HomeMy WebLinkAbout19-73 Resolution No. 19-73
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH ENGINEERING
ENTERPRISES, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE
DUNDEE AVENUE RECONSTRUCTION PRELIMINARY ENGINEERING PROJECT
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
Engineering Enterprises, Inc. for professional services in connection with the Dundee Avenue
Reconstruction Preliminary Engineering Project, a copy of which is attached hereto and made a
part hereof by reference.
s/ David J. Kaptain
David J. Kaptain, Mayor
Presented: May 8, 2019
Adopted: May 8, 2019
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 8th day of May , 2019, by and
between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY")
and Engineering Enterprises,Inc. an Illinois corporation(hereinafter referred to as"ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with Dundee Avenue Reconstruction Preliminary Engineering Project
(hereinafter referred to as the PROJECT); and
WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes
relating to professional registration of individuals and has the necessary expertise and experience to
furnish such services upon the terms and conditions set forth herein below.
NOW,THEREFORE,it is hereby agreed by and between the CITY and the ENGINEER that
the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and
covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent
it in the engineering matters involved in the PROJECT as described herein,subject to the following
terms and conditions and stipulations, to-wit:
1. SCOPE OF SERVICES
A. All work hereunder shall be performed under the direction of the CITY ENGINEER
of Public Works of the CITY, herein after referred to as the "CITY ENGINEER".
B. The ENGINEER shall furnish professional engineering services for the PROJECT as
outlined herein and detailed in Attachment A.
C. A detailed Scope of Services is attached hereto as Attachment A.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided hereinunder.
B. A detailed project schedule for the Project is included as Attachment B, attached
hereto. Progress will be recorded on the project schedule and submitted monthly as a
component of the Status Report described in C below.
C. The ENGINEER will submit to the 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 in accordance with the Estimate
of Level of Effort and Associated Cost dated April 10, 2019, attached hereto as
Attachment C, and in accordance with the ENGINEER'S Standard Schedule of
Charges dated January 1, 2019, attached hereto as Attachment D, for personnel
employed on the PROJECT, with the total fees and expenses to be paid to the
ENGINEER not to exceed$238,055.00,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.
B. For outside services provided by other firms or subconsultants, the CITY shall pay
the ENGINEER the invoiced fee to the ENGINEER,plus 10%.Such outside services
include,but are not limited to services to be provided by DLZ Illinois,Inc.,Huff and
Huff Environmental, and Rubino Engineering, Inc. The costs of all such outside
services are included within the above-referenced total fee not to exceed amount of
$238,055.00.
C. Other components of the fee shall include printing,supplies and miscellaneous direct
costs that will be invoiced to the CITY without mark-up. All costs for such other
components are included in the above-referenced total fee not to exceed amount of
$238,055.00.
D. The CITY shall make periodic payments to the ENGINEER based upon actual
progress within 30 days after receipt and approval of invoice. Said periodic
payments to the ENGINEER shall not exceed the amounts shown in the following
schedule, and full payments for each task shall not be made until the task is
completed and accepted by the CITY ENGINEER.
- 2 -
Payment Schedule
ESTIMATED ESTIMATED VALUE ESTIMATED INVOICE
DATE %COMPLETE OF WORK COMPLETE VALUE
5/31/2019 5% $ 11,902.75 $ 11,902.75
6/30/2019 15% $ 35,708.25 $ 23,805.50
7/31/2019 25% $ 59,513.75 $ 23,805.50
8/31/2019 35% $ 83,319.25 $ 23,805.50
9/30/2019 40% $ 95,222.00 $ 11,902.75
10/31/2019 45% $ 107,124.75 $ 11,902.75
11/30/2019 50% $ 119,027.50 $ 11,902.75
12/31/2019 60% $ 142,833.00 $ 23,805.50
1/31/2020 70% $ 166,638.50 $ 23,805.50
2/28/2020 80% $ 190,444.00 $ 23,805.50
3/31/2020 85% $ 202,346.75 $ 11,902.75
4/30/2020 90% $ 214,249.50 $ 11,902.75
5/31/2020 99% $ 235,674.45 $ 21,424.95
6/30/2020 100% $ 238,055.00 $ 2,380.55
Total 100% $ 238,055.00
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.
