None
PASSED: March 21 , 1983
APPROVED : March 21 , 1983
APPROVED :
i lage President
AITnT :
Vilge Clerk
, \
TO : William R. Balling , Village Manager '
FROM : Richard K. Kuenkler, Village Engineer
DATE : March 15 , 1983
SUBJECT : 1984 VILLAGEWIDE CONTRACTUAL STREET MAINT . PROJECT
We have prepared the attached resolution entitled "A Resolution
Approving an Agreement for Preliminary Engineering Services
for the 1984 Villagewide Contractual Street Maintenance Project. "
This agreement provides for the basis of the base engineering
fees to be " cost plus fixed fee" with an upset limit of $59 ,507 . 28.
We feel that Baxter & Woodman ' s proposed fee is very reasonable .
The project consists of those streets identified by Novak
and Dempsey for rehabilitation in 1984 , as well as those
reconstruction streets which Baxter & Woodman reviewed in
detail in connection with the 1983 design task .
I would recommend that this resolution be approved by the
Village Board at their next regular meeting which is scheduled
for Monday , March 21 , 1983.
If you have any questions or comments concerning this
matter , let me know.
hard K. uenkler , P . E .
Village Engineer
RKK/dw
attachment
cc : Haldor C. Lowrey , IDOT
Frank Wellwerts , Baxter & Woodman , Inc.
OrtTM
r.
RESOLUTION NO. 83-
A RESOLUTION APPROVING AN AGREEMENT FOR
PRELIMINARY ENGINEERING SERVICES FOR THE
1984 VILLAGEWIDE CONTRACTUAL STREET
MAINTENANCE PROJECT
WHEREAS, the President and Board of Trustees of
the Village of Buffalo Grove desire to cause the design
of the 1984 Villagewide Contractual Street Maintenance Project;
and,
WHEREAS, the approval of an agreement with a con-
sulting engineer is required in order to proceed with the
necessary engineering of the project.
NOW, THEREFORE, BE IT RESOLVED by the President
and Board of Trustees of the Village of Buffalo Grove, Lake
and Cook Counties, Illinois, that the President and Clerk
be, and they are hereby authorized and directed to execute
the "Agreement for Preliminary Engineering Services for
the 1984 Villagewide Contractual Street Maintenance Project."
A copy of said contract is attached hereto and made a part
thereof.
AYES:
NAY ES:
ABSENT:
PASSED: , 1983
APPROVED: , 1983
APPROVED:
Village President
ATTEST:
Village Clerk
AGREEMENT FOR PRELIMINARY
ENGINEERING SERVICES FOR
THE
VILLAGE OF BUFFALO GROVE
VILLAGE-WIDE CONTRACTUAL STREET MAINTENANCE (1984)
PROJECT
THIS AGREEMENT MADE AND ENTERED INTO this 21st day of March,
1983, by and between Baxter & Woodman, Inc. , Environmental Engi-
neers, of the City of Crystal Lake, County of McHenry and State of
Illinois, hereinafter called the ENGINEERS, and the Village of
Buffalo Grove, located in the Counties of Cook and Lake, and State
of Illinois, hereinafter called the MUNICIPALITY covers certain
engineering services in connection with the proposed improvement
designated as Section 83-00032-00-EG, which improvement will be
financed entirely or in part with Motor Fuel Tax funds allotted to
the MUNICIPALITY by the State of Illinois and constructed under
the general supervision of the State' s Department of Transporta-
tion, Division of Highway, hereinafter called the DIVISION OF
HIGHWAYS.
WITNESSETH THAT, in consideration of these premises and of
the mutual covenants herein set forth, the ENGINEERS agree:
1. To perform or be responsible for the performance of the
following engineering services for the MUNICIPALITY in connection
with the proposed improvements heretofore described:
a. Make such field surveys as are necessary for the pre-
paration of plans , specifications and detailed cost estimates for
the project which is further described in Exhibit F of this agree-
ment.
b. Make or cause to be made such subsurface investiga-
tions and analyses thereof as may be required to furnish suffi-
cient data for the design of the proposed improvement, such in-
vestigations to be made in accordance with the current require-
ments of the DIVISION OF HIGHWAYS.
