HomeMy WebLinkAbout23-75 Resolution No. 23-75
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH HAMPTON, LENZINI &
RENWICK, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE
MCLEAN BOULEVARD AT BOWES ROAD PEDESTRIAN IMPROVEMENT 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
Hampton, Lenzini & Renwick, Inc., for professional services in connection with the McLean
Boulevard at Bowes Road pedestrian improvement project, a copy of which is attached hereto and
made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: April 26, 2023
Adopted: April 26, 2023
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 26 day of April___, 20 23 , by
and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as
"CITY") and Hampton, Lenzini & Renwick, 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 McLean Blvd. at Bowes Road Pedestrian Improvement 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 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 ENGINEER shall furnish professional services for the PROJECT including
professional engineering design services to prepare construction and bidding
documents and construction administration and observation services.
C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment
A-1 for Professional Engineering Design Services and Attachment A-2 for
Construction Administration and Oversight Services. An Overall Project Location
Map is shown in Exhibit D showing project limits and incorporated into this
Agreement by this reference.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided hereinunder.
a. City Council Approval—April 27t'2023
b. Notice To Proceed—Following Council Approval of Agreement
c. Bid Letting—Anticipated for July of 2023
d. Construction—Anticipated start of August/September 2023
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 a 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 SUPERINTENDENT; 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 ENGINEER's as determined by the CITY to utilize and/or amend such work
product. Any such amendment to such work product shall be at the sole risk of the CITY. Such
work product is not intended or represented to be suitable for reuse by the CITY on any extension
to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY
without liability or legal exposure to the ENGINEER.
4. PAYMENTS TO THE ENGINEER(Not To Exceed Method)
A. For services provided the ENGINEER shall be paid in accordance with the Estimate
of Level of Effort and Associated Costs attached hereto as Attachment C-1 and C-
2,incorporated into this agreement by this reference in a total not-to-exceed sum of
$55,070 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 sub ENGINEER's, the CITY shall
pay the ENGINEER the invoiced fee to the ENGINEER,plus 0%. The cost of any
such outside services is included within the total not-to-exceed amount of$55,070
provided for in Section 4A above.
C. All other costs and expenses of the ENGINEER with respect to the PROJECT,
including,but not limited to,labor costs,overhead,profit,sub ENGINEER fees and
direct costs are included within the total not-to-exceed amount of$55,070 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
-2-
schedule, and full payments for each task shall not be made until the task is
completed and accepted by the DIRECTOR.
Payment Schedule
Date Estimated Percent Estimated Value of Estimated
Complete Work Completed Invoice Value_
05/31/2023 15% $8,260.50 $8,260.50
06/30/2023 40% $13,767.50 $22,028.00
07/31/2023 - 50% - $5,507.00 $27,535.00
08/31/2023 60% $5,507.00 $33,040.00
09/30/2023 75% $8,260.50 $41,302.50
10/31/2023 90% $8,260.50 $49,563.00
11/31/2023 100% - R$5,507.00 - $55,070.00
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.
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.
- 3 -
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 SUPERINTENDENT 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 50111, 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,
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.
- 4-
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 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 employee 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 ENGINEERS
The ENGINEER shall cooperate with any other ENGINEERS in the CITY's employ or any work
associated with the PROJECT.
- 7 -
24. INTERFERENCE WITH PUBLIC CONTRACTING
The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a
violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging.
25. SEXUAL HARASSMENT
As a condition of this contract,the ENGINEER shall have written sexual harassment policies that
include, at a minimum,the following information:
A. the illegality of sexual harassment;
B. the definition of sexual harassment under state law;
C. a description of sexual harassment,utilizing examples;
D. the vendor's internal complaint process including penalties;
E. the legal recourse, investigative and complaint process available through the
Illinois Department of Human Rights, and the Illinois Human Rights Commission;
F. directions on how to contact the department and commission;
G. protection against retaliation as provided by Section 6-101 of the Human Rights
Act.
A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon
request(775 ILCS 5/2-105).
26. SUBSTANCE ABUSE PROGRAM.
As a condition of this agreement, ENGINEER shall have in place a written substance abuse
prevention program which meets or exceeds the program requirements in the Substance Abuse
Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be
provided to the 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:
FOR THE CITY: FOR THE ENGINEER:
Aaron Neal Amy McSwane, PE, PTOE
Director of Public Works Corporate Treasurer
City of Elgin Hampton,Lenzini &Renwick, Inc.
