HomeMy WebLinkAbout21-18Resolution No. 21-18
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH HR GREEN, INC. FOR
PROFESSIONAL SERVICES IN CONNECTION WITH THE 2021 GIFFORD PARK
RESURFACING 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 HR
Green, Inc., for professional services in connection with the 2021 Gifford Park Resurfacing
Project, a copy of which is attached hereto and made a part hereof by reference.
s/ David J. Ka
David J. Kaptain, Mayor
Presented: February 10, 2021
Adopted: February 10, 2021
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/ Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 1Oth day of February , 20 21 , by
and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as
"CITY") and HR GREEN, INC., an IOWA 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 CITY OF ELGIN 2021 GIFFORD PARK RESURFACING PROJECT
(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 general Scope of Services is to provide Preliminary Engineering tasks for the
preparation of proposal documents including location maps, typical sections,
construction details, project specifications, construction cost estimates, and all
other related work necessary to complete the proposal documents. In addition, plan
exhibits and cost estimates for sustainable design options will be provided to the
CITY for review and potential inclusion within the PROJECT. Preparation of
documents will follow CITY and Illinois Department of Transportation (IDOT)
Motor Fuel Tax (MFT) standards and procedures. A detailed Scope of Services for
the PROJECT is attached hereto as Attachment A, and incorporated into this
Agreement by this reference.
C. Construction and Phase III Engineering Inspection for the PROJECT will use
Motor Fuel Tax (MFT) funds and completed under separate agreement.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided hereinunder.
• Council Approval and Notice to Proceed — February 10, 2021
• Preliminary Engineering — March 19, 2021
• IDOT Approval of Bid Documents - April 2, 2021
• Bid Opening — April 20, 2021
• Award and Construction Completion Date — October 1, 2021
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 (Lump Sum Method)
A. The CITY shall reimburse the ENGINEER for services under this Agreement a
lump sum of Fifty -Five Thousand Six Hundred and Zero Dollars ($55,600.00),
regardless of actual Costs incurred by the ENGINEER unless substantial
modifications to the project are authorized in writing by the DIRECTOR and
approved by way of written amendment to this Agreement executed by the parties.
B. The CITY shall make periodic payments to the ENGINEER based upon actual progress
within 30 days after receipt and approval of invoice. Said periodic payments to the
ENGINEER shall not exceed the amounts shown in the following schedule, and full
payments for each task shall not be made until the task is completed and accepted by the
DIRECTOR.
Pavment Schedule
DATE
ESTIMATED %
COMPLETE
ESTIMATED VALUE OF
WORK COMPLETE
ESTIMATED INVOICE
VALUE
2/28/2021
30%
$16,680.00
$16,680.00
3/31/2021
45%
$41,700.00
$25,020.00
4/30/2021
20%
$52,820.00
$11,120.00
5/31/2021
5%
$55,600.00
$2,780.00
TOTAL 100% $55,600.00
-2-
5. INVOICES
A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress
reports (2C above) will be included with all payment requests.
B. The ENGINEER shall maintain records showing actual time devoted and cost
incurred. The ENGINEER shall permit the authorized representative of the CITY
to inspect and audit all data and records of the ENGINEER for work done under
this Agreement. The ENGINEER shall make these records available at reasonable
times during the Agreement period, and for a year after termination of this
Agreement.
6. TERMINATION OF AGREEMENT
Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time
upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is
so terminated, the ENGINEER shall be paid for services actually performed and reimbursable
expenses actually incurred prior to termination, except that reimbursement shall not exceed the
task amounts set forth under section 4 above.
7. TERM
This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed
and, unless terminated for cause or pursuant to section 6, shall be deemed concluded on the date
the CITY determines that all of the ENGINEER's work under this Agreement is completed. A
determination of completion shall not constitute a waiver of any rights or claims which the CITY
may have or thereafter acquire with respect to any term or provision of the Agreement.
8. NOTICE OF CLAIM
If the ENGINEER wishes to make a claim for additional compensation as a result of action taken
by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence
of such action. No claim for additional compensation shall be valid unless so made. Any changes
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 parry 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 parry, 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,
-3-
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, etseq.), as amended,
or the Illinois Interest Act (815 ILCS 205/1, et seq.), as amended. The parties hereto further agree
that any action by the ENGINEER arising out of this Agreement must be filed within one year of
the date the alleged cause of action arose or the same will be time -barred. The provisions of this
section shall survive any expiration, completion and/or termination of this Agreement.
