HomeMy WebLinkAbout21-170 Resolution No. 21-170
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH HAMPTON, LENZINI AND
RENWICK, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH MULTIPLE
2022 STP-FUNDED RESURFACING PROJECTS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that
pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with
Hampton, Lenzini and Renwick, Inc., for professional services in connection with multiple 2022
STP-funded resurfacing projects, a copy of which is attached hereto and made a part hereof by
reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: November 17, 2021
Adopted: November 17, 2021
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 17th day of November, 2021,by and
between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as
"CITY") and Hampton, Lenzini and Renwick, a Delaware corporation authorized to do business
in the State of Illinois(hereinafter referred to as"ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with multiple 2022 STP-Funded Resurfacing Projects(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 Director of Public
Works of the CITY,herein after referred to as the"DIRECTOR".
B. The Scope of Services for the project shall include preparing preliminary
engineering documents for construction for the Highland Avenue STP-Funded
Resurfacing Project including data collection, BLR 46300 Design Report, special
waste screening and STP Quarterly Reports; preparing preliminary engineering
documents for the Crawford Road STP-Funded Resurfacing Project including
topographic survey, crash and traffic analysis, BLR 19100 form preparation, and
Special Waste Screening; and preparing preliminary engineering documents for the
construction for the McDonald Road STP-Funded Resurfacing Project including
data collection, BLR 46300 Design Report preparation, special waste screening,
and STP Quarterly Reports.
C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A,
and incorporated into this Agreement by this reference.
D. Project Location Maps with defined limits have been provided as Attachment E.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided herein under.
Highland Avenue
• Notice to Proceed—October 31,2021
• Draft BLR 46300 to IDOT—January 15,2022
• Complete Special Waste Screening—January 31, 2022
• Phase I Design Approval—February 28, 2022
Crawford Road
• Notice to Proceed—October 31,2021
• Prepare ESR and submit to IDOT—November 15, 2021
• Conduct Topographic Survey—November 2021
• Complete Traffic and Crash Analysis—November 30,2021
• Draft BLR 19100 to IDOT—January 15,2022
• Phase I Design Approval—April 30, 2022
McDonald Road
• Notice to Proceed—October 31,2021
• Draft BLR 46300 to IDOT—January 15, 2022
• Complete Special Waste Screening—January 31, 2022
• Phase I Design Approval—February 28,2022
B. A detailed project schedule for the PROJECT is included as Attachment B,attached
hereto, and incorporated into this Agreement by this reference. Progress will be
recorded on the project schedule and submitted monthly as a component of the
Status Report described in C below.
C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to
the project schedule. A brief narrative will be provided identifying progress,
findings and outstanding issues.
3. WORK PRODUCTS
All work product prepared by the ENGINEER pursuant hereto including, but not limited to,
reports, plans, designs, calculations, work drawings, studies, photographs, models and
recommendations shall be the property of the CITY and shall be delivered to the CITY upon
request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such
work product for its records. ENGINEER'S execution of this Agreement shall constitute
ENGINEER'S conveyance and assignment of all right,title and interest,including but not limited
to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by
the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or
through such other engineers as determined by the CITY to utilize and/or amend such work
product. Any such amendment to such work product shall be at the sole risk of the CITY. Such
work product is not intended or represented to be suitable for reuse by the CITY on any extension
to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY
without liability or legal exposure to the ENGINEER.
4. PAYMENTS TO THE ENGINEER(Not To Exceed Method)
-2-
A. For services provided the ENGINEER shall be paid at the rate of 3 times the direct
hourly rate of personnel employed on this PROJECT as detailed in Attachment D,
with the total fee not to exceed $36,460 as detailed in Attachment C regardless of
the actual costs incurred by the ENGINEER unless substantial modifications to the
scope of the work are authorized in writing by the DIRECTOR, and approved by
way of written amendment to this Agreement executed by the parties.
