HomeMy WebLinkAbout22-13 Resolution No. 22-13
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH ENGINEERING
ENTERPRISES, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2022
FAR WEST SIDE AREA 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
Engineering Enterprises, Inc., for professional services in connection with the 2022 far west side
resurfacing project, a copy of which is attached hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: February 9, 2022
Adopted: February 9, 2022
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
i
AGREEMENT
THIS AGREEMENT is made and entered into this 9th day of February, 20 22 , 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 the 2022 Far West Side Area 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 Scope of Services for the PROJECT shall include providing design
engineering services for the roadway improvements associated with the PROJECT
including milling and resurfacing of existing pavement, roadway patching,
sidewalk removal and replacement,curb and gutter removal and replacement,ADA
improvements and other miscellaneous improvements as may be required. The
Scope of Services also includes evaluating the existing traffic circle at College
Green Drive and Muirfield Circle, recommending various options for the City to
review,and providing final design for the traffic circle improvements.
C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A,
and incorporated into this Agreement by this reference.
D. An exhibit detailing the locations in which the work for the PROJECT will be
completed, Location Map, is attached hereto as Attachment D, and incorporated
into this agreement by this reference.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided hereinunder.
a. Notice to Proceed: February 10,2022
b. Submit Plans to IDOT for Review:April 15,2022
c. Advertise for Bids:June 2,2022
d. Bid Opening:June 17,2022
e. Award Construction Contract:June 22,2022
f. Start Construction:July 18,2022
g. End Construction: October 14,2022
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)
A. For services provided the ENGINEER shall be paid in accordance with the
Estimated Level of Effort and Associated Cost, attached hereto as Attachment C,
and in accordance with the ENGINEER'S Standard Schedule of Charges dated
January 1, 2022, attached hereto as Attachment E, for personnel employed on the
PROJECT, with the total fees and expenses to be paid to the ENGINEER not to
exceed $193,840.00 regardless of the actual costs incurred by the ENGINEER
unless substantial modifications to the scope of the work are authorized in writing
by the 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 10%. The cost of any
such outside services is included within the total not-to-exceed amount of
$193,840.00 provided for in Section 4A above.
-2 -
C. Other reimbursable components of the fee include:
a. Geotechnical Investigation(Rubino Engineering)
b. CCDD Investigation(Rubino Engineering)
c. Printing Fees
d. See Attachment C for labor breakdown and other reimbursable components.
The cost of any such reimbursable expenses is included within the total not-to-
exceed amount of$193,840.00 provided for in Section 4A above.
D. The CITY shall make periodic payments to the ENGINEER based upon actual
progress within 30 days after receipt and approval of invoice. Said periodic
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.
Payment Schedule
ESTIMATED
INVOICE ESTIMATED%a VALUE OF WORK ESTIMATED
DATE COMPLETE COMPLETE INVOICEVALUE
2/21/2021 10% $ 19,384.00 $ 19,384.00
3/21/2021 50% $ 96,920.00 $ 77,536.00
4/21/2021 75% $ 145,380.00 $ 48,460.00
5/21/2021 80% $ 155,072.00 $ 9,692.00
6/21/2021 95% $ 184,148.00 $ 29,076.00
7/21/2021 100% $ 193,840.00 $ 9,692.00
Total $ 193,840.00
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 section 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 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
the event of any action against the CITY, its officers, employees, agents, boards or commissions,
-4
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
i
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.
-7
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:
> g
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 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.
- 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: B. As to ENGINEER:
Mike Pubentz,P.E. Bradley P. Sanderson, P.E..
Public Works Director Chief Operating Officer/President
City of Elgin Engineering Enterprises, Inc
150 Dexter Court 52 Wheeler Road
Elgin, Illinois 60120-5555 Sugar Grove, IL 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 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:
Bw�4— B
Y :Y
City Manager
Name/Print: Bradley P. Sanderson, P.E
Title: Chief Operating Officer/President
Atte t:
ity Clerk
F1Legal Dept\Agreement\ENGINEERING AGREEMENT-FORM-clean-10-2-18.docx
- 10 -
2022 Far West Resurfacing Project
City of Elgin
Attachment A — Scope of Services
The City of Elgin requires Design Engineering services for the City's 2022 Far West Resurfacing
Project. A map of the roadways to be included in the program can be found in Attachment D of this
proposal.