10. INDEMNIFICATION
To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold
harmless the CITY, its officers, employees, agents, boards and commissions from and against any
and all claims, suits, judgments, costs, attorneys fees, damages or other relief, including but not
limited to workers compensation claims, in any way resulting from or arising out of negligent
actions or omissions of the ENGINEER in connection herewith, including negligence or omissions
of employees or agents of the ENGINEER arising out of the performance of this Agreement. In
the event of any action against the CITY, its officers, employees, agents, boards or commissions,
covered by the foregoing duty to indemnify, defend and hold harmless such action shall be
defended by legal counsel of the CITY's choosing. The provisions of this section shall survive any
expiration and/or termination of this Agreement.
11. NO PERSONAL LIABILITY
No official, director, officer, agent or employee of the CITY shall be charged personally or held
contractually liable under any term or provision of this Agreement or because of their execution,
approval or attempted execution of this Agreement.
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.
-4-
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
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.
-5-
15. ASSIGNMENT AND SUCCESSORS
This Agreement and each and every portion thereof shall be binding upon the successors and the
assigns of the parties hereto; provided, however, that no assignment shall be made without the
prior written consent of the CITY.
16. DELEGATIONS AND SUBCONTRACTORS
Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other
provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to
each and every item, condition and other provision hereof to the same extent that the ENGINEER
would have been obligated if it had done the work itself and no assignment, delegation or
subcontract had been made. Any proposed subcontractor shall require the CITY's advanced
written approval.
17. NO CO -PARTNERSHIP OR AGENCY
This Agreement shall not be construed so as to create a partnership, joint venture, employment or
other agency relationship between the parties hereto.
18. SEVERABILITY
The parties intend and agreed that, if any section, sub -section, phrase, clause or other provision of
this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all
other portions of this Agreement shall remain in full force and effect.
19. HEADINGS
The headings of the several sections of this Agreement are inserted only as a matter of convenience
and for reference and in no way are they intended to define, limit or describe the scope of intent of
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.
912
22. NEWS RELEASES
The ENGINEER may not issue any news releases without prior approval from the DIRECTOR,
nor will the ENGINEER make public proposals developed under this Agreement without prior
written approval from the DIRECTOR prior to said documentation becoming matters of public
record.
23. COOPERATION WITH OTHER CONSULTANTS
The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work
associated with the PROJECT.
24. INTERFERENCE WITH PUBLIC CONTRACTING
The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a
violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging.
25. SEXUAL HARASSMENT
As a condition of this contract, the ENGINEER shall have written sexual harassment policies that
include, at a minimum, the following information:
A. the illegality of sexual harassment;
B. the definition of sexual harassment under state law;
C. a description of sexual harassment, utilizing examples;
D. the vendor's internal complaint process including penalties;
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
-7-
Prevention Public Works Project Act at 820 II.CS 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:
Mike Pubentz Akram Chaudhry
Director of Public Works Vice President
City of Elgin HR Green, Inc.
150 Dexter Court 420 North Front Street
Elgin, Illinois 60120-5555 McHenry, IL 60050
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.
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:
fin
By By:
City Manager Name/print: Akram Chaudhry
Title: Vice President
City Clerk 0
M
HRGreend
ATTACHMENT A
PROFESSIONAL SERVICES AGREEMENT
For
City of Elgin 2021 Gifford Park Resurfacing Project
Preliminary Engineering Services
Mike Pubentz
City of Elgin
150 Dexter Court
Elgin, IL, 60120
847.931.6081
Akram Chaudhry, P.E.
Vice President
HR Green, Inc.
420 N Front Street
McHenry, IL, 60050
HR Green Project Number: 200067
Version 2.1 02212019
TABLE OF CONTENTS
1.0 PROJECT UNDERSTANDING
2.0 SCOPE OF SERVICES
3.0 DELIVERABLES AND SCHEDULES INCLUDED IN THIS AGREEMENT
4.0 ITEMS NOT INCLUDED IN AGREEMENT/SUPPLEMENTAL SERVICES
5.0 SERVICES BY OTHERS
6.0 CLIENT RESPONSIBILITIES
7.0 PROFESSIONAL SERVICES FEE
8.0 TERMS AND CONDITIONS
Version2.1 02212019
THIS AGREEMENT is between CITY OF ELGIN (hereafter "CLIENT') and HR GREEN, INC.
(hereafter "COMPANY").
1.0 Project Understanding
1.1 General Understanding
The project is located on various roadways within the jurisdiction of the CLIENT. The
improvement will consist of asphalt pavement resurfacing, pavement patching, curb and
gutter replacement, sidewalk and ramp replacement, drainage structure adjustments, and
related improvements required to construct the improvements. This contract is based on
an approximate $1,100,000 construction budget amount.