B. For outside services provided by other firms or subconsultants,the CITY shall pay
the ENGINEER the invoiced fee to the ENGINEER,plus 0 percent(0%). The cost
of any such outside services is included within the total not-to-exceed amount of
$36,460 provided for in Section 4A above.
C. Other reimbursable components of the fee include:
• Traffic counts $460 to determine AM and PM Peak Hour Traffic Volumes
(Crawford Road)
• Environmental Database Search$1200 for Clean Construction Demolition Debris
(Highland,Crawford,McDonald; 3 @$400 each)
The cost of any such reimbursable expenses is included within the total not-to-
exceed amount of$36,460 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. Full payments for
each task shall not be made until the task is completed and accepted by the
DIRECTOR.
5. INVOICES
A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress
reports(2C above)will be included with all payment requests.
B. The ENGINEER shall maintain records showing actual time devoted and cost
incurred. The ENGINEER shall permit the authorized representative of the CITY
to inspect and audit all data and records of the ENGINEER for work done under
this Agreement. The ENGINEER shall make these records available at reasonable
times during the Agreement period, and for a year after termination of this
Agreement.
6. TERMINATION OF AGREEMENT
Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time
upon fifteen(15)days prior written notice to the ENGINEER. In the event that this Agreement is
so terminated, the ENGINEER shall be paid for services actually performed and reimbursable
expenses actually incurred prior to termination, except that reimbursement shall not exceed the
task amounts set forth under section 4 above.
- 3 -
L
7. TERM
This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed
and, unless terminated for cause or pursuant to section 6, shall be deemed concluded on the date
the CITY determines that all of the ENGINEER's work under this Agreement is completed. A
determination of completion shall not constitute a waiver of any rights or claims which the CITY
may have or thereafter acquire with respect to any term or provision of the Agreement.
8. NOTICE OF CLAIM
If the ENGINEER wishes to make a claim for additional compensation as a result of action taken
by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence
of such action. No claim for additional compensation shall be valid unless so made. Any changes
in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing
signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative
to a claim submitted by the ENGINEER, all work required under this Agreement as determined
by the DIRECTOR shall proceed without interruption.
9. BREACH OF CONTRACT
If either party violates or breaches any term of this Agreement, such violation or breach shall be
deemed to constitute a default, and the other party has the right to seek such administrative,
contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if
either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other
party to comply with the conditions of the Agreement, the other party may terminate this
Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement,
with the sole exception of an action to recover the monies the CITY has agreed to pay to the
ENGINEER pursuant to section 4 hereof, no action shall be commenced by the ENGINEER
against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or
rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all
such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but
not limited to,the Local Government Prompt Payment Act(50 ILCS 501/1, et seq.), as amended,
or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree
that any action by the ENGINEER arising out of this Agreement must be filed within one year of
the date the alleged cause of action arose or the same will be time-barred. The provisions of this
section shall survive any expiration, completion and/or termination of this Agreement.
10. INDEMNIFICATION
To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify,defend and hold
harmless the CITY,its officers,employees, agents,boards and commissions from and against any
and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not
limited to workers compensation claims, in any way resulting from or arising out of negligent
actions or omissions of the ENGINEER in connection herewith,including negligence or omissions
of employees or agents of the ENGINEER arising out of the performance of this Agreement. In
-4-
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.
12. INSURANCE
The ENGINEER shall provide,pay for and maintain in effect, during the term of this Agreement,
the following types and amounts of insurance:
A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain
in effect, during the term of this Agreement, a policy of comprehensive general
liability insurance with limits of at least$1,000,000 aggregate for bodily injury and
$1,000,000 aggregate for property damage.
The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance
naming the CITY as additional insured. The policy shall not be modified or
terminated without thirty(30)days prior written notice to the DIRECTOR.
The Certificate of Insurance which shall include Contractual obligation assumed by
the ENGINEER under Article 10 entitled"Indemnification"shall be provided.
