Loading...
HomeMy WebLinkAbout23-215 Resolution No. 23-215 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH FEHR GRAHAM AND ASSOCIATES, LLC FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2024 FREMONT-WILLARD 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 Fehr Graham and Associates, LLC, for professional services in connection with the 2024 Fremont- Willard 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: November 15, 2023 Adopted: November 15, 2023 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 15th day of November, 20 23 , by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY")and Fehr Graham and Associates,LLC,an Illinois limited liability company(hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the 2024 Fremont-Willard 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 Services of the CITY, herein after referred to as the"DIRECTOR". B. Engineering Services to include the following: • Field and topographic surveys along routes scheduled for improvements, including sidewalk ramps at intersections. • Engineering plans complete with ADA compliant sidewalk ramp designs. • Geotechnical analysis and pavement cores. • Drainage review of Wing Park Band Shell parking lot along with design improvements for the parking lot. • Single Bid Package complete with exhibits, typical pavement sections. and applicable IDOT BLR forms. • All plans, specifications, and other deliverables to be completed in accordance with IDOT District 1 requirements related to use of MFT funds for construction services. 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 presenting the Proposed Project Locations for the PROJECT 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. i. Design Services Notice to Proceed—November 16,2023 Begin Field Data Collection—December 2023 i i i. Begin Design Engineering—January 2024 iv. Submit 75%Progress Set to IDOT/City Staff for Review—February 2024 v. Address City/IDOT Comments and Finalize Bid Documents—March 2024 vi. Advertise Project for Bidding—April 2024 vii. Open Bids—May 2024 viii. Award Construction Contract and Begin Construction—June 2024 ix. Construction Completion—August 2024 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 at the rate of 3.3 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $172,765 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. A detailed cost breakdown for the PROJECT is included as Attachment C and incorporated into this Agreement by this reference. -2- B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus 5%. The cost of any such outside services is included within the total not-to-exceed amount of $172,765 provided for in Section 4A above. C. The cost of any such reimbursable expenses, such as printing, equipment, and vehicle fees, is included within the total not-to-exceed amount of $172,765 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. Date Estimated% Estimated Value of Estimated Completion Work Completed Invoice Value 12/29/2023 15% $25,914.75 $25,914.75 1/26/2024 25% $69,106.00 $43,191.25 2/23/2024 25% $112,297.25 $43,191.25 3/29/2024 15% $138,212.00 $25,914.75 4/26/2024 10% $155,488.50 $17,276.50 5/24/2024 5% $164,126.75 $8,638.25 6/28/2024 5% $172,765.00 $8,638.25 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, maintain and pay for during the term of this Agreement the following types and amounts of insurance: A. Comprehensive Liability. 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 insurance protection. The policy shall not be modified or terminated without thirty (30)days prior written notice to the DIRECTOR. -5 - 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/AFFIRMATIVE ACTION The ENGINEER will not discriminate against any employer or applicant for employment because of race,color,religion,sex,national origin,age,ancestry,order of protection status,familial status, marital status, physical or mental disability, military status, sexual orientation, or unfavorable discharge from military service which would not interfere with the efficient performance of the job in question. ENGINEER shall take affirmative action to comply with the provisions of Elgin Municipal Code Section 5.02.040 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. ENGINEER shall distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants and prospective subcontractors. ENGINEER agrees that the provisions of Section 5.02.040 of the Elgin Municipal Code, 1976,as amended, is hereby incorporated by reference,as if set out verbatim. 