150 Dexter Court 380 Shepard Drive
Elgin, Illinois 60120-5555 Elgin, IL 60123
29. COMPLIANCE WITH LAWS
Notwithstanding any other provision of this Agreement it is expressly agreed and understood that
in connection with the performance of this Agreement that the ENGINEER shall comply with all
applicable Federal, State, City and other requirements of law, including, but not limited to, any
applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal
status of employees. Without limiting the foregoing, ENGINEER hereby certifies,represents and
warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing
products and/or services with respect to this Agreement shall be legally authorized to work in the
United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges
and fees and give all notices necessary and incident to the due and lawful prosecution of the work,
and/or the products and/or services to be provided for in this Agreement. The CITY shall have the
right to audit any records in the possession or control of the ENGINEER to determine
ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds
with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant
records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such
audit.
30. EXECUTION
This Agreement may be executed in counterparts, each of which shall be an original and all of
which shall constitute one and the same agreement. 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 THE CITY: FOR THE ENGINEER:
�cnlan--u
By - ------ By: --
City Manager Name/Print: Amy McSwane, PE,PTOE
Title: Corporate Treasurer
Hampton, Lenzini and Renwick, Inc.
380 Shepard Drive
Elgin, IL 60123
4est:
Legal Dept\Agreement\HLR Agr-McLean Blvd-Bowes Rd-Pedestrian Project-Clean-3-14-21dou
- 10-
ATTACHMENT A-1
SCOPE OF SERVICES
Design Engineering
_ .. - Hampton, Lenzini and Renwick,Inc.
;; Civil Engineers•Structural Engineers• Land Surveyors• Environmental Specialists
www.hirengineering.com
ATTACHMENT A-1
McLean Blvd.at Bowes Road Pedestrian Improvements Design Engineering
Scope of Work
The City of Elgin would like to add new pedestrian accommodations on the northwest comer of the McLean Blvd and Bowes
Road intersection, add new crosswalks on the north and west legs of the intersection and update all comers to current
ADAIPROWAG requirements and signal equipment to APS standards. The intersection is under Kane County Division of
Transportation(KDOT)maintenance and jurisdiction so a KDOT permit will be required.
Survey
• Control Pottrts—Set 3 control points.Control will be horizontally located with GPS on NAD 83 IL East State plane
coordinates. A dfglW level loop will be completed through the control,elevations will be based on NAV13 88 datum
holding one of the GPS control points.
• Topographic Survey—Topo of the area will be completed with ground-based scannerlLIDAR and features will be
extracted on a 50'cross section Interval perpendicularto the streetthe cross section is an. Typical hard surface items
such as curb, road CL, sidewalks, trees, signs, driveways and building faces will be collected and defined in the
topographic survey_This scope does not Include performing the tope work during snow on the ground periods of the
year.
• Utility location will consist of ASCE standard 38-02 Level QL-C Data. This utility survey will called invert directions
and elevations on storm sewer and sanitary sewer structures within the project area and 1 structure away allowing
pipe elevations to be interpolated within the project location. A city utility map of approximate locations of sanitary
sewer,storm sewer and water will be provided if available by the LPA for the project area before survey work begins.
The utility locate shots will also be used as verification points for the ground-based LIDAR scan data.Manhole 6ds
that are not able to be opened with a manhole pick and structures full of debris or clogged will be reported to the client
and it will be the client's responsibility to coordinate wfth the utility provider for opening and or cleaning before
returning for details.Traffic control If deemed needed is not part of this scope and will be expected to be provided by
the LPA,Individual homeowner notification is also not part of this scope.
• Data deliverables—Features extraction linework and a surface file will be delivered in a Agn format utilizing IDOT
layer and codes. Point cloud data will be delivered in a .las and .e67 file. Scan data will also be delivered In a
freelshareable google type street view program by thumb drive_
Phase tl,fDeslonl Enigineerina
• Utigty Coordlnadon—HLR will conducts Design-levet JULIE locate and contact all the utility companies to determine
conflicts.Utility atlas maps will be incorporated Into the design plans.Pre-Mal plans will be sent to utility companies
if conflicts are identified.
