Loading...
HomeMy WebLinkAbout24-114 Resolution No. 24-114 RESOLUTION AUTHORIZING EXECUTION OF AN AMENDMENT AGREEMENT NO. 1 WITH HR GREEN, INC. FOR ADDITIONAL SUPPLEMENTAL PROFESSIONAL ENGINEERING SERVICES IN CONNECTION WITH US 20—LONGCOMMON PARKWAY TO COOMBS ROAD INITIAL PHASE I ENGINEERING 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 Amendment Agreement No. 1 on behalf of the City of Elgin with HR Green, Inc., for additional supplemental professional engineering services in connection with US 20 — Longcommon Parkway to Coombs Road initial phase I engineering, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 24, 2024 Adopted: April 24, 2024 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AMENDMENT AGREEMENT NO. 1 THIS AMENDMENT AGREEMENT No. 1 is hereby made and entered into this 24th day of April , 2024, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and HR Green, Inc., an Iowa corporation authorized to do business in the State of Illinois(hereinafter referred to as"Engineer"). WHEREAS,the City and Engineer hereto have previously entered into an agreement dated October 25,2023 (hereinafter referred to as"Original Agreement"), wherein the City engaged the Engineer to furnish certain professional services in connection with the US 20 — Longcommon Parkway to Coombs Road Phase I engineering(hereinafter referred to as the"Project"); and WHEREAS, the City has determined that the proposed scope of the Project should be further modified to include the additional Supplemental Professional Engineering Services described herein(hereinafter referred to as"Supplemental Services"); and WHEREAS,the Original Agreement provides for a maximum payment of$66,776.00;and WHEREAS,the parties hereto have determined and agree that the total maximum payment for the Supplemental Services described in this Amendment Agreement No. 1 shall be in the amount of$669,615.00;and WHEREAS,the changes contemplated by this Amendment Agreement No. 1 are germane to the Original Agreement as signed;and this Amendment Agreement No. 1 is in the best interests of City and is authorized by law. NOW,THEREFORE,for and in consideration of the mutual undertakings provided herein, and other good and valuable consideration,the receipt and sufficiency of which is hereby mutually acknowledged,the parties hereto agree as follows: 1. The above recitals are incorporated into and made part of this Agreement as if fully recited herein. 2. Section 1 of the Original Agreement is hereby further amended by revising subparagraph A thereto to read as follows: "A. All work hereunder shall be performed under the direction of the Public Services Director of the CITY,herein referred to as the"DIRECTOR"." 3. Section 1 of the Original Agreement is hereby further amended by adding a new additional subparagraph D thereto to read as follows: "D. The ENGINEER shall provide the additional supplemental engineering services to include Phase I engineering services for a corridor Phase I project that is anticipated to begin in April 2024.These services will include but are not limited to the following tasks: Survey; traffic and accident analyses; alternatives analysis; environmental evaluation; intersection design studies; location drainage study; preliminary plans;project development;public involvement;general meetings and coordination; quality assurance and quality control; and project administration as outlined and described in Attachment A-1, attached hereto and made a part hereof (hereinafter referred to as the"Additional Supplemental Services")." 4. That Section 2 of the Original Agreement is hereby further amended by adding the following to the end of Subparagraph B: "B. Engineer shall provide the Supplemental Services provided for in Amendment Agreement No. 1 in accordance with the schedule outlined herein and detailed in Attachment B-1" 5. That Section 4 of the Original Agreement is hereby amended by adding the following paragraph E and Payment Schedule to read as follows: "E. For services described in Attachments A-1, C-1, and D-1, Engineer shall be paid on a cost plus fixed-fee basis for the classifications of personnel who perform work on this Project; provided, however, that Engineer shall be paid a total maximum fee not to exceed $669,615.00 for the services to be provided pursuant to this Amendment Agreement No. 1, regardless of the actual time or actual costs incurred by the Engineer unless substantial modifications and scope of work are authorized in writing by the City and approved pursuant to a further written amendment to this Agreement.For the purposes of clarification,the total fees to be paid to the Engineer pursuant to the Original Agreement and this Amendment Agreement No. 1 now total $736,391.00. The detailed basis of the additional