.. a
2 .
c. Review and analyze traffic studies and counts to be
furnished by the MUNICIPALITY for those streets requiring a struc-
tural pavement design.
d. Make completed plans, special provisions, and esti-
mates of cost. The plans shall be drawn to a suitable scale on
standard 36" x 22" sheets. Five (5) copies of the plans, special
provisions, proposals, and estimate of cost shall be furnished to
the MUNICIPALITY. Additional copies of any or all documents, if
required, shall be furnished to the MUNCIPALITY by the ENGINEERS
at their actual cost for reproduction.
e. Attend conferences to be held at the request of the
MUNCIPALITY for review and evaluation of proposed improvements.
f. Provide documents for bidding, assist in bid receiv-
ing, evaluate bids, make recommendation to the MUNICIPALITY and
prepare final contract documents for approval by the MUNICIPALITY
and DIVISION OF HIGHWAYS.
2. That all reports, plans, plats, and special provisions to
be furnished by the ENGINEERS pursuant to this Agreement will be
in accordance with the current standard specifications and poli-
cies of the DIVISION OF HIGHWAYS, it being understood that all
such reports, plats, plans and drafts, shall before being finally
accepted, be subject to approval by the MUNICIPALITY and said
DIVISION OF HIGHWAYS.
3. That the basic survey notes and sketches, charts, compu-
tations and other data prepared or obtained by the ENGINEERS pur-
suant to this Agreement will be made available, upon request, to
the MUNICIPALITY or the DIVISION OF HIGHWAYS without cost and
without restriction or limitations as to their use.
4. That all plans and other documents furnished by the _ENGI-
NEERS pursuant to this Agreement will be endorsed by them and will
show their professional seal where such is required by law.
5. To submit, upon request by the MUNICIPALITY or the DIVI-
SION OF HIGHWAYS, a list of the personnel and the equipment they
propose to use in fulfilling the requirements of this Agreement.
THE MUNICIPALITY AGREES:
1. That it will appoint an employee as Project Manager who
shall be in responsible charge and direct control of the project
at all times.
2. That said Project Manager will make available to the
ENGINEERS all available reports, maps and data pertaining to the
proposed improvements.
3 .
IT IS FURTHER MUTUALLY AGREED:
1. The MUNICIPALITY shall pay to the ENGINEERS, and the
ENGINEERS agree to accept as full compensation for their services,
as stipulated in paragraphs la thru if, 2, 3, 4, and 5 of the
ENGINEERS agree:
a. A lump sum of $5,030 .39 for profit only; and
b. reimbursement for all costs related to the direct
salaries of employees for time chargeable to the
project, and direct salaries of principals for time
they are engaged in work necessary to fulfill the
terms of this Agreement; and
c. reimbursement for overhead and/or indirect costs
incurred in fulfilling the terms of this Agreement;
and
d. reimbursement for payroll burden and fringe costs,
and direct non-salary costs incurred in fulfilling
the terms of this Agreement.
2. The maximum amount of the total fee payment under this
Agreement is $59,507.28, as determined by Exhibits A and Be
unless there is a -substantial change -.-in- the scope,-- complexity,
or--cutter of the work, or -the-re---is _a ..substantial overrun in
the- time__necessary- for the ENGINEERS to complete the work, d-ue
to causes---beyond---their- control. Under these circumstances,
adjustments in total compensation to the ENGINEERS shall be
determined through arbitration between the parties of this
Agreement and concurred in by the DIVISION OF HIGHWAYS.
3. In the event that the work under this Contract is
entirely suspended, the ENGINEERS agree that their services may
likewise be suspended without additional compensation for costs
caused by such suspension of services. The ENGINEERS will be
paid for any services rendered prior to suspension in accord-
ance with the terms of this Agreement.
4. A tabulation of the regular hourly salary range for
each classification of employee expected to be productively
engaged in work necessary to fulfill the terms of this Agree-
ment, is shown on Exhibit C of this Agreement.
5. Overhead and indirect costs shown on Exhibit D of this
Agreement, as a percent of direct productive payroll, are
representative of the ENGINEERS' actual overhead and indirect
costs based on the ENGINEERS' records over the past one year
prior to the effective date of this Agreement.