• Prepare Plana, Spec ifications and Estimate— HLR will prepare the Cover Sheet, General Notes, SOQ, and
Schedule.We will prepare the alignment and ties and the construction details_Also included are the sidewalk plan,
pavement marking plan, traffic signal modification plan, pay Items, quantities, estimate of probable cost,
specifications,and special provisions.The following submittals for review are included:
o Pre-final(90%)-Plans and concepts are nearly complete and minor modifications are expected.
o Fina(100%)—Plans are fully developed.
380 Shepard Drive 6825 Hobson Valley Drive.Suite 302 3085 Stevenson Drive.Suite 201 323 W.Thlyd Street,P.O.Box 160
Elgin.Illinois 6 01 23-701 0 Woodridge,Illinois 60517 Springfield,Illinois 62703 Mt Carmel,illlnols 62863
Tel.847.697.6700 Tel.847.697.6700 Tel.217.546.3400 Tel.616,262.8651
Fax B47,697.6753 Fax 847.697.6753 Fax 217.546.8116 Fax 61 B253.3327
i
Hampton,Lenzini and RenvAck,Inc.
Civil Engineers•Structural Engineers•Land Surveyors•Environmental Specialists
www.hirengineering.com
• Contract Documents and Specifications—HLR will prepare a bid document in accordance with City standards for
a local tatting by the city.
• Final PS&E Documents—HLR will make the required changes to the plans,specifications and estimate documents
per review comments and submit final copies to the City.
• KDOT Permit—HLR will send pre-final plans to KDOT Permits Section fortheir review and will then update the plans
per KDOT's review comments.We will resubmit the final plans with a disposition of comments.it is assumed that
there will be one review cycle with KDOT.We will conduct any necessary follow up coordination with KDOT.
Biddin Assistance
• Bid Advertisement—HLR will prepare the advertisement forthe City in coordination with the City of Elgin Purchasing
Department During this stage,HLR will also respond to bidder's questions and issue addenda as necessary.
• Bid Recommendation—HIR will review all bids and contractor proposals,check for errors and omissions,prepare
a bid tabulation document(s)for internal and external distribution,and make a recommendation for award.
Pro ect Administration
Project management and administration will last throughout the expected 4 month duration of the project Management and
administration are necessary to ensure the successful completion of the project The expected activities within this task include:
• Project schedule/progress monitoring
• Staffing,monitoring,including allocating staff as needed
• Budget monitoring
• Document management
• Staff coordination
• Invoicing
Upon completion,this task also includes project dose-out,which includes the delivery of the electronic files.
Desion Standards to be Used
• IDOT District One Traffic Signal Design Guidelines,October 2009
• Proposed Public Rights-of-Way Accessibility Guidelines
• Kane Count Traffic Design Guidance,September 2020
• IDOT Local Roads and Streets Manual,Latest Version
Deliverable:
• Preliminary and Final Plans,Specifications and Estimate of Probable Cost
380 Shepard Drlve 6825 Hobson Valley Drive,Suite 302 3085 Stevenson Drive,Suite 201 323 W.Third Street,P.O.Box 160
Elgin,Illinois 00123.7010 Woodridge,Illinois 60517 Springfield,Illinois 62703 MI.Cannel,Illinois 52863
Tel,947.897.6700 Tel.847,597.6700 Tel.217.546.3400 Tel.618.262.8651
Fax 847.697.6753 Fax 847.697.6753 Fax 217.646.8116 Fax 618.263.3327
ATTACHMENT A-2
SCOPE OF SERVICES
Construction Administration and Oversight
- 12 -
Hampton, Lenzini and Renwick, Inc.
rk r Civil Engineers•Structural Engineers•Land Surveyors•Environmental Specialists
www.hirengineeri ng.com
ATTACHMENT A-2
McLean Blvd.at Bowes Road Pedestrian Improvements Construction Observation
Scope of Work
HLR will provide Construction Engineering services for the project to ensure that items in the contract are being constructed
In accordance with the plans and bid documents. Since the construction schedule is solely outside of HLR's control,tlmeframe
represented in this agreement are based on the best available information. At this time,HLR estimates that from the beginning
of construction to completion will be 3 weeks.For purposes In this agreement Part Time Is considered to be no more than 20
hours per week. Based on the lave]of on-site construction engineering desired by the Client, increases to the duration of
construction will constitute additional work. HLR will notify the Client when the contractor is behind schedule since this could
cause the need for additional work, not anticipated by the agreement. Final project close-out including punchlists,
documentation,agreement to final quantities and final acceptance of the improvements is assumed to require no more then
16 hours.if the contractor is still not in agreement after this effort has been made HLR will dose-out the project and provide
final documentation to the Client Additional efforts requested by the Client to come to an agreement with the contractor may
constitute additional work.