fee associated with Amendment Agreement No. 1 is included in Attachment D-1 and is based on hourly rates of personnel utilized." Payment Schedule for Supplemental Services DATE ESTIMATED ESTIMATED ESTIMATED VALUE % COMPLETE INVOICE VALUE OF WORK COMPLETE 5/1/2024 4.5% $30,000 $30,000 6/1/2024 10.2% $38,500 $68,500 7/1/2024 15.6% $35,800 $104,300 8/1/2024 22.1% $43,800 $148,100 9/1/2024 28.7% $43,800 $191,900 10/1/2024 36.2% $50,600 $242,500 11/1/2024 43.8% $50,600 $293,100 12/1/2024 51.3% $50,600 $343,700 1/1/2025 58.9% $50,600 $394,300 2/1/2025 67.9% $60,600 $454,900 3/1/2025 75.6% $51,600 $506,500 4/1/2025 84.2% $57,600 $564,100 5/1/2025 92.8% $57,600 $621,700 2 6/1/2025 96.0% $7,705 $629,405 7/1/2025 96.0% $13,400 $642,805 8/1/2025 98.0% $13,400 $656,205 9/1/2025 98.9% $6,000 $662,205 10/1/2025 100% $7,410 $669,615 6. That except as amended in this Amendment Agreement No. 1 the Original Agreement shall remain in full force and effect. 7. That in the event of any conflict between the terms of the Original Agreement and the provisions in this Amendment Agreement No. 1, the provisions of this Amendment Agreement No. 1 shall control. 8. This Amendment 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 Amendment Agreement, any signed copy of this Amendment 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 Amendment 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 Amendment 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 Amendment Agreement shall be re-executed by the parties in an original form. No party to this Amendment Agreement shall raise the use of fax machine or e-mail as a defense to this Amendment Agreement and shall forever waive such defense. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement No. 1 as of the date and year first written above. CITY OF ELGIN CONSULTANT By: 14/#1/ By: City Manager ts%'resi.;-nt Attest: Attest: City Clerk / Its E ecutive Assistant Legal Dept\Agreement\1IR Green Amend Agr k I-US 20 Longcommon-Coombs Rd l'hase I-4-12-24.does 3 14 -31J H RG reen Attachment A-1 SCOPE OF SERVICES For Amendment I US 20-West of Randall Road to East of Coombs Road Phase I Engineering Services Mr. Mike Pubentz, PE Public Services Director City of Elgin 1900 Holmes Road Elgin, Illinois 60123-1200 Phone: 847.931.5968 Mr. Jack Melhuish, PE Senior Project Manager HR Green, Inc. 1391 Corporate Drive, Suite 203 McHenry, Illinois, 60050-5528 HR Green Project Number: 2202995.01 March 29, 2024 Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29. 2024 Page 1 of 12 TABLE OF CONTENTS 1.0 PROJECT UNDERSTANDING 2.0 SCOPE OF SERVICES 3.0 DELIVERABLES AND SCHEDULES INCLUDED IN THIS SCOPE OF SERVICES 4.0 ITEMS NOT INCLUDED IN SCOPE OF SERVICES/SUPPLEMENTAL SERVICES 5.0 SERVICES BY OTHERS 6.0 CLIENT RESPONSIBILITIES 7.0 PROFESSIONAL SERVICES FEE Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29. 2024 Page 2 of 12 THIS SCOPE OF SERVICES is to be provided by HR GREEN. INC. (hereafter "COMPANY") on behalf of the CITY OF ELGIN (hereafter "CLIENT") for the subject project. 1.0 Project Understanding 1.1 General Understanding COMPANY recently completed a feasibility study on behalf of CLIENT for improving traffic operations, multi-modal operations, and safety for US 20 from Longcommon Parkway to Coombs Road. The feasibility study, which concluded in July 2023, identified a 4-lane concept that meets the long-term vision for the corridor and will be carried forward for further analysis as part of the Phase I engineering. In October 2024, CLIENT authorized an agreement to advance a portion of the Phase I engineering services that included data collection, survey, environmental evaluation, general meetings and coordination, and project administration. In general. this SCOPE OF SERVICES governs the remainder of the Phase I engineering services necessary to analyze and refine the 4-lane concept/preferred alternative for improving traffic operations, multi-modal operations, and safety along US 20. These services will include, but are not limited to, the following tasks: survey services; traffic and alternatives analyses; geometric studies; environmental evaluation; drainage analyses; preliminary plans; stakeholder outreach and public involvement; agency coordination; cost estimates; and report preparation. The Phase II engineering services for this project are not included in this SCOPE OF SERVICES and will be negotiated as part of a separate agreement. The Phase I engineering services will follow the applicable policies and procedures of the Illinois Department of Transportation (IDOT) Bureau of Local Roads (BLR) and Bureau of Design and Environment (BDE) manuals in order for future phases of the project to be eligible for Federal funding. However, the Phase I portion of the project will be entirely locally funded. 