COMPANY understands that the CLIENT requires Preliminary Engineering services for the
proposed improvements.
The work will include Preliminary Engineering tasks required for the preparation of proposal
documents, location map, typical sections, construction details, project specifications,
construction cost estimates, and all other related work necessary to complete the proposal
documents. Preparation of Preliminary Engineering documents will follow CLIENT and
Illinois Department of Transportation (IDOT) MFT standards and procedures.
1.2 Design Criteria/Assumptions
The engineering and contract documents will be developed according to the applicable
requirements within the following design guidelines:
a) Bureau of Local Roads and Streets (BLR) Manual; and
b) City of Elgin Guidelines, Details, and Standards (as applicable).
2.0 Scope of Services
The CLIENT agrees to employ COMPANY to perform the following services:
2.1 PRELIMINARY ENGINEERING
A. Initial Kickoff Meeting
COMPANY and the CLIENT will meet to ascertain that the scope of services is clearly
defined to maintain the project schedule.
B. Roadway Design
COMPANY will perform a thorough field evaluation of the streets to be improved. The
field evaluation will obtain measurements, define the pavement improvement strategy,
and review existing sidewalk ramps for compliance with current ADA standards.
Roadway typical sections, location maps, summary of quantities, and construction
details will be developed showing resurfacing limits, sidewalk ramp locations,
pavement patching, utility structure adjustments, and curb improvements.
COMPANY will analyze the collected pavement core information to determine existing
asphalt thickness and overall roadway composition and coordinate with the CLIENT
to design a Hot Mix Asphalt (HMA) pavement that meets CLIENT and IDOT standards.
Version2.1 02212019
C. Topographic Survey
COMPANY will perform topographical survey of the City Hall parking lots to determine
existing site conditions. The survey scope includes the following:
Right of Way (ROW) Survey
COMPANY will calculate the existing ROW as shown on County GIS and ROW plats,
as provided by CLIENT, to include on the base map.
Parking Lot Topographic Survey
Parking Lot Survey will include the lots at City Hall, located at 150 Dexter Court. The
location includes the parking lot north of Dexter Court and the main lot south of Dexter
Court as shown in the Location Maps. Survey will extend to the existing ROW line
on both sides of the lots and will include the northeast corner of the intersection of
Highland Avenue at Grove Avenue. Existing utilities will be surveyed from visible
flags or markings. Storm, sanitary sewer and watermain structures will be surveyed,
including rim elevation, invert pipe size, direction and elevation as observed at
unlocked manholes. Trees six inches or larger in diameter lying outside of a tree line
will be located but species not identified.
D. Special Provisions
COMPANY will prepare contract special provisions for the project. The document will
include Supplemental, Recurring, BLR, BDE, and project specific special provisions,
as necessary. The project specific special provisions will be written to cover any items
not covered by the Standard Specifications for Road and Bridge Construction.
E. Maintenance of Traffic
An analysis of how the proposed improvements will be constructed and the
maintenance of traffic and facilities will be discussed with the CLIENT. It is assumed
applicable IDOT Highway Standards will be used for traffic control and protection
during construction.
It is anticipated that construction may require day -time lane closures. Maintenance of
traffic specifications and notes will identify and define the allowable contractor
operations, and the required traffic control devices will be included in the bidding
documents. Construction sequencing procedures will be detailed in the plans and
specifications to ensure that temporary access to driveways are provided at the end
of each work day.
F. Construction Cost Estimates
Opinions of probable construction cost will be developed and refined throughout the
design process so that the CLIENT has the latest cost estimate. These costs will be
determined using pay items and the latest historical unit prices available for the area.
G. Bidding Assistance and Recommendation to Award
COMPANY will prepare the Computer Data form and schedule the advertisement
dates though IDOT District 1 as well as the local newspaper. COMPANY will prepare
reproducible plans and bidding documents and respond to questions during the
bidding process.
At the bid opening, CLIENT will open and read aloud the results of each Contractor's
bid and announce an apparent low bidder. COMPANY will be in attendance at the bid
Version2.1 02212019
opening to assist CLIENT with clarifying bidding information and answer questions.
Following the bid opening, COMPANY will examine the bid documents and perform
calculation checks of each Contractor to confirm the low bidder and generate bid
tabulations. Subsequently, COMPANY will coordinate with the low bidder and obtain
the executed Contract and Contract Bond documents from the Contractor. COMPANY
will combine and prepare the completed Contract documents and submit to CLIENT
for execution and approval from City Council.
