HomeMy WebLinkAbout24-13 Resolution No. 24-13
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH HAMPTON, LENZINI &
RENWICK, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE BIG
TIMBER ROAD AND MADELINE LANE INTERSECTION 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 Big Timber
Road and Madeline Lane intersection 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: January 24, 2024
Adopted: January 24, 2024
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 24th day of January , 20 24 ,by
and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as
"CITY") and Hampton, Lenzini & Renwick, Inc., a Delaware corporation authorized to do
business in the State of Illinois(hereinafter referred to as"ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with the Big Timber Road and Madeline Lane Intersection 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 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 Public Services
Director of the CITY,herein after referred to as the"DIRECTOR".
B. The scope of services for the project shall include but is not limited to all design
work necessary for the proper preparation of plans and bid documents for
construction for the Project. The project plans shall include existing and proposed
typical sections, plan sheets(as necessary), roadway profiles(as necessary), ADA
sidewalk details (as necessary), intersection grading plans, traffic signal plan
sheets,interconnect plans,maintenance of traffic plans, standard details and special
details. The project bid documents will include summary of quantities, general
contract provisions,and IEPA 663 (as necessary)forms. Plans and Bid Documents
shall comply with City of Elgin bidding requirements. The services provided shall
include all necessary coordination with Kane County Division of Transportation
for permitting, bidding coordination with the CITY's Purchasing Department, and
bid recommendation.
C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A
and incorporated into this Agreement by this reference.
D. A location map setting forth the location of the PROJECT is attached hereto as
Attachment C and incorporated into this Agreement by this reference.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided hereinunder.
a. 1/10/2024—Engineering Services Agreement Presented to City of the Whole
b. 1/24/2024—Engineering Services Agreement Approval at City Council
c. 3/15/2024—Preliminary Plans
d. 4/15/2024—Prefinal Plans
e. 5/15/2024—Final Plans
f. 5/15/2024—Project Local Letting
g. 6/12/2024—Construction Contract Approval at City Council
h. 6/30/2024—Start Construction
i. 7/15/2024—Temporary Traffic Signal Installation
B. A detailed project schedule for the PROJECT is included in Attachment A,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 hourly rate of
classification of the personnel employed on this PROJECT, with the total fee not
to exceed $141,785.00 regardless of the actual costs incurred by the ENGINEER
unless substantial modifications to the scope of the work are authorized in writing
by the DIRECTOR, and approved by way of written amendment to this Agreement
-2 -
executed by the parties. A detailed cost breakdown for the PROJECT is attached
hereto as Attachment b and incorporated into this Agreement by this reference.
B. For outside services provided by other firms or subconsultants,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$141,785.00
provided for in Section 4A above.
C. The cost of any such reimbursable expenses is included within the total not-to-
exceed amount of$141,785.00 provided for in Section 4A above.
D. The CITY shall make periodic payments to the ENGINEER based upon actual
progress within 30 days after receipt and approval of invoice. Said periodic
payments to the ENGINEER shall not exceed the amounts shown in the following
schedule, and full payments for each task shall not be made until the task is
completed and accepted by the DIRECTOR.
Date Estimated % Estimated Value of Estimated
Completion Work Completed Invoice Value
3/1/2024 25% $35,446.25 $35,446.25
4/1/2024 25% $70,892.50 $35,446.25
5/1/2024 25% $106,338.75 $35,446.25
6/1/2024 15% $127,606.50 $21,267.75
7/1/2024 5% $134,691.75 $7,089.25
8/1/2024 5% $141,785.00 $7,089.25
TOTAL 100% $141,785.00
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
-3 -
so terminated, the ENGINEER shall be paid for services actually performed and reimbursable
expenses actually incurred prior to termination, except that reimbursement shall not exceed the
task amounts set forth under section 4 above.
7. TERM
This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed
and, unless terminated for cause or pursuant to section 6, shall be deemed concluded on the date
the CITY determines that all of the ENGINEER's work under this Agreement is completed. A
determination of completion shall not constitute a waiver of any rights or claims which the CITY
may have or thereafter acquire with respect to any term or provision of the Agreement.