1.2 Design Criteria/Assumptions The following design guidelines will apply to this project: A. IDOT BLR and BDE Manuals (as applicable); B. IDOT Bridge and Culvert Manuals; C. IDOT Drainage Manual; D. City of Elgin Minimum Design Standards: E. Kane County Stormwater Management Ordinance; F. Highway Capacity Manual; and G. Manual on Uniform Traffic Control Devices. Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29, 2024 Page 3 of 12 2.0 Scope of Services CLIENT agrees to employ COMPANY to perform the following services: 2.1 Survey Services A. Right-of-Way Survey COMPANY will recover existing right-of-way (ROW) evidence for approximately 13,500 feet (2.6 miles) along US 20, Longmeadow Parkway. Coombs Road. Plank Road, Shannon Parkway, Nesler Road, and Weld Road (see Exhibit C-1 for survey limits). COMPANY will calculate the existing ROW as shown on recorded plats of dedication/highways and/or recorded subdivision plats to include on the base map. B. Topographic Survey Base Map COMPANY will generate a MicroStation drawing, and terrain model including one (1) foot contour intervals. of the existing features collected within the project limits according to IDOT standards. The topographic survey base map will show tags to existing visible utilities and features, where appropriate. C. Unmanned Aerial Vehicle (UAV) Mission COMPANY will perform a UAV (drone) mission to obtain current aerial imagery for mapping and exhibit purposes. The UAV mission may include some overlap onto adjoining owners' property. COMPANY's FAA certified Remote Pilot will monitor the flight path and adhere to FAA rules and regulations relating to unmanned aerial system flights. COMPANY is not responsible for contacting adjacent property owners whose property may fall within the flight path. Property owner notification is at the discretion of CLIENT. 2.2 Traffic and Accident Analyses A. COMPANY will verify the turning movement volumes established as part of the feasibility study and update based on planned developments at the intersection of US 20 with Coombs Road and Shannon Parkway. B. Utilizing the compiled traffic data, COMPANY will perform two (2) traffic signal warrant analyses for the US 20 intersections with Longcommon Parkway/Weld Road and Shannon Parkway. C. COMPANY will perform a site distance study of the Loncommon Parkway/Weld Road intersection to review for potential safety improvements including a traffic signal. D. COMPANY will perform auxiliary turn-lane warrant analyses for the US 20 intersections with Longcommon Parkway/Weld Road and Shannon Parkway. E. The Synchro model created as part of the feasibility study will be updated per the potential volume and geometry adjustments described above, and the analysis results will be used in the Intersection Design Studies. 2.3 Alternatives Analysis One (1) overall alternative to improve the US 20 corridor was carried forward from the feasibility study. Revisions to the preferred design alternative will be completed to minimize ROW impacts, to implement traffic calming or road diet options, and to address multi-modal Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29, 2024 Page 4 of 12 challenges. The following tasks will be completed by COMPANY as part of the alternatives analysis: A. Develop horizontal and vertical geometrics for the US 20 project corridor for the preferred alternative. B. Develop horizontal and vertical geometrics for up to two (2) alternatives to improve the Coombs Road/Plank Road intersection and approach alignment. A preferred alternative for this intersection will be selected in consultation with CLIENT and IDOT. C. Develop horizontal and vertical geometrics for improving the following intersections with US 20: a. Shannon Parkway b. Old Barn Road c. Nesler Road d. Weld Road/Longcommon Parkway D. Evaluate ROW and access impacts on adjacent properties for the preferred alternative, based on the anticipated construction limits as determined by preliminary cross-sections. E. Develop Preliminary Engineer's Opinion of Probable Construction Cost(EOPC)for the proposed improvements to aide in the refinement of the preferred alternative. F. Update aerial exhibit previously created as part of the feasibility study. G. Prepare an alternatives analysis technical memorandum. 