This insurance shall apply as primary insurance with respect to any other insurance
or self-insurance programs afforded to the CITY. There shall be no endorsement
or modification of this insurance to make it excess over other available insurance,
alternatively,if the insurance states that it is excess or prorated,it shall be endorsed
to be primary with respect to the CITY.
B. Comprehensive Automobile Liability. Comprehensive Automobile Liability
Insurance covering all owned, non-owned and hired motor vehicles with limits of
not less than$500,000 per occurrence for damage to property.
C. Combined Single Limit Policy. The requirements for insurance coverage for the
general liability and auto exposures may be met with a combined single limit of
$1,000,000 per occurrence subject to a$1,000,000 aggregate.
D. Professional Liability. The ENGINEER shall carry Engineers Professional
Liability Insurance Covering claims resulting from error, omissions or negligent
acts with a combined single limit of not less than $1,000,000 per occurrence. A
Certificate of Insurance shall be submitted to the DIRECTOR as evidence of
- 5 -
insurance protection. The policy shall not be modified or terminated without thirty
(30)days prior written notice to the DIRECTOR.
13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES,
PROCEDURES AND SAFETY
The ENGINEER shall not have control over or charge of and shall not be responsible for
construction means, methods, techniques, sequences or procedures, or for safety precautions and
programs in connection with the construction, unless specifically identified in the Scope of
Services.
14. NONDISCRIMINATION
In all hiring or employment made possible or resulting from this Agreement, there shall be no
discrimination against any employee or applicant for employment because of sex, age,race,color,
creed,national origin,marital status, of the presence of any sensory,mental or physical handicap,
unless based upon a bona fide occupational qualification, and this requirement shall apply to,but
not be limited to, the following: employment advertising, layoff or termination, rates of pay or
other forms of compensation and selection for training, including apprenticeship.
No person shall be denied or subjected to discrimination in receipt of the benefit of any services
or activities made possible by or resulting from this Agreement on the grounds of sex,race,color,
creed, national origin, age except minimum age and retirement provisions, marital status or the
presence of any sensory, mental or physical handicap. Any violation of this provision shall be
considered a violation of a material provision of this Agreement and shall be grounds for
cancellation,termination or suspension, in whole or in part, of the Agreement by the CITY.
15. ASSIGNMENT AND SUCCESSORS
This Agreement and each and every portion thereof shall be binding upon the successors and the
assigns of the parties hereto; provided, however, that no assignment shall be made without the
prior written consent of the CITY.
16. DELEGATIONS AND SUBCONTRACTORS
Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other
provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to
each and every item,condition and other provision hereof to the same extent that the ENGINEER
would have been obligated if it had done the work itself and no assignment, delegation or
subcontract had been made. Any proposed subcontractor shall require the CITY's advanced
written approval.
17. NO CO-PARTNERSHIP OR AGENCY
This Agreement shall not be construed so as to create a partnership,joint venture, employment or
other agency relationship between the parties hereto.
-6-
18. SEVERABILITY
The parties intend and agreed that,if any section, sub-section,phrase,clause or other provision of
this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all
other portions of this Agreement shall remain in full force and effect.
19. HEADINGS
The headings of the several sections of this Agreement are inserted only as a matter of convenience
and for reference and in no way are they intended to define,limit or describe the scope of intent of
any provision of this Agreement,nor shall they be construed to affect in any manner the terms and
provisions hereof or the interpretation or construction thereof.
20. MODIFICATION OR AMENDMENT
This Agreement and its attachments constitutes the entire Agreement of the parties on the subject
matter hereof and may not be changed, modified, discharged or extended except by written
amendment duly executed by the parties. Each party agrees that no representations or warranties
shall be binding upon the other party unless expressed in writing herein or in a duly executed
amendment hereof,or change order as herein provided.
21. APPLICABLE LAW
This Agreement shall be deemed to have been made in, and shall be construed in accordance with
the laws of the State of Illinois.Venue for the resolution of any disputes or the enforcement of any
rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois.