- 3 -
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
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 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 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,
- 4 -
including but not limited to workers compensation claims, in any way resulting from or
arising out of negligent actions or omissions of the ENGINEER in connection herewith,
including negligence or omissions of employees or agents of the ENGINEER arising out of
the performance of this Agreement. In the event of any action against the CITY,its officers,
employees, agents, boards or commissions, covered by the foregoing duty to indemnify,
defend and hold harmless such action shall be defended by legal counsel of the CITY's
choosing. The provisions of this paragraph shall survive any expiration and/or termination of
this Agreement.
11. NO PERSONAL LIABILITY
No official, CITY ENGINEER, 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 CITY ENGINEER 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 CITY ENGINEER.
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
- 5 -
•
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 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.
- 6 -
17. NO CO-PARTNERSHIP OR AGENCY
This Agreement shall not be construed so as to create a partnership, joint venture,
employment or other agency relationship between the parties hereto.
18. SEVERABILITY
The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other
provision of this Agreement, or any portion thereof, shall be held to be void or otherwise
unenforceable, all other portions of this Agreement shall remain in full force and effect.
19. HEADINGS
The headings of the several paragraphs of this Agreement are inserted only as a matter of
convenience and for reference and in no way are they intended to define,limit or describe the
scope of intent of any provision of this Agreement, nor shall they be construed to affect in
any manner the terms and provisions hereof or the interpretation or construction thereof.
20. MODIFICATION OR AMENDMENT
This Agreement and its attachments constitutes the entire Agreement of the parties on the
subject matter hereof and may not be changed, modified, discharged or extended except by
written amendment duly executed by the parties. Each party agrees that no representations or
warranties shall be binding upon the other party unless expressed in writing herein or in a
duly executed amendment hereof, or change order as herein provided.
21. APPLICABLE LAW
This Agreement shall be deemed to have been made in,and shall be construed in accordance
with the laws of the State of Illinois. Venue for the resolution of any disputes or the
enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane
County, Illinois.
22. NEWS RELEASES
The ENGINEER may not issue any news releases without prior approval from the CITY
ENGINEER, nor will the ENGINEER make public proposals developed under this
Agreement without prior written approval from the CITY ENGINEER 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.
- 7 -
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;
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 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 writing and
shall be mailed by First Class Mail, postage prepaid, addressed as follows:
A. As to CITY:
Ron Rudd, PE
City Engineer
City of Elgin
150 Dexter Court
Elgin, Illinois 60120-5555
B. As to ENGINEER:
Brad Sanderson, PE
Vice President
Engineering Enterprises, Inc.
52 Wheeler Road
Sugar Grove, Illinois 60554
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.
- 9 -
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,..////moi# % ?1°.- By: 41111"'
City M.nager Name/Print: Brad Sanderson
Title: Vice President
At -st. Attest:,
/ I I i
sa
City L , k It 0 ecutive Assistant
- 1 0 -
ATTACHMENT A
PRELIMINARY DESIGN, ADMINISTRATION, AND PLANNING
ENGINEERING ACTIVITIES
1. OVERALL
1. General: The Preliminary Design Engineer will serve as the City of Elgin's
representative for the entire design and administration of the planning for the project as
assigned by the City. As such he will function as an extension of the City's staff and be
responsible for overall implementation and management of the project. The Preliminary
Design Engineer shall include implementation of City policies, program administration,
coordination and monitoring of consultants and contractors providing overall
management control and direction to insure completion of the bidding and planning
documents in accordance with the City's objectives of cost, time and quality. The
Preliminary Design Engineer will work closely with and report to the City Engineer or
his designee. It shall be understood that the Preliminary Design Engineer will act as
the City Engineer on this project and shall coordinate with other City entities such as
the Legal Department, City Clerk, Purchasing Director, Water Director, Sewer Director
and Street Director. The Preliminary 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 Preliminary Design Engineer is expected to understand all State, County
and City Laws governing the implementation of his preliminary engineering
documents.