2.4 Environmental Evaluation Since CLIENT intends for future phases of the project to be eligible for Federal funding, the National Environmental Policy Act (NEPA) will apply to the environmental evaluation to be conducted as part of the Phase I engineering. The following is a summary of the environmental resources typically reviewed and the anticipated involvement for this project. A. Social/Economic — A high level review will be conducted pertaining to the potential social and economic impacts associated with the evaluated alternatives. The findings will be documented in the Project Development Report (PDR). B. Agricultural — No coordination with the Illinois Department of Agriculture (IDOA) or the Natural Resources Conservation Service(NRCS) is anticipated as the ROW acquisition is anticipated to be less than the applicable thresholds for requiring coordination. This will be documented in the PDR. C. Air Quality—Air quality regulations fall under 40 CFR Part 93 - Determining Conformity of Federal Actions to State or Federal Implementation Plans. Kane County is identified as a nonattainment area for ozone. The project is currently not in the CMAP Transportation Improvement Plan (TIP) but will be added when funds for future phases are obtained. Once the project is in the TIP, the conformity analysis will be coordinated through CMAP, though COMPANY will provide the necessary data. Please note, the project will need to be in the TIP before design approval will be granted by IDOT. Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29. 2024 Page 5 of 12 D. Traffic Noise — The addition of through lanes from Coombs Road to Longcommon Parkway will meet the definition of a Type I project and require a traffic noise analysis. COMPANY will conduct a traffic noise analysis and the associated technical memorandum. It is anticipated that up to 10 traffic noise receptors will be used to represent the project area in the computer model, and up to four (4) sites will be monitored in the field. As part of the noise abatement evaluation (if needed). benefited receptor viewpoints will need to be solicited. This will be deferred to Phase II and is not part of this SCOPE OF SERVICES. E. Natural Resources —The corridor will be qualitatively reviewed for any 'high quality' trees that will require incorporation into the design, require protective action during construction, or be adversely impacted. All other trees of sufficient diameter will be surveyed as part of the survey task and tree removal will be inventoried. This will be documented in the PDR as necessary. F. Threatened and Endangered (T&E) Species —T&E species will be addressed through the ESR process. COMPANY will document the biological review coordinated by IDOT in the PDR as necessary. G. Water Quality/Resources—There are no streams within the project limits. Other open water resources along the corridor will be included in the Waters of the U.S. (WOUS) task. H. WOUS/Wetlands—The Kane County Advanced Identification of Wetlands(ADID) maps indicate there are open water resources in proximity to the ROW, but not within the ROW. COMPANY will conduct a wetland delineation and document the findings in a report. Wetland Impact Evaluation (WIE) forms will be submitted to IDOT after the wetland impacts have been determined. Wetland banking options will be investigated for the purpose of completing the WIE. I. Special Waste — IDOT will conduct a Preliminary Environmental Site Assessment (PESA) for any proposed improvements along US 20. As part of the PESA, Federal, State and local databases will be reviewed to identify the potential for special waste. The PESA findings will be documented in the PDR by COMPANY. A PESA response form will be completed by COMPANY to document the potential special waste involvement based on the findings of the PESA completed by IDOT. The PESA response form will be submitted to IDOT to initiate the Preliminary Site Investigation (PSI). The PSI is anticipated to be completed in Phase II. J. Special Lands—The Mid-County Trail parallels US 20 on the south side between Nesler Road and Longcommon Parkway. Portions of the trail are on City of Elgin property. The portions of the trail on public property will need to be evaluated as Section 4(f) if project approval is required from the Federal Highway Administration (FHWA). COMPANY will prepare one (1) Section 4(f) de minimis report if impacts cannot be avoided. COMPANY will attend up to two (2) virtual meetings with the City of Elgin related to the Section 4(f) impacts and de minimis report. No additional coordination or documentation is anticipated beyond what is required for the one (1) Section 4(f) de minimis report. 2.5 Intersection Design Studies (Preferred Alternative Only) COMPANY will develop one (1) Intersection Design Study (IDS) at Coombs Road/Plank Road, one (1) IDS at Shannon Parkway. one (1) IDS at Nesler Road, and one (1) IDS at Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29. 