8. NOTICE OF CLAIM
If the ENGINEER wishes to make a claim for additional compensation as a result of action taken
by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence
of such action. No claim for additional compensation shall be valid unless so made. Any changes
in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing
signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative
to a claim submitted by the ENGINEER, all work required under this Agreement as determined
by the DIRECTOR shall proceed without interruption.
9. BREACH OF CONTRACT
If either 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
-4-
limited to workers compensation claims, in any way resulting from or arising out of negligent
actions or omissions of the ENGINEER in connection herewith,including negligence or omissions
of employees or agents of the ENGINEER arising out of the performance of this Agreement. In
the event of any action against the CITY, its officers, employees, agents,boards or commissions,
covered by the foregoing duty to indemnify, defend and hold harmless such action shall be
defended by legal counsel of the CITY's choosing. The provisions of this section shall survive any
expiration and/or termination of this Agreement.
11. NO PERSONAL LIABILITY
No official, director, officer, agent or employee of the CITY shall be charged personally or held
contractually liable under any term or provision of this Agreement or because of their execution,
approval or attempted execution of this Agreement.
12. INSURANCE
The ENGINEER shall provide, 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
- 5 -
acts with a combined single limit of not less than $1,000,000 per occurrence. A
Certificate of Insurance shall be submitted to the DIRECTOR as evidence of
insurance protection. The policy shall not be modified or terminated without thirty
(30)days prior written notice to the DIRECTOR.
13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEOUENCES,
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.
-6-
16. DELEGATIONS AND SUBCONTRACTORS
Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other
provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to
each and every item,condition and other provision hereof to the same extent that the ENGINEER
would have been obligated if it had done the work itself and no assignment, delegation or
subcontract had been made. Any proposed subcontractor shall require the CITY's advanced
written approval.
17. NO CO-PARTNERSHIP OR AGENCY
This Agreement shall not be construed so as to create a partnership,joint venture, employment or
other agency relationship between the parties hereto.
18. SEVERABILITY
The parties intend and agreed that, if any section,sub-section,phrase,clause or other provision of
this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all
other portions of this Agreement shall remain in full force and effect.
19. HEADINGS
The headings of the several sections of this Agreement are inserted only as a matter of convenience
and for reference and in no way are they intended to define, limit or describe the scope of intent of
any provision of this Agreement,nor shall they be construed to affect in any manner the terms and
provisions hereof or the interpretation or construction thereof.
20. MODIFICATION OR AMENDMENT
This Agreement and its attachments constitutes the entire Agreement of the parties on the subject
matter hereof and may not be changed, modified, discharged or extended except by written
amendment duly executed by the parties. Each party agrees that no representations or warranties
shall be binding upon the other party unless expressed in writing herein or in a duly executed
amendment hereof,or change order as herein provided.
21. APPLICABLE LAW
This Agreement shall be deemed to have been made in, and shall be construed in accordance with
the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any
rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois.
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
-7-
written approval from the DIRECTOR prior to said documentation becoming matters of public
record.
23. COOPERATION W1.111 OTHER CONSULTANTS
The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work
associated with the PROJECT.
24. INTERFERENCE WITH PUBLIC CONTRACTING
The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a
violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging.
25. SEXUAL HARASSMENT
As a condition of this contract,the ENGINEER shall have written sexual harassment policies that
include,at a minimum,the following information:
A. the illegality of sexual harassment;
B. the defmition 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
- 8 -
All recommendations and other communications by the ENGINEER to the DIRECTOR and to
other participants which may affect cost or time of completion, shall be made or confirmed in
writing. The DIRECTOR may also require other recommendations and communications by the
ENGINEER be made or confirmed in writing.
28. NOTICES
All notices,reports and documents required under this Agreement shall be in writing and shall be
mailed by First Class Mail,postage prepaid,addressed as follows:
A. As to CITY: B. As to ENGINEER:
Mike Pubentz, P.E. Amy McSwane, PE,PTOE
Public Services Director 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. 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 THE CITY: FOR THE ENGINEER:
By l i 7By: 0MIL/Jan—kJ
City Manager
Name/Print: Amy McSwane
At s Title: Corporate Treasurer
'11g4la'°
- 10 -
ATTACHMENT A
Scope of Service
Big Timber Road and Madeline Lane Traffic Signal Improvement
Kane County Division of Transportation
SCOPE OF SERVICES
The City of Elgin (hereinafter the "Client") has requested professional engineering services for a new traffic
signal and roadway improvements at the intersection of Big Timber Road and Madeline Lane (hereinafter the
"Project"). The following outlines the proposed Project scope of services.