Based on anticipated constructlon activities and the anticipated contractor schedule,HLR will provide the following personnel:
• Resident Engineer/Technician—Part Time
The following items are included in the construction engineering scope of services:
• Kick-off Meeting:HLR W11 conduct a kick-off meeting with the Client to discuss desired outcomes,potential issues,
and schedule.
• Locally Funded Project Pre-Construction Meeting:Forthe locally funded projects,HLR will lead a pre-construction
meeting with the contractor and Clients Staff to discuss community needs,utility coordination,safety and Maintenance
of Traffic plans,project goals,potential cwnfiictslissues,and schedule_We will bring up any issues that we feel need
to be discussed as a group in order to provide a clear understanding of expectations and schedule.
• Verify Construction Layout:HLR will provide lnelgrade assistance and confirm layout for the work.This will also
include extensive on-site coordination regarding accessible ramp design and layout.
• Resident EnglneedTechnician:HLR will provide part-time,on-site resident engineering and inspection services to
verify that the improvements are constructed, recorded, and quantified in accordance with the IDOT Project
Procedures Guide, IDOT Construction Manual, project standards, Client requirements, engineering plans, and
construction documents.This will include rejection and non-payment of any work that is deficient,Ilaison functions.
and coordination with all stakeholders. Resident engineering will be provided as detailed in public relatlons section
above.
• Final Inspection:HLR will present regular punch lists to the contractor with items requiring correction,in addition to
a final punch list at the end of the Improvements. After correction,we will perform the final inspection with the
contractor and Client Recommendation of final acceptance will occur only after all deficient items have been fixed.
• Final Quantities: HLR will provide measured quantities with the contractor on a regular basis and at the conclusion
of the project
■ Project Closeout: Our team will submit final pay estimates and change orders. In addition, we will assemble,
organize,and turn in all project files,records,quantities,etc.per Clients requirements.
380 Shepard Drive 6826 Hobson Valley Drive.Suite 302 3085 Stevenson Drive.Suite 201 323 W.Third Street,P.O.Box 160
Elgin.Illinois 60123-7010 Woodridge,Illinois 60517 Springfield,Illinois 62703 Mt.Cannel,Illinois 62863
Tel.847,697.6700 Tel,847,697.6700 Tel-217.546.3400 Tel.618.262.8651
Fax 847.597.6753 Fax 847.697.6753 Fax 217.546,8116 Fax 618.263,3327
. Hampton, Lenzini and Renwick, Inc.
Civil Engineers•Structural Engineers- Land Surveyors•Environmental Specialists
www.hlrengineering.com
Deliverables:
• Project box with all relevant Inforrnatlon
380 Shepard Drive 6825 Hobson Valley Drive.Suite 302 3085 Stevenson Drive.Suite 201 323 W.Third Street.P.O.Box 160
Elgin.Illinois 601 2 3-701 0 Woodridge.Illinois 60517 Springfield,Illinois 67703 Mt.Carmel,Illinois 62863
Tel.847.697.5700 Tel.847.697.6700 Tel.217.546.340D Tel.618.262.8651
Fox 947,697.6753 Fax 847.607.6753 Fax 217.546.8116 Fax 618.263,3327
ATTACHMENT B
PROJECT SCHEDULE
City of Elgin —
Hampton,. Lenzini and Renwick, Inc.