2024 Page 6 of 12 Weld Road/Longcommon Parkway, based on the preferred alternative refined as part of the Alternatives Analysis task. The IDS's will be submitted to CLIENT for concurrence, and then submitted to IDOT for review and approval. It is assumed that three (3) submittals will be necessary to obtain IDOT approval. All IDS submittals will be made electronically. The following tasks will be completed as part of the IDS development: A. ADA design and Details COMPANY will design the sidewalk ramps to conform with ADA policy. COMPANY will prepare ADA grading details for inclusion in each IDS, in accordance with IDOT District One guidelines/standards. B. IDS Exhibits COMPANY will prepare IDS exhibits to show the channelization, capacity analysis results, ADA details and general design considerations using the standard IDOT format. AutoTURN simulations of the design vehicle will be included with the IDS. C. Design Exception Documentation BDE 3100 (Design Exception Request Project Identification) or BLR 22120 (Approval of Design Variance) will be completed for each design element that does not meet BDE or BLR policy, respectively. For the purposes of this SCOPE OF SERVICES. a maximum of four (4) design exceptions per intersection have been assumed. 2.6 Location Drainage Study (Preferred Alternative Only) COMPANY will develop a formal Location Drainage Study (LDS) in accordance with IDOT District One requirements. The existing drainage consists of diches and culverts for conveying the road ROW and offsite area tributary to the project limits. The proposed improvements will consist of a 4-lane section with curb and gutter and storm sewers. Ditches/swales behind the back of curb may need to be maintained for offsite areas along with culverts provided under existing road crossings and/or driveways. A swale system will be maintained to capture any offsite flow prior to it going over the curb. A Kane County Stormwater Management permit, an Army Corps of Engineers Nationwide Permit 14 for Linear Transportation Projects and a Kane-DuPage Soil and Water Conservation District (KDSWCD) permit will be required for this project. The above- mentioned permits will be completed in Phase II. COMPANY will complete the following drainage tasks as part of the LDS: A. Develop Existing Drainage Plan (EDP). B. Perform an outlet evaluation (qualitative) for up to 6 existing outlets within the project limits. Outlets are where the existing drainage leaves the road ROW. Outlets will be evaluated for their sensitivity in accordance with the IDOT Drainage Manual. C. Perform major culvert analyses (existing/proposed opening > 7.5 square feet or tributary area > 20 acres). Two (2) major culverts will be analyzed using HY-8 with StreamStats. The major culvert analysis will include a narrative, a Waterway Information Table (WIT), and the existing/proposed HY-8 models. The major culvert analyses will be documented in the LDS. and a separate submittal will not be provided. The two crossing locations appear to be enclosed in the existing condition and may need to be analyzed as part of the project's storm sewer system. Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29, 2024 Page 7 of 12 D. Calculate detention and water quality volume requirements based on IDOT methodology and the Kane County Stormwater Ordinance. E. Prepare a Phase I level design of the drainage system using the drainage design criteria within the IDOT Drainage Manual. The proposed drainage system will consist of new storm sewers for the roadway and if required, ditches and driveway culverts for management of the offsite areas. A minimum culvert size of 15' will be assumed for driveway culverts in Phase 1 and these culverts will be designed in phase II. Inlet spacing design will also be completed in Phase II. F. This project crosses one (1) regulatory floodway/floodplain. The north side of US 20 is a studied Zone AE floodplain with a mapped floodway associated with Sandy Creek. The south side of US 20 is an unstudied Zone A floodplain. COMPANY will try to minimize any impacts to floodplain and floodway. However, if encroachment is necessary, COMPANY will calculate compensatory storage requirements for both the proposed floodplain and floodway fill. G. Develop Proposed Drainage Plan (PDP). H. Complete narrative and compile preliminary LDS report. I. Address IDOT comments and compile final LDS report. J. Complete a Hydraulic Report and associated hydraulic analyses of the Sandy Creek (Zone AE regulatory floodway) at US 20. It is assumed that a Flood Insurance Study (FIS) model is available and can/will be modified by COMPANY with surveyed sections as part of the hydraulic analysis. The streamstats flows are higher than the FIS flows. therefore a design and permit Waterway Information Table (WIT) is anticipated. The information for the permit model the FIS discharges will be used for the hydrology at Cross Section upstream along the Sandy Creek and the FIS water surface elevation will be used for the model's starting tailwater. Streamstats discharges will be used for the design model with a normal tailwater condition since the flows are higher than the FIS discharges. It is assumed that the crossing will consist of a pipe or box culvert. A scour analysis will not be required. The Hydraulic Report will be submitted to IDOT BLR for approval and the issuance of the floodway permit. It is assumed that coordination and/or permitting with the Illinois Department of Natural Resources. Office of Water Resources (IDNR-OWR will NOT be required since the floodway permit will be issued by the BLR. The watershed tributary to this mapped floodway is less than 1 square mile based on the FIS and StreamStats. 