4 .
6. Payroll burden and fringe benefit costs shown on
Exhibit E of this Agreement as a percent of direct productive
payroll are representative of the ENGINEERS' actual payroll and
fringe benefits cost based on the ENGINEERS ' records over the
past one year prior to the effective data of this Agreement.
7. Payment by the MUNICIPALITY shall be made to the
ENGINEERS as soon as practical each month, in the amount of 90%
of the fee earned (invoiced) . Monthly progress payments for
the lump sum for profit, section la, shall be prorated based on
the fee payment earned to date. The 10% retainage plus any
balance due shall be paid in full within 90 days of plan and
specification approval by the DIVISION OF HIGHWAYS or upon
final construction contract award, whichever occurs first.
8. Travel and other out-of-pocket expenses will be reim-
bursed to the ENGINEERS at their actual cost.
WARRANTIES:
In addition to the covenants herein made, the ENGINEERS
warrant:
1. That they have not employed or retained any company or
person, other than a bona fide employee working solely for the
ENGINEERS, to solicit or secure this Agreement, and that they
have not paid or agreed to pay any company or person, other
than a bona fide employee working solely for the ENGINEERS, any
fee, commission, percentage, brokerage fee, gifts, or any other
consideration, contingent upon or resulting from the award or
making of this Agreement. For breach or violation of this war-
ranty, the MUNICIPALITY shall have the right to annul this
Agreement without liability, or in its discretion to deduct
from the Agreement price or consideration, or otherwise re-
cover, the full amount of such fee, commission, percentage
brokerage fee, gift, or contingent fee.
2. That they are qualified technically and are entirely
conversant with the policies applicable to the project; and
that they have,and will furnish at the request of the MUNICI-
PALITY, sufficient, properly trained and experienced personnel "
to perform the services enumerated herein. The MUNICIPALITY
will pass on the qualification of all personnel.
3. That they will not employ any person presently employ-
ed by the MUNICIPALITY or the DIVISION OF HIGHWAYS of the State
of Illinois, without the written consent of the MUNICIPALITY or
Director of Highways of said DIVISION OF HIGHWAYS.
EXTRA WORK:
If the ENGINEERS are of the opinion that any work they
have been directed to perform is beyond the scope of the Agree-
ment and constitutes extra work, they shall promptly notify the
4
5.
MUNICIPALITY of that fact before proceeding. No extra work
shall be eligible for payment unless it is authorized in writ-
ing in advance by the MUNICIPALITY. In the event the MUNICI-
PALITY determines that such work does constitute extra work, it
shall provide extra compensation to the ENGINEERS upon a fair
and equitable basis.
IN WITNESS WHEREOF the ENGINEERS have hereunto set their
hand and seal the day and date first above written and the
MUNICIPALITY has caused the execution of the Contract to be
made by its President and attested by its Clerk pursuant to the
. resolution passed by the Board of Trustees, which resolution is
to be considered as a part of this Agreement, the same as
though it were written herein.
BAXTER & WOODMAN, INC.
By -----
President
ATTEST:
` ( ` ,TR. 3,uatct4t, FOR THE MUNICIPALITY
Munic a; l Clerk
___201,2........,c- ;?;-<?.?6ew-.14-2.0
..-:1/1--
M or or President of -the Bard
YAI ( l •
Municipal Seal r Baxter & Woodman, Inc. Seal
MAR 3 1 1 jull!rtp- - '' 4 f ' '' '
mamaweiNEE
EXHIBIT A
AVERAGE PAYROLL RATE
Admin. & Field Prel. Est. Final Bid
Meetings Surveys Evaluation & Design Drafting P.S. & E. Receiving
Personnel % Wgt. % Wgt. % Wgt. % Wgt. % Wgt. % Wgt % Wgt.