In order to successfully complete this project, various items will need to be addressed during the
design engineering for this project. Our proposed scope of services will include the following:
DESIGN ENGINEERING
1.1 Project Management and Coordination
• Project Management and Coordination
• Initial coordination with Illinois Department of Transportation (IDOT) for processing
the project utilizing MFT funds including a Section Number Request.
• Coordinate Final Scope with City
• Subconsultant Coordination and Review
1.2 Project Meetings
• One (1) Kick-Off Meeting with City
• Two (2) Internal Project Meetings
• One Meeting with City to Discuss Traffic Circle Options
1.3 Data Collection
• Acquire and Review City Utility Data
1.4 Topographic Survey
• Traffic Circle at College Green Drive & Muirfield Circle
• Muirfield Circle (College Green Drive to College Green Drive)
1.5 Analyze and Prepare Rehabilitation Options for College Green Drive Traffic Circle
• Analyze Existing Traffic Circle
• Review Current Traffic Circle Standards
• Recommend Options for Existing Traffic Circle to the City for Approval
1.6 Develop Base Plan Sheets
• Develop Base Plan Sheets Utilizing GIS & Aerials for Processing IDOT MFT
Construction Section
1.7 Analyze/Finalize Roadway Rehabilitation Methods
• Analyze Pavement Core Information
• Recommend Roadway Improvements to City Staff for Approval
1.8 Public and Private Utility Coordination
• Coordinate and Obtain Permit from Kane County Division of Transportation
■ Randall Road & College Green Drive
• Design JULIE
2022 Far West Resurfacing Project
Engineering Agreement Attachment A—
Scope of Services
1.9 Site Assessment and Field Measurements
• Review Asphalt, Curb, and Sidewalk Conditions
• Review Sidewalk Corners for ADA Compliance
• Utility Structure Inspections
• Sign Inventory
1.10 Preparation of Final Plans, Specifications and Estimates
• Preparation of Construction Plans in IDOT Format
■ Title Sheet
■ General Notes
■ Typical Sections
■ Summary of Quantities
■ Plan Sheets
■ Project Details
■ City Details
■ District One Details and IDOT Highway Standards
• Prepare Construction Specifications
■ All required bidding and letting information
■ City special provisions and contracting information
■ Project specific special provisions
• Preparation of Engineer's Opinion of Probable Construction Costs
1.11 Preparation of Final Plans for College Green Traffic Circle Improvements
• Preparation of Construction Plans in IDOT Format
■ Typical Sections
■ Existing Conditions & Removal Plan (1" = 20')
■ Traffic Control Plan
■ Plan and Profile (1" = 20')
■ Drainage, Erosion Control & Utility Plan (V = 20')
■ Intersection Detail Sheet (V = 20')
■ Cross Sections (Approximately every 25', 1"— 10' horizontal, 1" = 5' vertical).
1.12 Process Required Documents with IDOT for MFT Projects
• Plan Set
• Bid Package
• BDE 213— Estimate of Cost
• BLR 09111 — Resolution
• BLR 09150 — Request for Expenditure/Authorization of MFT funds
• D1 PI0019— MFT Scoping Checklist
1.13 QC/QA of Final Plans & Bid Package
• Final review of Plans and Quantities
• Final review of Bid Package, Project Specifications and Estimate of Cost
1.14 Revisions and Disposition of Comments Based on IDOT Review
• Submit Bid Package to IDOT for Approval
• Prepare Disposition of Comments for Any Comments Provided by IDOT
• Make Any Necessary Revisions
2022 Far West Resurfacing Project
Engineering Agreement Attachment A—
Scope of Services
1.15 Bidding and Contracting
• Prepare Bidders List
• Address Bid Questions
• Prepare Addenda
• Prepare Bid Tab, Bid Summary, and Recommendation of Award
• Prepare Contracts for IDOT Approval
The following scope of services will be provided by EEI's subconsultant Rubino Engineering
• Perform Pavement Cores and Soil Borings
• Prepare Boring Logs and Summary Report
• CCDD Analysis
• Prepare LPC 662 Form
EXCLUSIONS
The above scope of services excludes the following:
• Bidding (Coordinated/Managed by the City)
• Resident Coordination
• Work Related to Easements or ROW for College Green Traffic Circle
The above scope for "2022 FAR WEST RESURFACING PROJECT" summarizes the work items
that will be completed for this contract. Additional work items, including additional meetings beyond
the meetings defined in the above scope shall be considered outside the scope of the base contract
and will be billed in accordance with the Standard Schedule of Charges.