2.7 Preliminary Plans (Preferred Alternative Only) A. Existing and Proposed Typical Sections COMPANY will prepare existing and proposed typical sections depicting the existing conditions as well as the proposed roadway improvements, grading, pedestrian and bicycle accommodations, and ROW. The existing and proposed typical will be included in the PDR. B. Plan and Profile Sheets COMPANY will prepare plan and profile sheets (at scale one(1) inch = 50 feet)detailing the proposed roadway, grading limits. multi-use path and sidewalk improvements for inclusion in the PDR. Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29. 2024 Page 8 of 12 C. Cross-Sections COMPANY will develop a 3D model and cross-sections for determination of ROW acquisition needs, slope analysis and drainage design associated with the roadway, multi-use path and sidewalk improvements. Where necessary, cross-sections will be provided at 50-foot intervals, driveways, and any other locations deemed to be critical to the design. The cross-sections will be submitted to CLIENT and IDOT, District One for review and comment, but will not be included in the PDR. 2.8 Project Development Report COMPANY will prepare a Phase I PDR for the proposed improvements, in accordance with BLR guidelines. The PDR will be submitted to CLIENT and IDOT, District One for review and approval. It is assumed that two (2) submittals will be required to obtain IDOT approval of the PDR. All PDR submittals will be made electronically. COMPANY will complete the following tasks as part of the PDR development: A. Report narrative. B. Design Criteria Checklist and Design Exception Request forms. C. Traffic Management Analysis. D. Utility conflict/coordination chart. E. Refine EOPC from the Alternatives Analysis (preferred alternative only). F. Compile and submit Preliminary PDR, including all exhibits and appendices. G. Revise Preliminary PDR, per CLIENT and IDOT comments. H. Compile and submit Final PDR, including all exhibits and appendices. 2.9 Public Involvement It is assumed that one (1) open house public information meeting (PIM) will be required for this project, which will be held in person. The following tasks will be completed in order to satisfy the anticipated public involvement requirements for this project: A. COMPANY will prepare a Stakeholder Involvement Plan (SIP) for review and approval by CLIENT that describes the public involvement process, defines goals and objectives, and lists stakeholders. B. COMPANY will develop and update project mailing list (as needed). C. COMPANY will prepare property owner notification letters to be placed on CLIENT letterhead and distributed before the PIM to all property owners directly impacted by the project. It is assumed 100 letters will be mailed. D. COMPANY will coordinate meeting advertisements with the local media (advertisement fees have been included as a direct cost). E. COMPANY will coordinate and attend up to two (2) Project Study Group (PSG) meetings with CLIENT, IDOT, KKCOM, and other key affected agencies to discuss the intent of the study, funding levels, project timing, and to provide updates. This task involves preparation of information packets to provide study information, solicit feedback, and concurrence from the above-mentioned agencies. Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29, 2024 Page 9 of 12 F. COMPANY will develop content, photos, and graphics for CLIENT to upload to their website to provide general updates on the project and information about the PIM. G. COMPANY will develop exhibits, and any other necessary material for viewing at the PIM. Four (4) people from COMPANY will attend the PIM. H. COMPANY will review the project presentation at CLIENT ("dry run") to solicit comment prior to the PIM. This item includes travel, meeting set up. facilitation and breakdown. Three (3) people from COMPANY will attend the dry run. Four (4) people from COMPANY will attend the PIM. This item includes travel. meeting set up, facilitation and breakdown. J. COMPANY will summarize all comments received at the PIM and send responses to all participants via a newsletter. It is assumed there will be 15 comments. K. COMPANY will develop and distribute one (1) fact sheet to local businesses for viewing by their interested parties. 