22. NEWS RELEASES
The ENGINEER may not issue any news releases without prior approval from the DIRECTOR,
nor will the ENGINEER make public proposals developed under this Agreement without prior
written approval from the DIRECTOR prior to said documentation becoming matters of public
record.
23. COOPERATION WITH OTHER CONSULTANTS
The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work
associated with the PROJECT.
24. INTERFERENCE WITH PUBLIC CONTRACTING
The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a
violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging.
25. SEXUAL HARASSMENT
-7-
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 defmition 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 DIRECTOR prior to the entry into and execution of this agreement.
27. WRITTEN COMMUNICATIONS
All recommendations and other communications by the ENGINEER to the DIRECTOR and to
other participants which may affect cost or time of completion, shall be made or confirmed in
writing. The DIRECTOR may also require other recommendations and communications by the
ENGINEER be made or confirmed in writing.
28. NOTICES
All notices,reports and documents required under this Agreement shall be in writing and shall be
mailed by First Class Mail,postage prepaid, addressed as follows:
A. As to CITY: B. As to ENGINEER:
- 8 -
Mike Pubentz, P.E. Amy McSwane
Public Works Director Corporate Treasurer
City of Elgin Hampton, Lenzini and Renwick, Inc.
150 Dexter Court 380 Shephard Dr.
Elgin, Illinois 60120-5555 Elgin, Illinois 60123
29. COMPLIANCE WITH LAWS
Notwithstanding any other provision of this Agreement it is expressly agreed and understood that
in connection with the performance of this Agreement that the ENGINEER shall comply with all
applicable Federal, State, City and other requirements of law, including, but not limited to, any
applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal
status of employees. Without limiting the foregoing,ENGINEER hereby certifies,represents and
warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing
products and/or services with respect to this Agreement shall be legally authorized to work in the
United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges
and fees and give all notices necessary and incident to the due and lawful prosecution of the work,
and/or the products and/or services to be provided for in this Agreement. The CITY shall have the
right to audit any records in the possession or control of the ENGINEER to determine
ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds
with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant
records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such
audit.
30. EXECUTION
This agreement may be executed in counterparts, each of which shall be an original and all of
which shall constitute one and the same agreement. For the purposes of executing this agreement,
any signed copy of this agreement transmitted by fax machine or e-mail shall be treated in all
manners and respects as an original document. The signature of any party on a copy of this
agreement transmitted by fax machine or e-mail shall be considered for these purposes as an
original signature and shall have the same legal effect as an original signature. Any such faxed or
e-mailed copy of this agreement shall be considered to have the same binding legal effect as an
original document. At the request of either party any fax or e-mail copy of this agreement shall be
re-executed by the parties in an original form. No party to this agreement shall raise the use of fax
machine or e-mail as a defense to this agreement and shall forever waive such defense.
-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 �4e By: ayl. r'ViniciA-t0
City Manager
Name/Print: Amy McSwane
Title: Corporate Treasurer
Att t:
City Clerk
- 10-
ATTACHMENT A
DETAILED PROJECT SCOPE OF WORK
HIGHLAND AVENUE STP-FUNDED RESURFACING PROJECT
Hampton, Lenzini and Renwick, Inc.(HLR)is pleased to submit the following scope of service for the Highland
Avenue STP-funded Resurfacing Project.The project limits are from Randall Road to Larkin Avenue.
Proposed Scope of Services
HLR will complete the following tasks to obtain the required IDOT approvals needed for this STP-funded roadway
improvement.We will coordinate our work with the City as is timely to provide opportunities for discussions, reviews
and approvals.
Phase I(Preliminary)Engineering
• Order JULIE locates for utilities within the limits of the project.
• Obtain and review existing/as-built plans available from the City.
• Check existing right-of-way and easements using tax maps,on-line databases and subdivision plats available
from the City's records.