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 race, color, religion,sex,national origin,age,ancestry,order of protection status,familial status,marital status, physical or mental disability, military status, sexual orientation, or unfavorable discharge from military service. Any violation of this paragraph shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. -6- 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership,joint venture,employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any 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 C1TY's employ or any work associated with the PROJECT. -7- 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include,at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; I). the vendor's internal complaint process including penalties; I . the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the I Ilinois 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 he 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. Jason Stoll, P.E. Public Services Director Principal City of Elgin Fehr Graham and Associates,LLC 150 Dexter Court 515 Lincoln Highway Elgin, Illinois 60120-5555 Rochelle, IL 61068 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. COUNTERPARTS AND 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. This Agreement may be executed electronically, and any signed copy of this Agreement transmitted by facsimile machine or email 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 facsimile machine or email shall be considered for these purposes an original signature and shall have the same legal effect as an original signature. -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 TH Y: FOR THE ENGINEER: B� By: l City Manager Na rint. on Stoll, PE Title: Principal Attest: .b1C11) rty Je4rk !9 - 10- gvFEHRGRA-AM ATTACHMENT A October 20, 2023 Mr. Mike Pubentz, P.E. City of Elgin—Public Services Director 1900 Holmes Rd. Elgin, IL 60123-1200 Attn: Mr. Max Heidgen Re: Proposal for Professional Engineering Services City of Elgin—2024 Fremont-Willard Resurfacing Project Dear Mr. Pubentz, Fehr Graham is pleased to provide you with this proposal for professional engineering services. The City of Elgin's 2024 Fremont-Willard Resurfacing Project will include the following locations in need of repair: Fremont St—from N Gifford St to N Liberty St Hickory PI—from Dundee Ave to N Liberty St Porter Ave—from Hickory PI to Summit St Poplar Ct—from Fremont St to Summit St Willard Ave—from Villa St to Ramona Ave Pavement cores to be taken and resurfacing design to be considered for section of Willard Avenue, near 500 block, patched by City crews in early 2023. Aller St—from Willard Ave to Bent St Lucile Ave—from Willard Ave to Villa St Ramona Ave—from Willard Ave to Villa St Kirk Ave—from Houston Ave to Villa St Virgil Ave—from Kramer Ave to Villa St Kramer Ave—from Kirk Ave to Wright Ave Getty St—from Kirk Ave to East End Houston Ave—from Kirk Ave to Dickie Ave (east limits) Wright Ave—from southwest limit to Villa St Dickie Ave—from Houston Ave to Villa St Wing Park Band Shell Parking Lot Design analysis to include assessment of parking lot drainage. Design to contemplate the resurfacing/paving of the gravel parking pads north of the parking lot entrance. Riverside Water Treatment Plant Access Rd—from River Rd to water treatment plant gates (roughly) SCOPE OF SERVICES Fehr Graham will provide the City of Elgin with the following services: 515 Lincoln Highway Rochelle,IL 61068 p:815.562.9087 f•.815.562.4233 fehrgraham.com Insight.Experieni: ult• October 20,2023 Mr. Mike Pubentz,City of Elgin Public Services Director Proposal for professional engineering services Page 2 Phase I Engineering Services Fehr Graham will complete a review and analysis of all existing streets and parking lots included in the project scope identified above. The review and analysis will include: Topographic surveys of all streets and parking lots Pavement cores at regular intervals along streets and within parking lots. 102 pavement cores are expected to be taken. Field surveys to note/mark areas of sidewalk and curb replacements. Isolated areas of base failure will be noted for design purposes. Environmental Survey Request (ESR) Upon completion of these services,the City will be provided with a summary memo complete with recommendations for improvements along each street. Recommendations will be supported based on pavement cores and field observations and streets be in need of reconstruction to support traffic loading will be identified. Pavement designs for streets requiring reconstruction will be competed. Phase II Engineering Services (PS&E) Design