2.2 SUSTAINABLE DESIGN ANALYSIS
A. Parking Lot Sustainable Design Elements
COMPANY will analyze various sustainable design elements for the potential inclusion
on the improvements to the City Hall parking lots. COMPANY will prepare and provide
up to 4 design options that will include sustainable construction practices to CLIENT
for review. If CLIENT determines specific items will be included within the overall
project, a contract addendum will be prepared to include the design engineering
services.
B. Plan Exhibits and Cost Estimates
COMPANY will develop and prepare plan exhibits and opinions of probable cost for
each of the identified design elements. The documents will be provided to CLIENT for
further coordiantion with various City Departments. The plan exhibits will include
general parking lot site layout and related sustainable elements. The detailed final
design and related engineering calculations for the parking lot improvements is not
included as part of this agreement but can be provide under a separate agreement.
3.0 Deliverables and Schedules Included in this Agreement
COMPANY will provide the following deliverables to the CLIENT and/or IDOT for review
and approval:
• 2021 Gifford Park Resurfacing Project Contract Proposal Booklet for Bidding
• City Hall Parking Lot Sustainable Design Exhibits
A detailed project schedule is provided as Attachment B.
This schedule was prepared to include reasonable allowances for review and approval
times required by the CLIENT and public authorities having jurisdiction over the project.
This schedule shall be equitably adjusted as the project progresses, allowing for changes
in the scope of the project requested by the CLIENT or for delays or other causes beyond
the control of COMPANY.
4.0 Items not included in Agreement/Supplemental Services
The following items are not included as part of this AGREEMENT:
1. Construction Engineering services;
2. Design Engineering services for sustainable design elements; and
3. Environmental permitting / coordination
Version2.1 02212019
Supplemental services not included in the AGREEMENT can be provided by COMPANY
under separate AGREEMENT, if desired.
5.0 Services by Others
COMPANY will engage a sub consultant to extract pavement cores for review of the
existing pavement section during the preliminary engineering phase.
6.0 Client Responsibilities
No additional CLIENT responsibilities are anticipated for the project.
7.0 Professional Services Fee
7.1 Invoices
Invoices for COMPANY's services shall be submitted, on a monthly basis. Invoices shall
be due and payable within 30 days upon receipt.
7.2 Extra Services
Any service required but not included as part of this AGREEMENT shall be considered extra
services. Extra services will be billed on a Time and Material basis with prior approval of
the CLIENT.
7.3 Exclusion
This fee does not include attendance at any meetings or public hearings other than those
specifically listed in the AGREEMENT. These service items are considered extra and are
billed separately on an hourly basis.
7.4 Payment
The CLIENT AGREES to pay COMPANY on the following basis with fees calculated
based on estimated construction cost of $1,100,000:
TASK
HOURS
COSTS
Preliminary Engineering
Meetings, Field Visits, Project
Administration, and Bidding Assistance
50
$9,400
Roadway Design, Special Provisions, Quantities
145
$23,200
Topographic Survey
48
$6,400
Pavement Core Investigation
Subconsultant
$5,000
Sub -Total
243
$44,000
Sustainable Design Analysis
Parking Lot Sustainable Design
32
$5,400
Cost Estimates, Exhibit Preparation
48
$6,200
Sub -Total
80
$11,600
Project Total
323
$55,600.00
Version2.1 02212019
ATTACHMENT B —SCHEDULE
Council Approval and Notice to Proceed — February 10, 2021
Bid Documents and EOPC — March 19, 2021
Bid Documents Approval — April 2, 2021
Bid Opening —April 20, 2021
Council Approval of Construction Contract — April 28, 2021
IDOT Approval of Construction Contract — April 30, 2021
Construction Completion Date — October 1, 2021
ATTACHMENT C - RATE SHEET
HRGreen
Professional Services
Principal
Senior Professional
Professional
Junior Professional
Senior Technician
Technician
Senior Field Personnel
Field Personnel
Junior Field Personnel
Administrative Coordinator
Administrative
Corporate Admin
HR GREEN
Billing Rate Schedule
Effective January 1, 2021
Billing Rate Range
$215-$310
$195- $300
$125-$200
$85- $145
$120-$160
$75-$130
$140- $205
$90- $170
$75- $100
$70-$115
$65-$100
$80- $150
Operators/Interns $50- $120
ATTACHMENT D - LOCATION MAP
Locations: City Hall parking lots, Police Department parking lot
Locations: Times Square Road