• Conduct a field inspection of the project site to observe existing traffic operations and view locations of visible
utilities and other features that must be accounted for in the proposed design.
• Prepare the Bridge Condition Report—Asbestos form and submit to IDOT for approval.
• Prepare a project location map, existing and proposed typical cross sections and an aerial photo exhibit as
required for the IDOT Phase I submittal package.
• Prepare IDOT's BLR 46300 approval form, assemble the Phase I submittal package and submit to IDOT for
District 1 approval.
Permitting
• Prepare the Special Waste Screening, including the environmental database search.
Coordination and Consultation
• Prepare minutes of the Elgin/IDOT Phase I engineering kick-off meeting to be held at IDOT District 1.—
Included with Coombs Road project
• Prepare minutes of the IDOT/FHWA Coordination meeting to be held at IDOT District 1.—Included with
• Coombs Road project
• Prepare PPI forms and submit to Kane Kendall Council of Mayors (KKCOM) Planning Liaison. — Included
with Coombs Road project
• Prepare KKCOM quarterly reports(due in March, June, September and December, yearly).
Quality Assurance and Project Administration
• HLR will perform necessary Quality Assurance/Quality Control (QA/QC)throughout the project. QA/QC will
be performed by a senior member to ensure that there are no errors and that project goals are met.This is an
important step, since many mistakes can be eliminated before field changes, schedule impacts, and
material/cost overruns occur.
• Project Administration includes scheduling people and resources, project status updates and invoicing.
ATTACHMENT A,Continued
DETAILED PROJECT SCOPE OF WORK
CRAWFORD ROAD STP-FUNDED RESURFACING PROJECT
Hampton, Lenzini and Renwick, Inc. (HLR)is pleased to submit the following scope of service for the Crawford Road
STP-funded Resurfacing Project.The project limits are from 1,300 feet south of Bowes Road to Lenz Road.
Proposed Scope of Services
HLR will complete the following tasks to obtain the required IDOT approvals needed for this STP-funded roadway
improvement.We will coordinate our work with the City as is timely to provide opportunities for discussions, reviews
and approvals.
Survey
Conduct a topographic survey sufficient to prepare roadway resurfacing plans.The survey will include pavement
centerlines and edges, pavement markings, signs, visible utilities, visible right-of-way monumentation and features
outside the right-of-way and prepare CADD files for plan sheets.
Phase I(Preliminary)Engineering
• Order JULIE locates for utilities within the limits of the project.
• Obtain and review existing/as-built plans available from the City.
• Check existing right-of-way and easements using tax maps,on-line databases and subdivision plats available
from the City's records.
• Conduct a field inspection of the project site to observe existing traffic operations and view locations of visible
utilities and other features that must be accounted for in the proposed design.
• Prepare ESR and all supporting documentation and submit to IDOT.
• Prepare a crash analysis using the most recent 5 years of crash data,obtained from the City.
• Conduct capacity analyses for the AM and PM peak hours for the design year for the intersections of Coombs
Road at Lenz Road and at Bowes Road.Traffic counts will be completed by Spack Solutions, LLC.
• Prepare a project location map, existing and proposed typical cross sections and an aerial photo exhibit as
required for the IDOT Phase I submittal package.
• Prepare IDOT's BLR 19100 Categorical Exclusion Group I approval form, assemble the Phase I submittal
package and submit to IDOT for District 1 approval.
Permitting
• Prepare the Special Waste Screening, including the environmental database search.
Coordination and Consultation
• Prepare minutes of the Elgin/IDOT Phase I engineering kick-off meeting to be held at IDOT District 1.—
Included with Coombs Road project 1
• Prepare minutes of the IDOT/FHWA Coordination meeting to be held at IDOT District 1.—Included with
Coombs Road project
• Prepare PPI forms and submit to Kane Kendall Council of Mayors (KKCOM) Planning Liaison. — Included
with Coombs Road project
• Prepare KKCOM quarterly reports(due in March, June, September and December,yearly).