Classification Salary Part. , Rate Part. Rate Part. Rate Part. Rate . Part. Rate Part. Rate Part. Rate
Principle $19.70 67 13.20 30 5.91 11 2.17 12 2.36 20 3.94
Sr. Engr. 14.90 33 4.92 30 4.47 9 1.34 29 4.32 80 11.92
Engineer 11.00 40 4.40 30 3.30 25 2.75
Engineer 12.00 40 4.80 40 4.80 30 3.60 25 3.00
Engr. Tech. 9.70 20 1.94 20 1.94 34 3.30 9 0.87
Draftsman 9.30 33 3.07
Draftsman 9.90 33 3.27
I ,
Average
Salary Rate 100 18.12 100 11.14 100 15.18 100 12.35 100 9.64 100 13.30 100 15.86
EXHIBIT B
COST ESTIMATE OF CONSULTANT SERVICES
Fringe Direct Cost
Item Hours Payroll Benefits Overhead Subtotal Profit Cost Total
Administration
& Meetings 60 $ 1,087.20 $ 674.06 $ 1,532.95 $ 3,294.21 $ 326.16 $ 120.00* $ 3,740.37 6.3
Field
Surveys 470 5,235.80 3,246.20 7,382.48 15 ,864.48 1,570.74 350.00* 17,785.22 29.9
Evaluation 60 910.80 564.70 1,284.23 2 ,759.73 273.24 100.00* 3,132.97 5.3
Prel. Estimate
& Design 215 2,655.25 1,646.25 3,743.90 8,045 .40 796.58 3,000.00** 11 ,841.98 19.9
Drafting 340 3,277.60 2,032.11 4,621.42 9,931.13 983.28 --- 10,914.41 18.3
Final
P.S. & E. 235 3,125.50 .1,937.81 4,406.95 9,470.26 937.65 80.00* 10,487.91 17.6
Bid
Receiving 30 475.80 295.00 670.88 1,441.68 142.74 20.00* 1,604.42 2.7
Totals 1,410 $16,767.95 $10,396.13 $23,642.81 $50,806.89 $5,030.39 $3,670.00 $59,507.28 100.0
*Vehicle Expense
**Soil Borings and IBR Tests
EXHIBT C
HOURLY RATE RANGE - ENGINEER' S REGULAR SCALE
Classification From To
Principal Engineer $18 .30 $27 .70
Senior Engineer 14 .20 17 .90
Engineer 12 .00 14 .00
Junior Engineer 9 .20 11 .80
Draftsman/Technician 7 .30 10 .00
Clerical 6 .90 10 .00
EXHIBIT D
OVERHEAD AND INDIRECT COSTS
Percent of Direct
Productive Payroll
Administrative, unassignable staff time,
recruiting, training and eduction, severance,
negotiating new business, and office account-
ing, clerical and secretarial wages and
salaries 85 .30
Utilities, Telephone, Electric, Gas 3 .90
Rental of business space and equipment 9 .40
Dues, meetings, seminars, conventions,
and P.E. licenses 1 .30
Depreciation 3 .35
Business insurance, except key man insurance
ance, insurance including accident, liability
and valuable papers 10 .76
Taxes except Federal Income 1 .81
Maintenance and repairs 1 .72
Office supplies 4 .75
Professional services including
specialists, legal, auditing, etc . 15 .82
Employees ' travel expenses not assigned
•
to client 0 .98
Miscellaneous expenses 1 .91
TOTAL OVERHEAD 141 .00
EXHIBIT E
PAYROLL BURDEN AND FRINGE COSTS
Percent of Direct
Productive Payroll
Federal Insurance Contributions Act 10 .51
Federal and State Unemployment Compensation 1 .54
Workmen' s Compensation Insurance 0 .46
Paid Holidays, Vacation, Sick Leave 17 .44
Pension 25 .21
Group Insurance 6 .84
TOTAL PAYROLL BURDEN AND FRINGE COSTS 62 .00
EXHIBIT F
PROJECT BACKGROUND AND DESCRIPTION
In October , 1981, a report entitled "Pavement Management System
Study" was completed for the Village of Buffalo Grove by Novak ,
Dempsey and Associates, Inc. This study presented recommendations
for optimal 5-year street maintenance programs for several alternate
funding and service quality levels . These alternate street mainte-
nance programs utilized eight different maintenance and reconstruc-
tion strategies including:
1 ) Slurry Seal
2 ) 2 .0" New Surface
3 ) 2 .0" Bituminous Concrete Overlay
4) 2 .0" New Surface plus Fabric
5 ) 2 .0" Bituminous Concrete Overlay plus Fabric
6 ) Reconstruct with 8 .0" PAM Base + 2 .5" Surface
7 ) Reconstruct with 8 .0" BAM Base + 2 .5" Surface
8 ) Reconstruct with 8 .0" PAM Base plus Fabric + 2 .5" Surface
The study included cost estimates for the various strategies uti-
lized in each recommended alternate program which were intended to
include typical quantities for items such as pavement patching under
surface treatments .