2022 Far West Resurfacing Project
Engineering Agreement Attachment A—
Scope of Services
® ATTACHMENT
ANTICIPATED PROJECT SCHEDULE
2022 FAR WEST SIDE AREA RESURFACING PROJECT E LG I N
CITY OF ELGIN,ILLINOIS
T}iE CRY IN T SUBURBS
ONsrarMing Service-Every Client-Every Day
Yearl 2022
ITEM Month:1 January I February I March I April I May June I July I August I September I October
NO. WORK ITEM Week Starting: 1 2 3 4 1 2 3 4 1 2 S 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4
DESIGN
1.1 Project Management and Coordination
1.2 Project Meetings
1.3 Data Collection
1.4 Topographic Survey
1.5 Analyze and Prepare Rehabilitation Options for College Green Drive Traffic Circle
1.6 1 Develop Base Plan Sheets
1.7 Analyze/Finalize Roadway Rehabilitation Methods
1.8 Public and Private Utility Coordination
1.9 Site Assessment and Field Measurements
1.10 Preparation of Final Plans.Specifications and Estimates
1.11 Preparation of Final Plans for College Green Traffic Circle Improvements
1.12 Process Required Documents with IDOT for MFT Projects
1.13 QC/CA of Final Plans and Bid Package
1.14 Revisions and Disposition of Comments Based on IDOT Review
115 Bidding and Contracting
Construction
Legend
Project Management&OCIOA ®IDOT Revie
g w
Meetins) Bidding&Contracting
Field Assessment Construction
F*Design Work Item
G'Putln Elgn12d11�EG2t Ofi N122 Fr Wen Rew�zep Grgac Wevgn EqrmigWSNVPnecnmenl B-Sc�eEJeAs�StlieEJe
ATTACHMENTC-ESTIMATED LEVEL OF EFFORT AND ASSOCIATED COST E LG I N
PROFESSIONAL ENGINEERING SERVICES
2022 FAR WEST SIDE RESURFACING AREA THE CDY IN TIE SUBUREIS
Outstondin9 Service-Every Client-Every Day CITY OF ELGIN,IW NOIS
ENnTY:j ENGINEERING SURVEYING DRAFTING ADMIN. WORK
PRINCIPAL SENIOR SENIOR SENIOR SENIOR ITEM COST
WORK PROIER ROLE: IN PR ER PROJER PROIER PROTECT PROJER SENIOR CAD PROJER HOUR PER
ITEM CHARGE MANAGER ENGINEERe ENGINEER MANAGER TECNNICIANII TECHNICIAN MANAGER TECHNICIANI TECHNICIAN ADNV N. SUMM. ITEM
NO. WORK ITEM HOURLY RATE: $Z2a $194 $163 $154 $216 $159 $I29 $159 $149 $116 S]0
DESIGN ENGINEERING
1.1 Pro ect Man.emen1 and Coordination 2 32 12 46 5 8.860
1.2 Project Meetin 4 Meetin s 8 8 8 24 $ 4,608
1.3 Data Collection(GIS,List of Known Issues,etc. 2 6 8 $ 1,312
1.4 Topographic Survey 2 2 16 3b 56 $ 9,876
1.5 Analyze and Pre are Rehabilitation Options for College Green Drive Traffic Cirde 4 12 40 40 16 8 120 $ 20,456
1.6 Develop Base Plan Sheets 2 4 24 48 78 S 11,972
1.7 Analyze/Finalize Roadway Rehabilitation Methods 2 6 8 S 1,312
1.8 Public and Private Utility Coordination 2 8 10 S 1,620
1.9 Site Assessment and Field Measurement 8 108 116 S 18,184
1.10 Pre araticn of Final Plans,S ecificetions end EsBmetes 12 140 40 8o 272 S 42,168
1.11 Pre ration of Final Plans for Cole a Green Traffic Cirda Im rwement 4 40 72 80 32 72 300 $ 49,984
1.12 Process Re wired Document with IDOT for MFT Project 2 6 8 $ 1,312
1.13 OC/CIA of Final Plans&Bid Package 4 12 16 S 3,240
1.14 Revisions and Dis osifion of Comment Based on IDOT Review 6 24 8 12 2 52 $ 9,060
1.15 jBidding and Contracting 21 i 12 2 16 $ 2,376
DIRECTEXPENSES LABORSUMMARY
Printin = S 400 En m n Ex ses= S 124,020
Rubino(Pavem Ca &CCDO)= S 8,100 Su rl Expenses= $ 9,180
Drafu Ez ses= $ 51,860
Administrative Expenses= $ 280
TOTAL MEOR EXPENSES. 1asaa
OIRECTEXPENSES= S a,Sda
owev�:,.d,...:................A...w..T w—,-v>.v.....<.wn...re..s.,..