Quality Assurance and Proiect Administration
• HLR will perform necessary Quality Assurance/Quality Control (QA/QC)throughout the project. QA/QC will
be performed by a senior member to ensure that there are no errors and that project goals are met.This is an
important step, since many mistakes can be eliminated before field changes, schedule impacts, and
material/cost overruns occur.
• Project Administration includes scheduling people and resources, project status updates and invoicing.
- 12 -
ATTACHMENT A,Continued
DETAILED PROJECT SCOPE OF WORK
MCDONALD ROAD STP-FUNDED RESURFACING PROJECT
Hampton, Lenzini and Renwick, Inc.(HLR)is pleased to submit the following scope of service for the McDonald Road
STP-funded Resurfacing Project.The project limits are from 1,700 feet east of Dittman Road to Corron Road.
Proposed Scope of Services
HLR will complete the following tasks to obtain the required IDOT approvals needed for this STP-funded roadway
improvement.We will coordinate our work with the City as is timely to provide opportunities for discussions, reviews
and approvals.
Phase I(Preliminary)Engineering
• Order JULIE locates for utilities within the limits of the project.
• Obtain and review existing/as-built plans available from the City.
• Check existing right-of-way and easements using tax maps,on-line databases and subdivision plats available
from the City's records.
• Conduct a field inspection of the project site to observe existing traffic operations and view locations of visible
utilities and other features that must be accounted for in the proposed design.
• Prepare the Bridge Condition Report—Asbestos form and submit to IDOT for approval.
• Prepare a project location map, existing and proposed typical cross sections and an aerial photo exhibit as
required for the IDOT Phase I submittal package.
• Prepare IDOT's BLR 46300 approval form, assemble the Phase I submittal package and submit to IDOT for
District 1 approval.
Permitting
• Prepare the Special Waste Screening, including the environmental database search.
Coordination and Consultation
• Prepare minutes of the Elgin/IDOT Phase I engineering kick-off meeting to be held at IDOT District 1.—
Included with Coombs Road project
• Prepare minutes of the IDOT/FHWA Coordination meeting to be held at IDOT District 1.—Included with
Coombs Road project
• Prepare PPI forms and submit to Kane Kendall Council of Mayors (KKCOM) Planning Liaison. — Included
with Coombs Road project
• Prepare KKCOM quarterly reports(due in March, June,September and December, yearly).
Quality Assurance and Proiect Administration
• HLR will perform necessary Quality Assurance/Quality Control(QA/QC)throughout the project.QA/QC will
be performed by a senior member to ensure that there are no errors and that project goals are met.This is an
important step, since many mistakes can be eliminated before field changes, schedule impacts, and
material/cost overruns occur.
• Project Administration includes scheduling people and resources, project status updates and invoicing.