In the spring of 1982 , the Village of Buffalo Grove elected to pro-
ceed with the design and construction of improvements in general
accordance with the program recommendation entitled in the Report as
"Optimal Improvement Program - 70 Level" . The improvements were to
be Village-wide and were to be accomplished over a period of approx-
imately four to five years . The extent of each year ' s program was
to be determined by the Village on an annual basis .
After reviewing the qualifications of a number of consulting engi-
neers, the Village selected the firm of Baxter & Woodman, Inc . to
perform design services for the first phase improvements . These
services included preparation of plans, specifications, and estimate
of cost for all streets listed with the strategy number 1 through 5
in the Report under 1983 Optimal Improvement Schedule (Appendix E) .
In addition, the services included an evaluation and recommended
strategy (revised in many instances from that proposed by Novak ,
Dempsey and Associates) and an updated cost estimate for those
streets listed with the strategy number 6 through 8 in the Report
under 1983 Optimal Improvement Schedule (Appendix E) . In both
cases, the list of streets to be improved excluded certain streets
for which Developers who had constructed the streets were still
responsible for and also those streets that were already under con-
tract for rehabilitation.
2 .
The Village of Buffalo Grove now desires to proceed with the second
phase improvements . The streets to be improved in this phase in-
clude all the streets indicated on the "1984 Street Reconstruction"
list which was prepared by Baxter & Woodman, Inc. as part of the
first phase engineering services (a copy is attached) and those
streets listed in the Report under 1984 Optimal Improvement Schedule
(Appendix E) excluding Devonshire Road East and Gail Drive C.D.S . ,
which are Developer responsibility (a copy is attached) .
The engineering services required at this time consist of the design
and preparation of plans, specifications, and bidding documents, as
well as receiving bids and preparation of contract documents for the
above described streets based on the strategies indicated on the
attached lists . This work will include the design of minor amounts
of needed removal and replacement of adjacent curb and gutter, the
design of minor drainage improvements (problem areas not requiring
extensive field investigation and/or office evaluation) , the field
evaluation of all drainage and utility structures found within the
pavement cross-section (curb-to-curb) in order to determine the con-
dition and possible repair method for each, and the preparation of
structural pavement design calculations for all streets to be recon-
structed .
The structural design of pavements will require some degree of soil
exploration and testing necessary to satisfy I .D.O.T. design cri-
teria. The Village of Buffalo Grove will provide copies of existing
traffic survey data that is currently on file. Some interpretation
and extrapolation of this data will be required but no new traffic
surveys are to be included as part of the required engineering ser-
vices . The phrase "minor amounts of needed removal and replacement
of adjacent curb and gutter" is implied to mean that removal and
replacement will generally be limited to short, isolated lengths
rather than long, continuous lengths and will not require any sub-
stantial increase in engineering time to expand field topography and
to establish existing and/or new grades .