2. PRELIMINARY DESIGN
1. Preliminary Design:
a. Project Location:
Exhibit 1 establishes the project limits along Dundee Avenue, from Enterprise
Drive (limit of Dundee Ave. and Summit Ave. intersection project). to the limits
of the City's jurisdiction at Page Street, approximately 2,850 feet.
b. Project Kickoff:
• Establish lines of communication.
• Present a work plan for the project including schedule milestones, design
criteria(utilize existing standard City contract as a base model), list of
information needed to begin design.
• Acquire existing information including previous reports and plans of
recent 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.
• Coordinate with City for tree survey to be completed by City Arborist.
c. Project Scoping, Data Collection, and Survey:
The Preliminary 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, and
electrical vaults.
• Photo and/or video log of the entire project area.
• Crash data review for the most recent 5-year period.
• Topographic and Boundary Survey compilation and determination of
existing right-of-way limits.
d. Traffic Data Collection and Analysis:
The Preliminary Design Engineer will coordinate for 24-hour traffic counts to be
taken for use in analysis of roadway and intersection capacity. This information
will be used to help determine the proposed roadway cross section. The
Preliminary Design Engineer shall include alternatives for bicycle
accommodation and lane use optimization within the existing right-of-way. The
traffic count data will be further used to see if there are any warrants for traffic
signals within the project limits and to see if the existing signal at Slade Street
would warrant removal.
e. Geotechnical Coordination and Pavement Design
Preliminary Design Engineer will engage the services of a geotechnical engineer
for pavement cores and soil borings to be used in evaluation of the complete
pavement structure. Based on pavement core data, the Engineer will make a
recommendation to the City for either pavement rehabilitation or for complete
reconstruction of this section. If complete reconstruction is recommended,the
Engineer will provide pavement design recommendations based on IDOT
pavement design methodology.
f. KKCOM, IDOT and FHWA Coordination:
The Preliminary Design Engineer will conduct necessary outreach and
coordination with IDOT and FHWA. Specifically, the following will be done:
• Coordinate with KKCOM for IDOT Phase I Kick-Off Meeting
• IDOT Phase I Kick-Off Meeting
• FHWA Coordination Meeting
• IDOT Coordination for Public Involvement as needed
• Environmental Coordination(listed in section g. below)
• Coordination for Draft and Final Project Development Report(PDR)
• Coordination for review and approval of any Design Exceptions
Page 3
g. Environmental Coordination:
The Preliminary Design Engineer shall coordinate with IDOT for Environmental
Survey Request (ESR) and will also coordinate the efforts of an environmental
subconsultant for a Preliminary Environmental Site Assessment (PESA). It is not
anticipated that a formal wetland delineation would be required. Wetland
Inventory Evaluation (WIE) coordination will be conducted with IDOT as part of
the ESR.
h. Public Involvement:
For this agreement, the Preliminary Design Engineer shall coordinate and
facilitate one Public Information Meeting and will follow IDOT guidelines for
public involvement.
i. Drainage Evaluation and Preliminary Design:
The Preliminary Design Engineer shall conduct a review of existing drainage
patterns and investigate any drainage issues. A Drainage Technical Memorandum
will be prepared and included in the PDR. Proposed drainage patterns will be
evaluated and preliminary storm sewer layout and design will be completed.
j. Preliminary Water Main Design:
During the Phase I, the Preliminary Design Engineer will do preliminary layout
and design for the water main replacement.
k. Scheduling:
For this agreement, the Preliminary 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 month and submitted to the City Engineer or
his designee.
1. Project Development Report:
The Preliminary Design Engineer shall prepare draft (80%) and final (100%)
Project Development Reports (PDR) for this project. These submittals will be
made to the City and to IDOT for review. Disposition of Comments will be
provided for comments received from both entities. In addition to the planning
and preliminary design items listed above, the PDR will also include:
• Preliminary Typical Sections, Plan& Profile, and Cross Sections
• Analysis of Crash Data
• Phase I ADA Design and Coordination with IDOT
• Preliminary Utility Coordination
• Pedestrian Crossing at Larson Middle School
• Preliminary Street Lighting Analysis and Design
• Maintenance of Traffic Evaluation(Staging or Detour)
• Preliminary Estimate of Construction Costs
Page 4
m. Agency coordination:
At a minimum, the Preliminary Design Engineer shall schedule three meetings
with the City, in addition to the project kickoff meeting discussed above. These
meetings are anticipated to be:
• Planning meeting with the City prior to the Public Information Meeting,
• Status update meeting with Public Works, Water, and Sewer Departments,
and,
• Draft PDR review meeting.