UNDERSTANDING OF THE PROJECT
Hampton, Lenzini and Renwick, Inc. (HLR) has prepared this Scope of Work for engineering services
based on our knowledge of the Project from the following items:
• Site Review
• Previously prepared traffic signal plans by Sam Schwartz Engineering, DPC
The following is a list of basic project understandings
• HLR will provide boundary determination services to determine the existing right-of-way. Land
Acquisition services are not included in the scope of work.
• Lighting design will be included on the traffic signal plans as combination lighting in
accordance with Kane County Division of Transportation (KDOT) requirements.
• The fiber optic interconnect to the Randall Road system will be included, extending 2,000 feet
west (Tyrrell Road) and 3,800 feet east (Randall Road) of the intersection.
• Traffic signals previously designed will be redesigned to current KDOT standards.
• Temporary traffic signals are proposed due to material procurement delays. The Client will
notify HLR if this work is not required.
• Traffic counts and a revised IDS with projected traffic will be utilized as a basis for the revised
plans.
• Construction observation is not included in this agreement but will be in a future agreement, if
requested.
The project limits are understood to be:
• Big Timber Road — 500 feet east and west of Madeline Lane
• Madeline Lane—400 feet north and south of Big Timber Road
Schedule— Based on our project understanding, the following are project milestones desired by Client.
Notice to Proceed January 2024 _
Preliminary Plans and Bid Documents (Elgin Review) March 2024
Pre-Final Plans and Bid Documents (Elgin/ KDOT Review) April 2024
Final Plans and Bid Documents (Elgin/ KDOT Review) May 2024
Project Local Bidding May 2024 —
Board Approval —Construction June 2024
Start of Construction June 2024
Temporary Traffic Signals Installation July 2024
End of Construction Spring 2025
PHASE I ENGINEERING
Based on the goals of the project, the following services are provided to seek approval by IDOT for the project.
❑ Preliminary Design Studies - HLR will complete a Preliminary Design Study in accordance with
IDOT BLR procedures and is limited to the following tasks:
Traffic Counts—A 13-hour count will be provided at the following locations:
• Big Timber Road at Madeline Lane
The traffic counts will be based on traffic cameras and processed by a third-party vendor
that utilizes IDOT approved methods.
Intersection Design Study(IDS)—An IDS will be prepared and will include
intersection geometry and approach profiles in accordance with IDOT Standards based
on the following assumptions:
• Design Vehicle = WB-65
• Design Year = 2024
• Design Speed = 45mph
The IDS will be prepared for the following intersections:
• Big Timber Road and Madeline Lane
PHASE II ENGINEERING
Based on the understanding of the project, the following items are necessary parts of the design scope of
services:
Survey and Land Acquisition
• Topographic Survey(Scanned survey)
• Boundary Determination Survey
Utility
• Utility Coordination
Design Plans
• Title Sheet
• General Notes
• Alignment, Ties, and Benchmarks
• Summary of Quantities
• Schedule of Quantities
• Typical Sections
• Removal Plans (50 scale, 2-sheets)
• Plan and Profile (20 scale, 2-sheets)
• Intersection Grading Plan (10 scale, 1-sheet)
• Landscaping Plan (50 scale, 1-sheet)
• ADA Sidewalk Grading Plan (8 ramps)
• Pavement Marking and Signing Plan (50 scale, 2-sheets)
• Temporary Traffic Signal Plans
• Traffic Signal Plan and Details (4 sheets)
• Permanent Interconnect Plan
• Cross Sections (Xsect every 50' + Drives — 10 Xsect)
• Maintenance of Traffic Plans
• Special Details (Non-Structural)
• Standard Details
Bid Documents
• Quantity Calculations
• Special Provisions
• Cost Estimate and Contract Time
• Permitting and Environmental Coordination
Permitting
• Clean Construction and Demolition Debris
• Kane County Division of Transportation
• ComEd drop application
Clean Construction Demolition Debris (CCDD)— Based on a cursory review of publicly available data, HLR
anticipates that this project can be processed under the IEPA LPC 663 CCDD Disposal. If during the formal
project and environmental database review, the project does not meet the assumed process, HLR will notify the
client in writing and may require additional compensation.