McLean Blvd at Bowes Rd Pedestrian Improvement Project
Schedule
1. Presentation to City Council—April 27,2023
2. Formal Notice to Proceed—May 12,2023
3. Design Engineering Services—May 13,2023 July 2023
4. Bidletting—Anticipated for July of 2023
S. Construction Oversight—August/September 2023—December 2023
6. Estimated Project Completion Date—December 31n,2023
ATTACHMENT C-1
FEE ESTIMATE
Design Engineering
- 14-
City of Elgin
McLean Blvd.at Bowes Road Pedestrian Improvements
Design Engineering Scope of Services
HLR proposes to provide design services for updating and adding pedestrian accommodations to the McLean Blvd at Bowes Road
Intersection_The improvements Irrdade adding new accommodations on the northwest comer,adding new cosswatks on the north
and west legs,and updating all comers to ftre current ADA/PROWAG APS requiramants.Tha infersacdan Ls under Kane County
Dtvlsion of 7iansporfation(KDOT)maintenance and JaRsdichbr;so a KDOT pemrlt 01 be required.
Task Description _ Hours byEmyloyeecaassUk*111 r _
E� E5 F4 U 1. Al Sl $! -
I. Design Engineering
a.Topographic survey of crossing location(scan and
proceseW Z 10 27 $ 4,650.00
b.ueety Coordination(and piotling) �3 6! $ 1.080.00
c.Prepare Cover Sheet,General Notes,SOQ a
Schedule 2 8 $ _116000
d.Prepare Alignment&Ties,Construction Details
e.TrafAa stg modification plan,pay Rams,quanittes,
cost estimate,specifications and special provisions. 4 28 a _$_a.000.00
�f.Sidewalk plans and ADA Details 4_ 16 4 $ 3,680.00
g.Quan es and Estlmate otCost 6 $ 960.00
h.Specifications 2 6 $ 1,320.00
I.Consullationlcoordinalionwith City , 4 _2 $ 1,060.00
J.Prepare and coordinate Kane County permit 24 $ 3.840.00
It.Pf*ct administration 5 --' $_ 1,0_25.00
Design Sub Total- 7 A 14 e6 44 27-6- $ 25,836.00
IL Bidding Assistance
a Compile bid documents 6 6 2 $ 2240.00
0.Caor�netion wild City Of 6As1 Flnence Offlx 3 2 _—$ . 6500
QualityCoritrolf( ralltyAssurance 8 $ 1,4i.-60
Bidding Assistance Sub-Total r, 0 17 0 8 0 0 2 $ 4,695.00
Subtotals Engineering Hours&Fee= 7 21 14 93 44 27 2 $ 30,530.00
ATTACHMENT C-Z
FEE ESTIMATE
Construction Administration and Oversight
- 15 -
I=R City of Elgin
McLean Blvd. at Bowes Road Pedestrian Improvements
Construction Observation
Anticipated Scope of Services
Hours by
Tab k Employee
Description Classi icatlon
E8 E4 i'k
I. Construction Observation
a. Pre-construction meeting,prepare for,attend and write meeting
_ minutes _ 1 1 $ 385.00
b.Shop drawing,catalog cut reviews 16
c.Verify Construction layout -- 4 $ _ 720.00
d.Construction-Observation(Part-Time 20hrstweek for 3 weeks) '
8 60 $_12,440.00
e.Punchnst and Final Inspection _ 2_$_ 360.00
L Flnal agreement of quantities _ 16 $ 2,880.00
a Flnat documentation&'ob box submittal 1 4 $ 026.00
10 103 = 2111,111110.00
II. Coordination and Project Administration
a. Coordination with City _ 4_ _4 $ 1,640.00
b. Prepare and Attend Kick-off Meeting with City _1 _1_$ 985.00
c. Prepare and Attend Preconstruction Meeting 1 1 $ 385.00
d. Project administration(account setup,resource scheduling,
budgeting,Invoicing)and QClQA. 8 $ 1,640.00
Task 11 Sub-Total- 14 6 $ 3,950.00
Subtotals Engineering Hours&Foe m 24 109 $ 24,640.00
(� TOTAL Films• s24,640.00
ATTACHMENT D
Overall Project Location
- 16-
Mclean Blvd at Bowes Rd Existing Conditions
-Ot��
N E Corner Facing West NW Comer Facing East
r
sa.i�r i.0
NW Comer Facing East NW Comer Facing Northeast
Mclean Blvd at Bowes Rd Existing Conditions
NE Comer Facing South , a NE Corner Facing South
e:
ire
NE Comer Facing West NE Corner Facing North
Mclean Blvd at Bowes Rd Existing Conditions
East IQg aysswalk i^ SE Comer Pedestrlan Pushbutton Past
SE Corner Facing-North SW Comer Facing West
Mclean Blvd at Bowes Rd Existing Conditions
R %
L
7 yy J�
SW Corner lump SW Corner FacIng Fast
Al
I
SW comer Facing Fast i
I
l fff
zY PEOWRUW
DUTTON POST
.� PRtPC%CD 40RVrALR•� EX67MC
r� i41
t
�CONTWWR
J}HttfiT I Illfl SAND UMACPIENT
' CONCRETE CURB AND DUTTER _
�� ReP+ovw.allo RrruceMeNr
CONG6Tr CURD AND rA RER
"DIRAL AND REnAMMUr
BOWER mm
y{ 4 News,PlDesTRAAN
Z PLM RNTroN POST
--___ ----v- ���Il!?��IIII'Iltli��l�il�lii�fltllll�l •.