2.10 General Meetings and Coordination COMPANY will attend the following additional meetings and field checks: 1. Twelve (12) total. virtual coordination meetings with CLIENT (2 people): 2. Three (3) total, virtual coordination meetings with IDOT and/or the FHWA (2 people): 3. Two (2) field checks (2 people): and 4. One (1) City Council meeting (2 people). COMPANY will also conduct general coordination throughout the project with CLIENT, FHWA and/or IDOT, various stakeholders, and any utility companies having facilities within project limits. This item includes, but is not limited to: letters, telephone, e-mail correspondence, and filing of information. This item also includes meeting preparation, the composition of meeting minutes for distribution to meeting attendees, and travel time to and from the meetings. 2.11 Quality Assurance and Quality Control Quality Assurance and Quality Control (QA/QC) will be provided in accordance with COMPANY's current Quality Manual (QM), which outlines processes for project planning, including design input, outputs, review and verification. The QM also outlines internal processes, such as standardization, internal project audits, selection/rating of subconsultants, and monitoring of deliverables. 2.12 Administration COMPANY will conduct general project administration throughout the duration of the project, including management and oversight of the project team; periodic review of the project execution; document control; scope, schedule and budget monitoring; billing and invoicing; contract file management; and preparation of monthly progress reports. Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29. 2024 Page 10 of 12 3.0 Deliverables and Schedules Included in this SCOPE OF SERVICES 3.1 The following deliverable(s)will be generated for this project and are included in this SCOPE OF SERVICES: A. Aerial Exhibits; B. Preliminary EOPC; C. Alternatives Analysis Technical Memorandum; D. Noise Technical Memorandum: E. Wetland Delineation Report; F. Wetland Impact Evaluation forms; G. PESA Response Form; H. One (1) Section 4(f) reports (Mid-County Trail); I. Four (4) Intersection Design Studies; J. Location Drainage Study and One (1) Hydraulic Report; K. Preliminary Typical Sections. Plan and Profiles and Cross-Sections; L. Project Development Report; M. Stakeholder Involvement Plan; N. Project Mailing List and Public Information Meeting Notification Letters (200); O. Project Website; P. One (1) Fact Sheet: Q. Two (2) Public Information Meeting advertisements; R. Responses to Public Information Meeting comments; and S. One (1) Public Information Meeting summaries. 3.2 This SCOPE OF SERVICES is based upon an assumed project duration of 18 months, commencing with COMPANY's receipt of written Notice to Proceed from CLIENT. This schedule was prepared to include reasonable allowances for review and approval times required by CLIENT and public authorities having jurisdiction over the project. This schedule shall be equitably adjusted as the project progresses, allowing for changes in the scope of the project requested by CLIENT or for delays or other causes beyond the control of COMPANY. 4.0 Items not included in SCOPE OF SERVICES/Supplemental Services The following items are not included as part of this SCOPE OF SERVICES: A. Plats of any nature and/or legal descriptions; B. Wire height survey; C. Coordination with property owners for UAV mission; D. Tree species determination; Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29, 2024 Page 11 of 12 E. Roadway borings and/or Roadway Geotechnical Report; F. NRCS/I DOA coordination; G. Section 6(f) involvement; H. PESA (to be completed by IDOT) and/or Preliminary Site Investigation: I. Noise abatement evaluation: J. Air quality analyses; K. Water quality evaluation; L. Inlet spacing calculations; M. Minor culvert analyses: N. Scour analysis: O. Project Website; P. Press kit(s): Q. Meeting facility rental fees: R. Phase II engineering services, including detailed plans and/or specifications: S. ROW negotiations and/or acquisition services; T. Construction layout and/or construction observation; and U. Attendance at any meetings not specifically indicated herein. Supplemental services not included in the SCOPE OF SERVICES can be provided by COMPANY under separate AGREEMENT. if desired. 5.0 Services by Others N/A 6.0 Client Responsibilities CLIENT will furnish and/or facilitate the furnishing of any available existing plans for US 20 and the side roads, CLIENT-owned utility information, as well as any available traffic studies and/or development reports relevant to the project. 