- 13 -
ATTACHMENT B
DETAILED PROJECT SCHEDULES
HIGHLAND AVENUE STP-FUNDED RESURFACING PROJECT
The following is the anticipated schedule for this project:
• Notice to Proceed—October 31, 2021
• Draft BLR 46300 to IDOT—January 15,2022
• Complete Special Waste Screening—January 31,2022
• Phase I Design Approval—February 28,2022
CRAWFORD ROAD STP-FUNDED RESURFACING PROJECT
The following is the anticipated schedule for this project:
• Notice to Proceed—October 31,2021
• Submit ESR to IDOT—November 15,2021
• Conduct Topographic Survey—November 2021
• Complete Traffic and Crash Analysis—November 30,2021
• Draft BLR 19100 to IDOT—January 15,2022
• Phase I Design Approval—April 30,2022
MCDONALD ROAD STP-FUNDED RESURFACING PROJECT
The following is the anticipated schedule for this project:
• Notice to Proceed—October 31, 2021
• Draft BLR 46300 to IDOT—January 15,2022
• Complete Special Waste Screening—January 31,2022
• Phase I Design Approval—February 28,2022
- 14 -
ATTACHMENT C
I-ELR CITY OF ELGIN
HIGHLAND AVENUE -LOCAL AGENCY FUNCTIONAL OVERLAY(LAFO)
SURFACE TRANSPORTATION PROGRAM (STP) FUNDED
RANDALL ROAD TO LARKIN AVENUE (2.3 MILES)
PHASE I DETAILED COST BREAKDOWN
Employee Classification
Task Description E6 E4 E2 El S1R ENV Direct Costs Hours Fee
1. PHASE I DESIGN ENGINEERING SERVICES
Data Collection(GIS,Utility Plans,Construction Plans, Field Visit) 10 10 20 $ 2,500.00
Prepare Bridge Condition Report-Asbestos Form 2 2 $ 320.00
Prepare Phase I Design Report(BLR 46300)
Cost Estimate 8 8 $ 920.00
Draft Report 8 8 $ 920.00
Final Report based on comments 4 4 $ 460.00
2. PERMITTING
Obtain Environmental Database Report(EDR) $ 400.00 $ 400.00
Prepare Clean Construction and Demolition Debris(CCDD)Form 662 Not Anticipated
Special Waste Screening 14 2 16 $ 1,610.00
3. COORDINATION AND CONSULTATION
Prepare KKCOM Quarterly Reports 4 4 $ 740.00
4. QUALITY ASSURANCE AND PROJECT ADMINISTRATION
Quality Assurance and Quality Control 2 2 $ 370.00
Project Administration 2 2 $ 370.00
Total 8 10 20 24 2 2 $ 400.00 66 $ 8,610.00
9/23/2021 1 of 1
�;�� ATTACHMENT C
CITY OF ELGIN
CRAWFORD ROAD - LOCAL AGENCY FUNCTIONAL OVERLAY (LAFO) -SURFACE TRANSPORTATION PROGRAM
(STP)
1,300 FEET SOUTH OF BOWES ROAD TO LENZ ROAD (0.72 MILES)
DETAILED COST BREAKDOWN
Employee Classification
Task Description E6 E4 E2 El ENV Direct Costs Hours Fee
1. SURVEY AND LAND ACQUISITION SERVICES
Topographic/Route Survey and Base Drawing Preparation(Lump Sum) $ 6,000.00 $ 6,000.00
2. PHASE I DESIGN ENGINEERING SERVICES
Data Collection(GIS,Utility Plans,Construction Plans, Field Visit) 4 4 8 $ 1,000.00
Prepare ESR ands 4 16 20 $ 2,260.00
Crash Analysis r 8 8 $ 920.00
Traffic Analysis(at Lenz and at Bowes) 4 $ 460.00 4 $ 920.00
Prepare Phase I Design Report-BLR 19100
Cost Estimate 4 4 $ 460.00
Draft Report 4 24 28 $ 3,500.00
Final Report based on comments 6 6 $ 690.00
4. PERMITTING
Obtain Environmental Database Report(EDR) $ 400.00 0 $ 400.00
Prepare Clean Construction and Demolition Debris(CCDD)Form 662 Not Anticipated