K 7
swEwwx REMOVAL 1r r
AND MI ACOIRNT -L� � + �♦ r �•'r
NEW.W TRAM QONRL POST) I
--Plan V6w
w I Mclean Blvd at Bowes Rdl
m Pedestrian CroaRlings
�RwjASP ywt,N L-°..�4""Yly'�lsa
eaw.w�n.r�.a.rrrr.a
m
NEW 5'PEDESTRIAN PUSHBUTTON POST
AND NEW ACCESSIBLE PEDESTRIAN PUSH BUTTON
V /' NEW COUNTDOWN PEDESTRIAN
/ SIGNAL HEAD MOUNTED
/ ON EXISTING MAST ARM POST
I� A-
—EXISMNrl COUNTDOWN
j ^��^,�.r• tt --- rr r y PEDESTRIAN SIGNAL HEAD
b N _ NEW ACCESSIBLE PEDESTRIAN PUSHBUTTON
MOUNTED ON EXISTING PEDESTRIAN
1p SIGNAL PUSHBUTTON POST
+� REMOVE EXISTING PEDESTRIAN PUSHBUTTON
l Northeast Corner
` BOWES ROAD Mclean Blvd at Bowes Rd
/ Podastrtan Grmsings
T.7P
�a.*.moo.wmna.urnaia
m
NEW COUNTDOWN PEDESTRIAN
SIGNAL HEAD MOUNTED a^. EXISTING Z
TRAFFIC SIGNAL POST
' f i
ACC �51 PEDESTRAN PUSHBI
MM INTED O7 ST'YG IF' IkAFFIC -
:c•UNTDOWN PEDESTRIAN
SIGNAL D MOUNTED ON EXtSTINr
MAST UST
/ + EXISTING HANDHOLE
t
I v ( NEW ACCESSIBLE PEDESTRIAN PUSHBUTTON
a,a
( MOUNTED ON EXISTING MAST ARM POST
f 1 Northwest Corner
+ j Mclean Blvd at Bowes Rd
Padaetrlan Crossings 6—�
BQWES ROAD i jl"�� �WdM
}
BOWES ROAD
+.raeaia
t r
O i
6.00'
NE, �' 'ESS[BLFA _ BUTTON POST TON
MF. r^ESSIBLE fAN PUSH BUTTON
to J
NEW 10'TRAFFIC SIGNAL POST
NEW ACCESSIBLE PEDESTRIAN PUSH BUTTON } J
NEW COUNTDOWN PEDESTRIAN SIGNAL HEADCj
L '
/ a 1
EXISTING COUNTDOWN J S V I ,West Come
PEDESTRIAN SIGNAL HEAD /. Mclean Blvd at Bowes Rd
Pedestrian Crossings
EXISTING HANOHOLE—
BOWES ROAD
.--NEW ACCESSIBLE PEDESTRIAN PUSH BUTT(14
J MOUNTED ON EXISTING PEDSTRIAN PUSH BUTTON
r POST
� NEW Af_LESSfBLE PEDESTRIAN PUSH BUTTON
/J1�C)L OUNTED ON 7XISTIM MAST ARM POST
I - II' EXISTING COUNTDOWN
PEDESTRIAN SO'NAL HEAD
EXISTING HANDHOLE—�
Southeast Comer
Mclean Blvd at Bowes Rd
Ped"Man Crossings
I 1� eaaw r•u