7.0 Professional Services Fee 7.1 Fees The fee for services will be based on cost plus fixed fee Not to Exceed. 7.2 Invoices Invoices for COMPANY's services shall be submitted, on a monthly basis. Invoices shall be due and payable in accordance with the Illinois Prompt Payment Act. 7.3 Extra Services Any service required but not included as part of this SCOPE OF SERVICES shall be considered extra services. Extra services will be billed on a Time and Material basis with prior approval of CLIENT. Scope of Services US 20—West of Randall Road to East of Coombs Road Amendment I-Phase I Engineering Services March 29, 2024 Page 12 of 12 7.4 Exclusion This fee does not include attendance at any meetings or public hearings other than those specifically listed in the SCOPE OF SERVICES. These service items are considered extra and are billed separately on an hourly basis. 7.5 Payment CLIENT AGREES to pay COMPANY on the following basis: Cost plus fixed fee Not to Exceed. as detailed in Attachment D-1. ATTACHMENT B-1 Committee of the Whole Meeting: April 10,2024 City Council Approval: April 24,2024 Notice to Proceed: April 29,2024 Survey: April 30,2024-June 30,2024 Traffic and Accident Analysis: May 1,2024—May 31, 2024 Alternative Analysis: July 1,2024—January 31,2025 Environmental Evaluation: April 11,2024—October 1,2025 Intersection Design Studies: July 1,2024—July 1, 2025 Location Drainage Study: July 1,2024-July 1,2025 Preliminary Plans: September 1,2024—September 1,2025 Project Development Report: March 1,2025—October 1,2025 Public Involvement: January 1,2025—August 1,2025 Meetings and Coordination: April 11,2024—October 1,2025 Quality Assurance/Quality Control: April 11, 2024—October 1,2025 Project Administration: April 11,2024—October 1,2025 Project Completion: October 1,2025 {$t:�: — r.‘217.,4.,. ..-.4.• ,.. 4, , , Attachment C-1 � `, ,> ; ' '� Survey Limits r .:,,�. -�= - -' - t- .. .,K• '`?� t - US Route 20- Elgin, IL * K' r -. ,.v,. ' :� . ..,..... f ,,,,,,.........,. , ., ,,,,,- ,.,.,:z.-.,:,,,,,,, . .. . , .-,4.. :..._ ........, . ,.. ..... . , _ ,,,,,,,. vo...,..,L . ...... , - ? ... c„.„. ....fr , -. .1- ,,. ,d''tif. ? , ,'i..,41„.4A.-.,,...,:. #P c i ve.-'1v,t,.6..1.,.'.'.4,.-,',*,,:..4.,-”-.',:..:- ♦urt , A.%'4.,-_*-,0.A,,i4-/1r1 14.-...-,.-•,' -,":,,'.',.„i ..i..*v.., :.,•A-,,,..4--l.i,-.',;.'-...••:*'"C.4..4 15.:•,"•,•1 I,*:,::.•$l.*7,•2.•'-7,.-',.....-..,'4'•'•,.1,q,,.-$,•..Ai7-;;i-(,-'.„'-,,';,-'...,.-.'-A.l-•i,14.-.1.-.4''.4.•:4 y . 1fy 8 -f0_!/ S^ �. Y '..5- o- -. 1 9. S,` .• 1'►::.' f' ,,7C'.+,4'9:,0.,'4;-.-'-..1:-A:'"...4.c,,4 l Z`, '• k Road-Ta Room ! , - 't- • !, •---. I :,,,'t '�Y.f :r P ' �� �,�, " �� �' hr .o� vim. �r '4 if , J *.. t '..' , i . �� ` Y BPyOasis on 2 j r ''�' .r. f.. . r -•.r �.•�` fir ro'♦,:, , ' •-4 0- t j '� ` -"'`v +,' _ � •R, J .. • • • 7 .6 ./�.,, r ` ti •Co ntr Donuts !, '•2...1- . • i-.7'' ' . y. , , .: ._„•., F.tv'-''''': ---_ 'IP . . .., , it. . L. :•„, ; ..„. .,„ ...,,,, ,,,,,„„: •..., .... .. ._ ,L4.:. f : ', �1,..0 , \ ran •�(`.j,F -91414-ti-N: ::!: i,.;# .'fki � . -\`-• r < • t: r !` ,mot" * 11, < ♦ e Att may .... ` 6 G ' ice' * ♦♦J _ "J-j ��i rY -S • °*• � � R• 'r .! -'r ,. {7. , , „ .,,,/- • .-, , :Y, /r. f,'•, . , _„irtP. ,:,4-,,•-..'._',."''‘.,i.•:e-.,', .',A...,',\t' .iL, r r S 7 i , �: .r .., ' . .k.,.i.:,':,i-'tfs-"..N7...,..r'.::.-,..• -.,— `-...—..'1'a'-:i ti}A.t‘-.-Z' - .' .,•../.../ ,- I•. 4e ,.. eW Y 74Fa:3w�f .'y Google Earth ,r • > ;: •; x ,• :} _r, . ' 3000 ft di Attachment D-1 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number HR Green, Inc. COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 181.10% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD&FRINGE SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL BENEFITS FIXED FEE OTHERS TOTAL TOTAL 2.1 Survey Services 343 256 13.452 24.361 4,439 42.252 6.31 2.2 Traffic and Accident Analyses 44 2.716 4.918 896 8.530 1.27% 2.3 Alternatives Analysis 390 20,490 37.107 6.762 64.359 9.61% 2.4 Environmental Evaluation 268 418 27.309' 49.457 9.012 85.778 12.81% 2.5 Intersection Design Studies 480 22,282 40.353 7.353 69.988 10.45% 2.6 Location Drainage Study 952 48,028 86.978 15,849 150,855 22.53% 2.7 Preliminary Plans 558 26,286 47.604 8.674 82,564 12.33% 2.8 Project Development Report 218 13,060 23.651 4,310 41,021 6.13% 2.9 Public Involvement 1.252 225 13,967 25,295 4,609 43,871 6.55% 2.10 General Meetings and Coordinati 80 173 13,716 24.839 4.526 43,081 6.43% 2.11 QA/QC 48 3,927 7.112 1,296 12,335 1.84% 2.12 Administration 116 7.335 13.283 2.420 23.038 3.44% Subconsultant DL $0.00 Direct Costs Total ===> $1.943.00 $1,943.00 0.29% TOTALS 38781 212,568I 384.9581 70.146I - 669,615 100.00% 597.526 BLR 05514 (Rev. 02/09/23) Printed 4/1/2024 11:23 AM COST EST Page 1 of 1