OPTIMAL IMPROVEMENT SCHEDULE
1983 continued
ESTIMATED
SECTION ROAD LIMITS STRATEGY COST
11 UNIVERSITY DR BUFFALO GROVE TO CDS 4 96,686
162 CAMBRIDGE DR UNIVERSITY DR TO DUNDEE RD 8 120,087
16270 YTON RD DEVONSHIRE N TO DEVONSHIRE S 1 - 3,464
16274 BAI8U DEVONSHIRE TO BRANDYWYN 8 7,489
16275 GAIL DR SOUTH 6 6,652
16278 GREENKNOLLS LOCATED 750' N OF BUSCH RD - 8 7,489
16280 GREENKNOLLS DR IL DR TO THOMPSON BLVD 6 13,304
16305 CAREN DR THO N BLVD TO THOMPSON BLVD 3 29,460
16318 CAREN CT CAREN D TO END 6 6,652
16324 HORATIO BLVD PAULINE DR T •ARMSTRONG DR 1 12,881
16357 DOGWOOD TERRACE DEAD- END TO PAULINE.AVE 8 52,423
16365 HAZELWOOD TERR DEAD END TO PAULINE "----, 8 7,489
-
16400 OLD OAK DR . OLD OAK TO GOLFVIEW ,-.., 3 8,469
16403 RAUPP 115' NO OF LAKE COOK RD TO CHURCRD 2 7,650
16405 F LL CT. E. FOXHILL TO CDS ,'' 7,308
16409 DEVLIN RD EAST RTE 83 TO DEVONSHIRE 8�`. 7,489
1 LARCHMONT DR THOMPSON BLVD TO KNOLLWOOD RD 5 .10,962
1983 TOTAL $3,312,430
1984
1 ! 20278 DUNHAM LN. INDIAN SPRING TO CHECKER DR 3 13,605
' 20289 CARY LN TWISTED OAK TO CHECKER DR 3 5,442 '
' 00107 RADCLIFFE RD MILLCREEK DR TO THORTON 5 24,162 ;:
00113 THORTON LN RADCLIFFE RD TO MILLCREEK RD 1 4,730 1
' 00146 SARATOGA LN RADCLIFFE RD TO LEHIGH 5 15,548 t
00186 ROSEWOOD AVE LINCOLN TO BERNARD 3 16,326
00388 KINGSBRIDGE WAY BRANDYWYN TO THOMPSON 1 7,568 i
00428 BRANDYWYN LOOP BRANDYWYN TO END 5 7,318
40603 CRESTVIEW TERRACE ST MARYS PKWY W. TO ST MARYS PKWY 1 7,568
40680 REGENT CT E. REGENT DR TO END 1 946
40683 GREENWOOD CT. N. BERNARD TO END 1 946
40711 BEECHWOOD CT. W. BEECHWOOD RD TO END 5 8,054
40713 BEECHWOOD RD ARLINGTON HTS TO ESTATE 5 64,432
50015 ASPEN CT. ASPEN DR TO CDS 1 2,638
50018 KNIGHT HILL CT. CHECKER DR TO CDS 3 8,847
{ 50280 FREMONT WAY SE CT FREMONT WAY TO END 3 5,898
• 16012 KNOLLWOOD DR THOMPSON TO OXFORD 5 41,680
16051 BRISTOL LN FREMONT WAY TO FREMONT WAY 3 29,490
,' 16123 FARRINGTON DR CHECKER DR TO END OF PAVEMENT 3 17,694
• 5. --- 29,272
D 16277 GAIL DR. CDS LOCATED 506' W�F GREEN KNeLLS DR 1 --- 946
1984 TOTAL $ 313,110
L.e�S(O� v4L\ovice� 2e110n,, , .,\,+ %Ii 0.
- 1985 emu:,,..,.-'..k-A. 11 2-5 i
2 TIMBER HILL RD TO ARLINGTON HTS _-. -2 ___--" 29.981
20041 TIMBER HILL 2 64,245
20466 DR BERNARD DR TO WEIDNER RD 41 132
f
- 3 -
APPENDIX E
BUFFALO GROVE STREET IMPROVEMENTS
Old Strategy New Strategy
(Novak & Dempsey) (Baxter & Woodman)
Restoration & Resurfacing Restoration & Resurfacing
1. Slurry Seal la. Slurry Seal
2. 2" New Surface lb. Sand Mix Seal
3. 2" Overlay 2. New Surface (match exist-
ing pavement thickness)
4. 2" New Surface and Pavement
Fabric 3. 2" Resurface
5. 2" Overlay and Pavement Fabric 4. New Surface (match exist-
ing pavement thickness
plus 1" extra)
5. 2" Resurface plus Pavement
Fabric
(Above includes curb and gutter, surface course and
base course removal and replacement as required. )
Reconstruction Reconstruction
6 . 2-1/2" Surface and 8" PAM Base 6 . 2-1/2" Surface and 6" BAM
Base