Special Waste Screening 14 2 16 $ 1,610.00
5. COORDINATION AND CONSULTATION
Prepare KKCOM Quarterly Reports 4 4 $ 740.00
6. QUALITY ASSURANCE AND PROJECT ADMINISTRATION
Quality Assurance and Quality Control 2 2 $ 370.00
Project Administration 2 2 $ 370.00
Total 16 4 46 34 2 $ 6,860.00 102 $19,240.00
9/23/2021 1 of 2
iT..�T�R ATTACHMENT C
iill CITY OF ELGIN
PROPOSED DESIGN ENGINEERING SERVICES
McDONALD ROAD - LOCAL AGENCY FUNCTIONAL OVERLAY (LAFO) -
SURFACE TRANSPORTATION PROGRAM (STP) FUNDED
1,700 FEET EAST OF DITTMAN ROAD TO CORRON ROAD (1.4 MILES)
PHASE I DETAILED COST BREAKDOWN
Employee Classification
Task Description E6 E4 E2 El S1R ENV Direct Costs Hours Fee
1. PHASE I DESIGN ENGINEERING SERVICES
Data Collection(GIS, Utility Plans.Construction Plans, Field Visit) 10 10 20 $ 2,500.00
Prepare Bridge Condition Report-Asbestos Form 2 2 $ 320.00
Prepare Phase I Design Report(BLR 46300)
Cost Estimate 8 8 $ 920.00
Draft Report 8 8 $ 920.00
Final Report based on comments 4 4 $ 460.00
2. PERMITTING
Obtain Environmental Database Report(EDR) $ 400.00 0 $ 400.00
Prepare Clean Construction and Demolition Debris(CCDD)Form 662 Not Anticipated 0 $ -
Special Waste Screening 14 2 I 16 $ 1,610.00
3. COORDINATION AND CONSULTATION
Prepare KKCOM Quarterly Reports 4 I 4 $ 740.00
4. QUALITY ASSURANCE AND PROJECT ADMINISTRATION
Quality Assurance and Quality Control I 2 I 2 $ 370.00
Project Administration I 2 I 2 $ 370.00
Total 8 10 20 24 2 2 $ 400.00 66 $ 8,610.00
9/24/2021 1 of 2
ATTACHMENT D
EMPLOYEE CLASSIFCATION AND RATES
HIGHLAND AVENUE STP-FUNDED RESURFACING PROJECT
Employee Classification 2021 Rates
PRINCIPAL $220.00
ENGINEER 6 $ 185.00
ENGINEER 5 $ 165.00
ENGINEER 4 $ 155.00
ENGINEER 3 $ 145.00
ENGINEER 2 $ 115.00
ENGINEER 1 $ 95.00
STRUCTURAL 2 $200.00
STRUCTURAL 1 $ 160.00
TECHNICIAN 3 $ 130.00
TECHNICIAN 2 $ 110.00
TECHNICIAN 1 $ 80.00
INTERN/TEMPORARY $ 50.00
LAND ACQUISITION $ 145.00
SURVEY 2 $ 135.00
SURVEY 1 $ 110.00
ENVIRONMENTAL 2 $ 140.00
ENVIRONMENTAL 1 $95.00
ADMINISTRATION 2 $ 130.00
ADMINISTRATION 1 $75.00
These rates will remain in effect through December 31, 2021. In the event our services are required after
that date,we will submit revised rates to be utilized through December 31, 2022.
ATTACHMENT E
LOCATION MAPS
HIGHLAND AVENUE STP-FUNDED RESURFACING PROJECT
f ;.
,„.
� . ' I =, it o in
l " ` 4 - 1 !`� BoundarylMap
�!II! r--t _ ' " Ely,n Munlc,paI Boundary
'' dti i � � �+ �, ��I Fw River
y{ tiI'!I s I
b ��J
I IL
0 •
• ▪ jI �I _
• _ ,y it
TO 3500' 5 OF HIGHLAND) ,a rP�f;` bill �'�'! _/14
L4 - i-\ \ill!! \,
COOMBS RD H1 H
vemmli
HIGHLAND AVENUE (RANDALL TO LARKIN) y�u \'• = I'
s IeGii �►� files► ;rm a ''�. .._. $±�; :.A,.
rar ii rM1,I, s i��'-•
i� ii el!' � ' ��d
7; CRAWfORD RD (1300' S OF BOWES TO LENZ) r..�J'ti _ J — J
"51':Cr
1 ter_ +
i1Y
O
i` sir I;_tl ° o- ; mall
mac Ir ! I � f 1"
1 Ul1 Agi sr. illl 11111)1i it sI i
cc •
a �. ' •
I:
-II'
Tf
•
icc
I-- . RIB
}t-
MCDONAID RD (1100' E OF D 1�
IT IMAN IC) CORR0N1 II