•IEPA LPC 663 - In the event that any PIPs are found on or adjacent to the site, the client would be
notified of the options available for material disposal prior to commencing the 663 process. If any
areas are adjacent to PIPs, the site will require additional testing and analysis, for processing with a
663 application.
The 663 requires taking an estimated 2 soil samples for soil characterization. If additional samples are
required for the project, HLR will request additional compensation. This proposal assumes a driller will
not be needed, and soil samples can be collected with a hand auger. These samples will be used to
establish pre-existing conditions and also for potential CCDD coordination. The soil samples will be
submitted to a NELAC approved laboratory for analysis. We may analyze each soil sample for metals,
volatiles, semivolatiles, polynuclear aromatic hydrocarbons and PCBs. The results of the analysis would
be compared to the limits outlined in the Maximum Allowable Concentrations (MAC) of Chemical
Constituents In Uncontaminated Soil Used as Fill Material At Regulated Fill Operations (35 III. Adm.
Code 1100.Subpart F). A 663 will be prepared if levels meet MAC table limits.
Kane County Division of Transportation (KDOT) Major Access Permit — HLR will prepare the permit
application, signal maintenance transfer agreement,and coordinate updates based on comments made by KDOT
staff. It is anticipated that HLR will revise the plans a maximum of two review cycles. In the event that additional
review cycles are required, HLR will request additional funding to implement revisions. The City and the selected
contractor will be required to execute the Kane County permit.
SCOPE OF SERVICES
1. Survey
Based on our understanding of the project and the needs of the client the following services are included
in the scope of service:
Topographic Survey
• Topographic Survey — HLR will provide topographic survey to document existing conditions for
the purpose of preparing the design requested by the Client. Topographic survey will be limited
to:
• Curb and Gutter
• Edge of Pavement and Shoulders
• Sidewalk
• Driveways
• Building Faces Only
• Pavement Marking
• Visible Property Corners
• Signs
• Utilities—Above Ground
• Utilities— Below Ground (observed only)
• Drainage Items
• Detailed Bridge Information
• Detailed Waterway Cross Sections
• Roadway Safety Items
• Trees
• Landscaping Areas
• Ground Shots
Topographic survey will be limited to the right-of-way area.
Topographic Survey will be based on the following coordinate system:
Horizontal - Illinois State Plane— East
Vertical - NAVD-88
• Boundary Determination — HLR will determine the existing right-of-way based on information
found in the field and publicly available information including Plat of Highways, GIS, Sidwells,
and preliminary plats from the County Recorder online.
2. Utility Coordination
HLR will coordinate with utilities with determining their facility location, potential conflict determination,
and resolution of those conflicts. The major work items under this task will include:
A J.U.L.I.E. Design Stage Locate request will be submitted.
Project status letters will be prepared to the individual utility companies along with
location map to request atlas maps.
HLR will verify the utilities identified on the atlas maps provided by the utilities.
HLR will send preliminary plans and letters (on City letterhead) to utilities for verification
of utility location on the plans and for early coordination of conflict analysis.
HLR will review potential utility conflicts determined by the utility owner in regard to the
proposed improvements based on review of preliminary plans. These locations will be
discussed with the utility if relocation is not possible.
Pre-final and Final plans and letters (on City letterhead) will be sent to the utility
companies. These submittals will include location of conflicts identified by the utilities.
HLR will review all utility permit request submitted to the Client to check that the
relocations are consistent with coordination and the proposed improvements.
The following is a list of known utilities within the project limits:
• AT&T
• Century Link
• City of Elgin
• Comcast
• ComEd
• MCI-Verizon
• Nicor Gas
• US Signal
• Vinakom
• WOW
• Zayo
3. Proposed Plans, Bid Documents, Calculations, and Estimates of Probable Costs
-i Plans -The plans will be prepared and submitted to the Client at the following intervals:
• Pre-Final (90%) —Plans and concepts are nearly complete and minor modifications
are expected.This will be sent to the client and Kane County Division of Transportation
(KDOT) for review and comment.