oc\`o'r
�°
wPJe fie\\ O oze tt10 o Lehr Dr
s,�Jote
yQ�`o �Qa�a Ltd'
f C
G tA11 Q^
q�o/t �Smp a C v Lancaster
s — Cir
�e S1DA a Ar''9 y D a x V� Brighton Ct Traffic Circle Analysis
ota °°a P Q p ° ��
°c q, oJr ;g v Y °y° Chelsea
0 o °�4 C'PCoi� Ct Muirfield Cir
e� c c LL ��P9e ; I
� i
V°��cy atr°` w.'College Green Dr E
T Q V Verde ' 6 v
3 0 v Vista Ct �? p�C.
(
m F- 'es e a°m i 4
South St 0 — co oil ;
Kyra a Cir
Ln Humbolt St Pearl St N y V° Pronomink
N m Coronado Ct
C l0 > Q
Y j m Q
0 a Friendship St
°p Heritage Mission Hills D
es o Pkwy Carlsbad Ct o0
75
P
ems Q ry�ro
ecy e e Y 4 Wicklow
h'aterR LLtj
1( �aJ Q, �o�cP �`pr clr Dr
yra g p\ ova °
Ln c oca
f
' ✓r � d Tuscan
View Dr
r �r V` dter'P Rocky Stoney c� eti�
4-0
�ra�� `e aca t\ a Gap W o tG`� a Creed
o �r Q
Fa E o° ° venetian Ln
A
of aC o
�v T 4 J J
Fa9ewater 1D1
0
.1 1 £ 0 Rolling
oh Pars 3 o Beacon Point Cir Ridge Ln
U y 3
01 a
Legend p o 3 Harvest Vly
W 0 a
@ m m 32 Venetian Ln
m a Cascade Falls Cir
2022 Roadway Program Limits o m a
Bowes Rd I
't,: zaa ioo o zoo Fear �i
I- DATE:
Engineering Enterprises, Inc.
JANUARY2022 N
P 9 9 ATTACHMENT D
52 Wheeler Road PROJECT NO.: EG2106 LOCATION MAP
Sugar Grove, Illinois 60554 BY WIT !,
(630) 466-6700 1
PATH: i
H\GIS\PUBLIC\ELGIN12021\ ELGIN
WWW.E'E'1WE?I1,COt11 FI LE:
.o 2022 R.—y P,00,am mxo 1 11 - rrleweunes-
ATTACHMENT E
Standard r of r
January I
EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE
Senior Principal E-4 $228.00
Principal E-3 $223.00
Senior Project Manager E-2 $216.00
Project Manager E-1 $194.00
Senior Project Engineer/Planner/Surveyor II P-6 $183.00
Senior Project Engineer/Planner/Surveyor 1 P-5 $170.00
Project Engineer/Planner/Surveyor P-4 $154.00
Senior Engineer/Planner/Surveyor P-3 $142.00
Engineer/Planner/Surveyor P-2 $129.00
Associate Engineer/Planner/Surveyor P-1 $116.00
Senior Project Technician II T-6 $159.00
Senior Project Technician I T-5 $149.00
Project Technician T-4 $139.00
Senior Technician T-3 $129.00
Technician T-2 $116.00
Associate Technician T-1 $102.00
GIS Technician G-1 $105.00
Engineering/Land Surveying Intern 1-1 $ 79.00
Administrative Assistant A-3 $ 70.00
VEHICLES.REPROGRAPHICS,DIRECT COSTS,DRONE AND EXPERT TESTIMONY
Vehicle for Construction Observation $ 15.00
In-House Scanning and Reproduction $0.25/Sq.Ft.(Black&White)
$1.00/Sq.Ft.(Color)
Reimbursable Expenses(Direct Costs) Cost
Services by Others(Direct Costs) Cost+ 10%
Unmanned Aircraft System/Unmanned Aerial Vehicle/Drone $206.00
Expert Testimony $258.00
52 Wheeler Road,Sugar Grove, 60554 • { 466 • 11 i 466 • 1 '• •