3. EXCLUSIONS
The following items are not included in this contract. These items can be completed under
a separate contract at an additional cost if necessary:
1. Detailed design services and contract plan preparation.
2. Bidding and contracting.
3. Tree surveys.
4. Legal survey and related documents.
5. Work associated with land acquisition.
6. Wetland delineations and ACOE permitting.
7. Preliminary Site Investigation (PSI) services.
8. Additional revisions and submittals after approved Project Development Report
(PDR), due to delays in funding.
9. Permitting with the Illinois Department of Transportation.
10. Grant and funding applications.
11. Construction services.
YEARS ATTACHMENT B
4� .11r 4off ANTICIPATED PROJECT SCHEDULE '1111111) --'
DUNDEE AVENUE FROM SUMMIT TO PAGE ST-PHASE I
ELGIN
City of Elgin,Illinois THE CRY wTHE wl>varn
April 10,2019
WORK Year: 2019 2020
ITEM Month: April May June July August September October November December January February March April May June July
NO. WORK ITEM
PRELIMINARY ENGINEERING
City Council Approval and Notice to Proceed _ _
1.1 Project Management and Administration
1.2 Project Scoping and Data Collection
1.3 Phase I Kick-Off Meeting with City of Elgin _ _
1.4 Phase I Kick-Off Meeting with IDOT
1.5 ESR Request and Coordination
1.6 PESA and Other Environmental Coordination _
1.7 Traffic Count Coordination _ .
1.8 Capacity Analysis _ _
1.9 Geotechnical Coordination and Review
1.10 Pavement Evaluation and Design _
1.11 FHWA Coordination Meeting
1.12 Public Involvement(1 Public Meeting) ,
1.13 Drainage Evaluation and Drainage Technical Memorandum _
1.14 Storm Sewer Preliminary Design .
1.15 Preliminary Watermain Design
1.16 Signal Warrant/Removal Analysis
1.17 Street Lighting Evaluation
1.18 Preliminary Plan and Profile and Typical Sections
1.19 Draft PDR _ _
1.20 Final PDR
1.21 Coordination/Meetings with City of Elgin _
1.22 Agency Coordination
1.23 QC/QA _
7.0 Topographic and Boundary Survey _
Design Approval -
Legend 1 ,NIILiownvvw sv,.g.Doc,Pus,cEIg,rn2019�EGIwI Dw,d..Avenue P sP,b,wSRV�chmamB-SCSd,M xI&iScheEula
Project Management and QC/QA -Engineering
Agency Review Key Dates
ATTACHMENT C
ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST FOR
45YERRS
PROFESSIONAL ENGINEERING SERVICES FOR E LG I N
DUNDEE AVENUE FROM SUMMIT TO PAGE ST-PHASE I
City of Elgin.Illinois
April 10,2019
ENTITY: SURVEYING DRAFTING ADMIN. WORK
PRINCIPAL SENIOR SENIOR SENIOR SENIOR SENIOR FIELD W/GPS SENIOR ITEM COST
WORK PROJECT ROLE: IN PROJECT PROJECT PROJECT PROJECT PROJECT PROJECT PROJECT PROJECT FIELD CAD PROJECT HOUR PER
ITEM CHARGE MANAGER MANAGER _ ENG.II ENG.I ENG. MANAGER MANAGER TECHNICIAN II CREW MANAGER TECHNICIAN I ADMIN. SUMM. ITEM
NO. WORK ITEM HOURLY RATE: $203 $197 $178 $185 $153 $141 $197 $178 $153 $208 $178 $141 $80
PRELIMINARY ENGINEERING
1.1 Project Management and Administration 12 50 _ _ _ _ 62 $ 11,336
1.2 Project Scoping and Data Collection 2 10 18 30 60 $ 9,386
1.3 Phase I Kick-Off Meeting with City of Elgin 6 6 6 _ __ _ 18 $ 3,276