• Final (100%) — Plans are fully developed and are ready for distribution to
contractors. This will be sent to the client for reference and KDOT for acceptance.
HLR will respond to comments that may occur after submittal of the final documents,
as needed. The actual letting may not be as indicated above. HLR will revise the bid
documents for the actual letting date.
The plans are working drawings that show the location, configuration, and dimensions of
the proposed construction activities. The plans will be prepared under the supervision of
a Professional Engineer. The plan set will consist of the following drawings and the
estimated number of sheets:
Title Sheet 1 Sheet(s)
General Notes 1 Sheet(s)
Summary of Quantities 3 Sheet(s)
Schedule of Quantities 4 Sheet(s)
Alignment, Ties and Benchmarks 2 Sheet(s)
Existing Conditions and Removals (50-scale) 3 Sheet(s)
Pavement Marking and Signing Plan (50-scale) 3 Sheet(s)
Temporary and Permanent Traffic Signal Plans and Details 8 Sheet(s)
(20/50-scale) _
Permanent Interconnect Plan, Schematic, and Splicing 8 Sheet(s)
ADA Ramp Details (5/10-scale) 8 Ramp(s)
Special Details Provided by KDOT
Standard Details Provided by IDOT D1
Increases to the actual number of plans sheets as compared to the estimated sheets
above may constitute additional work. HLR will notify the Client if additional work is
anticipated.
HLR will distribute electronic version of plans, bid documents, and estimate of probable
costs to Client's Project Manager for distribution to reviewers. Comments provided will
be reviewed and necessary updates will be made. Disposition to comments will be
provided at the next submittal. The disposition to comments will be provided based on
how HLR received them:
• Client provides a list of comments — HLR will provide a formal disposition to
comments in letter format.
• Client provides comment on plan and/or bid document sheets— HLR will provide
written disposition to comments next to the comments provided by the Client.
n Bid Documents—Bid Documents will be prepared for the solicitation of contractors to
provide construction services. Bid Documents format will be based on the following criteria:
Format— HLR will prepare a bid document based on City of Elgin formatting.
HLR will prepare contract specifications and special provisions for Pre-Final and Final Plan
submittals. The latest version of the IDOT"Standard Specifications for Road and Bridge
Construction"and "Supplemental Specifications and Recurring Special Provisions" will be
used as the basis of the construction special provisions. IDOT check sheets will be used
as required by the project.
Where a project work item contains work, material, unique sequence of operations or any
other requirements that are not included in the Standard Specifications, Supplemental
Specifications, Recurring Special Provisions, BDE Special Provisions or Guide Bridge
Special Provisions, a project specific Special Provision will be written by HLR.
4. Cost Estimate
Estimate of Probable Cost - HLR will prepare engineering opinions of
probable construction costs for each submittal. Costs will be determined using
available guides and bid tabulations from similar projects. In addition, the pay
item reports with awarded prices from IDOT's website will be used to
approximate current unit costs.
Quantity calculations will be provided to the Client for use by the Phase III
consultant.
5. Consultation and Coordination
• Coordination Meeting - Coordination and design meeting with the Client (assume
2 meetings).