Engineering will include the development of a single bid package used for bidding and construction purposes. The design will be for an MFT construction section project with all deliverables and coordination with IDOT District 1 necessary to obtain approvals for work included in our scope of work. The bid package will consist of the following: BLR 09110 Resolution for Improvement Under the Illinois Highway Code BLR 12200, Local Public Agency Formal Contract Proposal BLR 12201, Schedule of Prices BLR 12230, Local Public Agency Proposal Bid Bond BLR 12320, Local Public Agency Formal Contract BLR 12310 Contractor's Bulletin Request for Advertisement BLR 12321, Contract Bond BLR 12325, Apprenticeship and Training Program Certification BLR 12326, Affidavit of Illinois Business Office BLR 11300, Check Sheet for Recurring Special Provisions BLR 11310 Project-specific special provisions BDE Special Provisions (current year letting period) Attachments as needed. Engineering plans that meet requirements and standards of IDOT District 1 construction section requirements and will be based on the topographic surveys collected as part of Phase I efforts. Engineering plans will include the following: Cover Sheet General Notes Typical Pavement Sections Schedules/Summary of Quantities Plan and Profile Sheets for Roadway Resurfacing/Reconstruction design Wing Park Band Shell Parking Lot Plan including provisions and design for drainage improvements October 20,2023 Mr. Mike Pubentz,City of Elgin Public Services Director Proposal for professional engineering services Page 3 ADA Ramp Grading and Layout Plans Cross Sections (as needed) Details Other engineering services as part of Phase II efforts will include: Engineer's Opinion of Probable Cost Coordination of bidders/City, publishing addenda, and bid procurement. This includes advertising costs and implementing Requests for Interpretation (RR). Prepare tabulation of bids (BLR 12315) and recommendation for award to the City of Elgin. Coordination with IDOT District 1 for approval of scope of work in accordance with MFT construction section requirements EXCLUSIONS The following items are not included in the scope of services proposed here: Boundary/ROW for all project locations. ROW will be shown for reference based on GIS. Traffic Studies Intersection Design Studies Traffic Signal Improvements PESA, PSI, and other environmental studies/services Archeologic Surveys. National Pollutant Discharge Elimination System (NPDES) permitting and erosion control inspections. Utility improvements, including water/wastewater/stormwater improvements not specifically identified above Traffic Staging/Detour Plans Phase III Construction engineering services FEES Based upon the information available,we will complete the scope of services, as outlined in this proposal, on a time and materials basis for the not-to-exceed (NTE)fee of$172,765 as per the breakdown provided in Attachment C. SCHEDULE Fehr Graham can initiate this project immediately upon receipt of formal authorization to proceed. The expectation is that work will be completed in 2024 for a spring/early summer bid letting date. AUTHORIZATION I trust that the information we have provided is in line with your expectations. If you would like us to proceed with this project, please execute the attached Agreement for Professional Services and return a copy to my attention. Sincerely, Jaso T. toll,PE Principal N:\Proposals\2023\Jason Stoll\Elgin,City of\2024 GM Streets\Attachments\Attachment A•Elgin-2024 Fremont-Willard Resurfacing.docx FEHR GRAHAM ENGINEERING&ENVIRONMENTAL ATTACHMENT B PROJECT SCHEDULE ELGIN 2024 FREMONT-WILLARD RESURFACING 10/20/2023 20Q3/2024 w .. .. V ..- o N e I o I a e v nOO OOo OTask a LaNN " ti N./ La f m r C Q NJ VZ Design Services Notice to Proceed(November 16 2023) Begin Field Data Collection(December 2023) MI Design Engineering(Begin January 2024) Submit Phase I Engineering Report to City(February 2024) * . Submit 75%Design to IDOT/City Staff for Review(March 2024) Address City/IDOT Comments and Finalize Bid Documents(April 2024) * Advertise Project for Bidding(May 2024) * Open Bids(June 2024) Award Construction Contract and Begin Construction(June 2024) Construction Completion(August 2024) FEHR GRAHAM ENGINEERING 8 ENVIRONMENTAL ATTACHMENT C MANHOURS ESTIMATE, DESIGN ENGINEERING SERVICES ELGIN 2024 FREMONT-WILLARD RESURFACING 10/20/2023 Survey Crew(1- Principal In Engineering CAD Man)or Sr.Eng. Project Reimbursable Direct Expense TASK Charge Project Manager Staff Engineer Technician Technician Coordinator Project