1.4 Phase I Kick-Off Meeting with IDOT _ 6 6 12 $ 2,058
1.5 ESR Request and Coordination 4 8 8_ 10 30 $ 4,570
1.6 PESA and Other Environmental Coordination 4 8 4 16 $ 2,596
1.7 Traffic Count Coordination 4 4 8 $ 1,372
1.8 Capacity Analysis 12 16 40 68 $ 10,416
1.9 Geotechnical Coordination and Review 4 4 8 16 $ 2,500
1.10 Pavement Evaluation and Design 4 12 16 32 $ 4,948
1.11 FHWA Coordination Meeting 4 8 10 22 $ 3,442
1.12 Public Involvement(1 Public Meeting) 30 20 28 20 6 104 $ 15,888
1.13 Drainage Evaluation and Drainage Technical Memorandum 4 32 36 $ 5,684
1.14 Storm Sewer Preliminary Design 4 32 16 52 $ 7,940
1.15 Preliminary Watermain Design 6 24 30 $ 5,142
1.16 Signal Warrant/Removal Analysis 6 12 30 48 $ 7,278
1.17 Street Lighting Evaluation 5 10 20 35 § 5,360
1.18 Preliminary Plan and Profile,Typical Sections and Cross Sections 10 20 30 10 50 120 $ 18,140
1.19 Draft PDR 15 25 _ 65 16 4 125 $ 18,536
1.20 Final PDR 10 10 20 16 4 60 $ 8,826
1.21 Coordination/Meetings with Cay of Elgin 6 12 20 8 _ 48 $ 8,462
1.22 Agency Coordination 10 10 _ 20 $ 3,430
1.23 QC/QA 5 10 20 35 $ 6,545
7.0 Topographic and Boundary Survey 36 80 30 96 242 $ 45,890
►wMeWwy Engln wMN eub., 31 36 234 224 54 IN IS IS IO N 10 1211 14 1,26? $ 210021
PROJECT TOTAL: 31 30 234 229 64 309 36 $0 30 96 10 12$ 14 1,297 213,021
DIRECT EXPENSES
Printing= $ 200 IIMEREEVEMEZEIRMEMI
Geotechnical Investigation(Rubino) 5 6,490 IIMMIZEIMEMEMI 45 890
Traffic Counts(DLZ) $ 9.350 -
Environmental(Huff&Hun) 8,994
TExPll s- $ 29.034 �i�. `K*.y..:. -
C= t111110:1111
TOTAL EXPENSES. $ 235,066
Attachment D
YEARS
Standard Schedule of Charges
January 1,2019
EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE
Senior Principal E-4 $208.00
Principal E-3 $203.00
Senior Project Manager E-2 $197.00
Project Manager E-1 $178.00
Senior Project Engineer/Planner/Surveyor II P-6 $165.00
Senior Project Engineer/Planner/Surveyor I P-5 $153.00
Project Engineer/Planner/Surveyor P-4 $141.00
Senior Engineer/Planner/Surveyor P-3 $129.00
Engineer/Planner/Surveyor P-2 $117.00
Associate Engineer/Planner/Surveyor P-1 $106.00
Senior Project Technician II T-6 $153.00
Senior Project Technician I T-5 $141.00
Project Technician T-4 $129.00
Senior Technician T-3 $117.00
Technician T-2 $106.00
Associate Technician T-1 $ 93.00
Engineering/Land Surveying Intern I-1 $ 84.00
GIS Technician G-1 $ 75.00
Administrative Assistant A-3 $ 70.00
CREW RATES,VEHICLES AND REPROGRAPHICS
1 Man Field Crew with Standard Survey Equipment $168.00
2 Man Field Crew with Standard Survey Equipment $262.00
1 Man Field Crew with RTS or GPS* $208.00
2 Man Field Crew with RTS or GPS* $302.00
Vehicle for Construction Observation $15.00
In-House Scanning and Reproduction $0.25/Sq.Ft.(Black&White)
$1.00/Sq.Ft.(Color)
Reimbursable Direct Costs&Services by Others Cost+ 10%
*RTS=Robotic Total Station/GPS=Global Positioning System
52 Wheeler Road, Sugar Grove, IL 60554 — (630) 466-6700 tel - (630) 466-6701 fax — www.eeiweb.com