7. 2-1/2" Surface and 8" BAM Base
7. None
8. 2-1/2" Surface, 8" PAM Base
plus Pavement Fabric 8. 2-1/2" Surface and 8"
BAM Base
(Above includes curb and gutter removal and
replacement as required. )
BUFFALO GROVE v.a.a_or 2
1984 STREET RECONSTRUCTION
STREET FROM TO LENGTH WIDTH D�( ItgE:\r N(RA STRATEGY COST
DEMPSEY) 'W000UAN�
Banbury Brandywyn 150' west 150 27 8 3
$ 3,622.40
1 Beechwood Court E. Beechwood Road End 210 27 8 4 9,507.60
Bel Air Court Bel Air Drive End 265 27 8 6 17,869.00
Bernard Court Bernard Drive End 210 27 8 3 5,943.50
1 Bradley Place Patton Drive Dead End 165 27 8 4 5,841.95
Cambridge Drive University Drive Dundee Road 2,325 35 8 4 100,541.00
Chenault Road Golfview Terrace Patton Drive 580 27 8 4 18,829.25
Church Road Buffalo Grove Road Pavement Change 450 24 6 8 21,493.00
Circle Drive Church Road C.D.S. 315 27 6 6 20,368.00
Country Lane Weidner Road Plum Grove Road 580 27 6 6 31,901.00
Country Lane Plum Grove Road Stonegate Road 845 27 6 3 20,621.75
Crofton Lane Greenbridge Drive Greenbridge Road 1,480 27 6 4 44,578.85
Crofton Loop Crofton Lane Crofton Lane
154 - 6 4 5,312.45
Downing Road Buffalo Grove Road Eton Court 690 27 8 6 , 35,109.00
Downing Road Eton Court University Drive 1,060 27 8 2 29,912.25
Dundee Parkway E. Golfview Terrace Dead End 370 27 6
3 6,215.85
Golfview Terrace Dundee Parkway Raupp Boulevard 1,055 35 8 4 41,402.75
Golfview Terrace Raupp Boulevard 1/2 way to Buffalo Grove Road 1,162 35 8 8 92,506.00
Golfview Terrace 1/2 way from Raupp Boulevard Buffalo Grove Road 1,163 35 8 4 44,223,25
Greenbridge Road Millcreek Drive Crofton Road 425 27 6 4 13,184.45
Greenbridge Road Crofton Road Crofton Road 1,215 27 6 6 70,628.00
Hickory Avenue South of Carriage Way End 160 27 6 3 3,379.20
Indian Hill Drive Weidner Road Bernard Drive 1,270 27 6 4 39,345.25
Indian Hill Drive Bernard Drive Plum Grove Road 635 27 6 4 20,778.95
Longwood Drive Weidner Road Regent Drive 900 27 8 4 32,015.50
Mary Lu Lane St. Marys Parkway End 265 27 8 2 12,933.80
TOTAL
Y
,
,. BUFFALO GROVE rage 2 of 2
1984 STREET RECONSTRUCTION
OLD STRATEGY NEW STRATEGY
STREET FROM TO
LENGTH WIDTH ( OYAY) WAOXOM411 COST
!Patton Drive Chenault Road Hawthorne Road 1,585 27 6 4 $ 49,394.70
Patton Drive Hawthorne Road Stillwell Drive 530 27 6 4 17,529.35
Poplar Court White Pine Road End 160 27 8 la 2,579.55
Raupp Boulevard Golfview Terrace 1/2 way to Hawthorne Road 395 35 6 8 31,972.00
Raupp Boulevard 1/2 way to Hawthorne Road Bernard Drive 1,615 35 & 37 6 5 62,322.75
St. Marys Parkway Weidner Road 450' East of Cherrywood Road 1,080 27 8 8 60,896.00
St. Marys Parkway 450' East of Cherrywood Road Melinda 2,085 27 8 4 71,541.35
St. Marys Parkway Raupp Boulevard Crestview Terrace 425 27 8 8 26,710.00
St. Marys Parkway Crestview Terrace Buffalo Grove Road 1,375 27 8 4 50,267.55
Weidner Road 250' South of Lake-Cook Road Country Lane 300 35 8 8 26,880.00
Weidner Road Country Lane Beachwood Road 3,060 35 8 4 153,973.25
•
1 .
•
TOTAL $1.302.130.50
1