Assistant Expense (DE) TOTAL TASK COST PHASE I ENGINEERING Project Administration&Management 20 8 $ - 5 - 54,380.00 Initial Kickoff Meeting 4 4 $ - S - 51,260.00 Environmental Survey Request(ESR) 8 8 10 5 - 5 - 53,040.00 Topographic Survey-Fremont Street(2 Days) 2 20 5 - 5 460.00 53,360.00 Topographic Survey-Hickory Place(3 Days) 3 30 $ - S 690.00 55,040.00 Topographic Survey-Poplar Court and Porter Avenue(1 Day) 1 10 $ - S 230.00 51,680.00 Topographic Survey-Ramona,Lucile,Aller Streets(2 Days) 2 20 5 - $ 460.00 $3,360.00 Topographic Survey-Kirk,Virgil,Kramer,Getty,Houston,Dickie,Wright(3 Days) 3 30 $ - $ 690.00 55,040.00 Topographic Survey Wing Park Band Shell(1/2 Day) 1 5 $ - 5 122.50 5897.50 Topographic Survey Private Road(1/2 Day) 1 5 $ - 5 122.50 5897.50 Field Surveys,Review Existing Conditions 4 40 5 - 5 985.00 56,785.00 Pavement Cores 2 $ 28,800.00 5 1,440.00 530,410.00 Summary Memo,Recommendations for Improvements w/Pavement Designs 6 60 25 $ - S 375.00 511,785.00 CIA/QC 20 5 - $ - 54,600.00 Total Hours 20 30 72 50 160 10 10 352 Billing Rate Direct Wages $230.00 $185.00 5130.00 $100.00 5135.00 5120.00 $85.00 Costs $4,600.00 $5,550.00 59,360.00 $5,000.00 S21,600.00 51,200.00 5850.00 528,800.00 55,575.00 582535.00 Survey Crew(1- Principal In Engineering CAD Man)or Sr.Eng. Project Reimbursable Direct Expense TASK Charge Project Manager Staff Engineer Technician Technician Coordinator Project Assistant Expense (DE) TOTAL TASK COST Project Administration&Management 20 8 $ - $ - 54,380.00 Cover Sheet 2 5 - 5 30.00 5230.00 General Notes 2 $ - $ 30.00 5230.00 Typical Sections 4 16 5 - $ 240.00 52,360.00 Schedules&Summaries of Quantities 40 8 5 - $ 120.00 56,120.00 Removal Plans 2 16 $ 240.00 52,100.00 Plan and Profile Sheets(15 Expected) 120 $ - $ 1,800.00 $13,800.00 Cross Sections 40 $ - $ 600.00 54,600.00 ADA Ramp Design and Plans(50 Ramps) 5 50 150 $ - $ 2,250.00 524,675.00 Wing Park Band Shell Parking Lot Plan 2 12 25 $ - $ 375-00 $4,805.00 Wing Park Band Shell Drainage Study 2 16 8 $ - $ 120.00 $3.370.00 Standard Details 2 8 5 - S 120.00 51,180.00 Engineer's Opinion of Probable Cost 2 10 40 $ - $ 600.00 $6,270.00 Bid Proposal Booklet&Specifications 2 24 40 $ - 5 - 58,290.00 Bid Procurement Services(Bid Tab,RFIs,Addenda,Ads) 12 4 10 5 - $ 60.00 53,220.00 QA/QC 20 _ $ - 5 - 54,600.00 Total Hours 20 33 172 439 0 50 8 722 Billing Rate Direct Wages 5230.00 $185.00 $130.00 5100.00 5135.00 5120.00 $85.00 Costs $4,600.00 $6,105.00 522,360.00 $43,900.00 $0.00 56,000.00 5680.00 50.00 56,585.00 $90,230.00 Total Estimate Labor Fees(Phase l and II) S131,805 Direct Expenses)CADNehicle/Equipment Charges) $10,720 Direct Expenses(Sub Consultant Markups) $1,440 Reimbursable Expenses)Pavement Cores) $28,800 N',Proposals12023Uason StolilEigin.City of2024 GM StreetsWnachrnenlsjAttachment C-ManhoursEst xisx ATTACHMENT D 2024 Fremont-Willard Resurfacing Project Preliminary Project Limits - 10/12/2023 St cae Summit St QJ - � a - D n � Clara Howard Park Fremont St Fremont St Fremont St T a) J Hickory PI Hickory PI Hickory PI 2024 Fremont-Willard Resurfacing Project Limits: - Fremont St — from N Gifford St to N Liberty St - Hickory PI —from Dundee Ave to N Liberty St - Porter Ave —from Hickory PI to Summit St - Poplar Ct — from Fremont St to Summit St - Willard Ave — from Villa St to Ramona Ave - Aller St — from Willard Ave to Bent St - Lucile Ave — from Willard Ave to Villa St - Ramona Ave — from Willard Ave to Villa St - Kirk Ave — from Houston Ave to Villa St - Virgil Ave — from Kramer Ave to Villa St - Kramer Ave — from Kirk Ave to Wright Ave - Getty St — from Kirk Ave to East End - Houston Ave — from Kirk Ave to Dickie Ave (east limits) - Wright Ave —from southwest limit to Villa St - Dickie Ave —from Houston Ave to Villa St - Wing Park Band Shell Parking Lot - Riverside Water Treatment Plant Access Rd — from River Rd to water treatment plant gates Cannella Ln 7.31 fr Ton, Ln • v, ra � � r E rc m Lisa Ln E D co .729 ft Rodney In I Beulah Ln Bent St Bent St mot` �f�c El Paralso -�z z 0u N. Y o R' Klwanls Park 4 0 1 El Paraiso ae cqzt 0 fi I irk ir) • se / c a� :irk& Kramer Ave •amer Park Q- e • Wright Park Getty Ave Mt Hope Cemetery youstori Ave Houston Ave 20 Ulysses S Grant Memt e. } -. L . r { ' Gravel parking pad ; `'4 f w Gravel parking pad .; A ' .4* °*‘,. ,aa.X'< ...z .......ftimm, I. LI ) -ter � _ � Make � � _ 0 ft. / , . lot . II '--4. ci. t i ,....., .„ oil ..f tlik- 1 spirmilL 4ton 'i ti A Tit 41".140.100i : CD 4 -"wiall)/P Or • Private Rd -,:- '' Ifir - "NiF - - . Ifilh alik PT1 ,ate4d wr 4I1=- Oa ,', ` , T` I - �. ! i 11III