• Monthly Status Report— HLR will prepare and send by email to Client the project
status updates. This will include schedule, budget, and outstanding issue
ATTACHMENT B
CITY OF ELGIN
PROPOSED ENGINEERING SERVICES
BIG TIMBER ROAD AND MADELINE LANE - PHASE II PLAN DEVELOPMENT
DETAILED COST BREAKDOWN
Employee Classification
Task Description PR E6 ES E4 E3 El T3 T2 SUR ENV ENV ENV Direct Costs Hours Fee
2 3 2 1
1 SURVEY AND LAND AC. SITION SERVICE
Project Administration 5 5 $ 1,075.00
Obtain-P 0 S -
Control/Level Circuit 8 8 5 1,360.00
Topographic/Route Survey 4 20 24 5 4,260.00
Land/Boundary/Right-of-Way Survey 28 28 $ 4,760.00
Drafting/Plat Preparation 6 20 26 $ 3.690.00
Legal Dessriatiens 0 S
Review QC/QA 2 2 S 490.00
Appraisal 0 5 --
Review-Appraisal 0 5 -
Appraisal--Renewal- 0 S -
0 S -
Negetiatiens- 0 5 -
0 $ -
PHASE I DE N EN k _ RING ERVICE
Conduct 13 hour traffic count 2 5 300.00 2 5 640.00
Revise Intersection Design Study 32 10 42 S 7,090.00
DESIGN ENGINEERIN ERVICES
Traffic Signal Plans
Title Sheet 3 2 5 S 885.00
General Notes 4 3 7 S 1,235.00
Alignment.Ties,and Benchmarks 4 8 12 $ 2,060.00
Summary of Quantities 6 2 8 $ 1,440.00
Schedule of Quantities 14 4 18 S 3,250.00
Typical Sections 8 4 12 S _ 2,140.00
Removal Plan(50 scale.2-sheets) 16 8 24 $ 4,280.00
Plan and Profiles(20 scale.2-sheets) 40 16 56 $ 10,040.00
Intersection Grading Plan(10 scale. 1-sheet) 22 6 28 S 5.060.00
0 $ -
• 0 $ -
Control-Klan- Details) 0 $ -
Landscaping Plan(Tree Replacement included)(50 scale. 1-sheets) 8 6 14 $ 2470.00
ADA Sidewalk Grading Plan(8 ramps) 24 16 40 S 7,080.00
Stwctural-retails 0 5 -
Pavement Marking and Signing Plan(50 scale.2-sheets) 10 6 16 5 2,840.00
Street-Lighting0 $ -
Temporary Traffic Signal Plans 30 8 38 S 6,870.00
Traffic Signal Plan and Details(4 sheets) 36 8 44 $ 7,980.00
Temporary lan-/-Sc 0 $ -
Permanent Interconnect Plan(Plan/Schematic/Splicing) 20 8 28 5 5,020.00
12/13/2023 1 of 2
ATTACHMENT B
CITY OF ELGIN
PROPOSED ENGINEERING SERVICES
BIG TIMBER ROAD AND MADELINE LANE - PHASE II PLAN DEVELOPMENT
DETAILED COST BREAKDOWN
Cross Sections in areas of widening only(Xsect every 50'-, Drives- 10 20 1u 30 S 5,350.00
Xsect)
Maintenance of Traffic Plans 20 10 30 $ 5,350.00
Special Details(Non-Structural) 6 2 8 $ __ 1,440.00
Standard Details(List) 4 4 $ 740.00
Prepare Bid Documents 20 20 $ , 3,700.00
Prepare Estimate of Cost 10 10 20 $ 3,100.00
Prepare Estimate of Time and Lump Sum Cost Breakdown 6 6 $ 1,110.00
Updates based on Comments(Kane County/Elgin) 4 20 16 40 $ 6,560.00
Updates based on Changes to IDOT Specifications and Standard Details 8 8 $ 1,480.00
Utility Coordination 8 20 28 $ _ 3,980.00
Bidding Assistance/RFI 8 6 14 $ 2,470.00
PERMITTIN
Wet 0 $
Wet 0 $ - —
Prepare USAGE-Permit 0 $ —
Coordination T),Section 7 A 0 $
0 $ -
0 $
Bat-Assessment 0 $ - —
Prepar — 0 $ -
Prepay m 0 $
Prepay 0_ $ - -,
Prepare IEPA Notice of Termination 0 $ --_,
Prepay ion-Permit 0 $ -
Prepay 0 $ -
Pr 0 $ -
Pr 0 S -
Prepare and submit ComEd power drop application 8 2 10 $ 1,730.00
Obtain Environmental Database Report(EDR) $ 100.00 $ 100.00
0 $ -
Prepare Clean Construction and Demolition Debris(CCDD)Form 663 4 16 24 44 $ 5.520.00
Obtain soil samples for testing S 2,200.00 $ 2,200.00
Prepare a-Preliminacv Environmental Site-Anatysis4R€SA)-UPDATE 0 $
Prepay investioation4PSI4
5. CONSTRUCTION ENG NEERING
NOT INCLUDED 0 $ -
C••RDIN• •k •N• C•NSULTATION
Prepare and Attend Coordination Meeting(2 Meetings) 4 6 10 $ 1.970.00
Prepare Monthly Status Report to Client 6 6 $ 1.170.00
7. •UALITY ASS RANC •ND PROJECT ADMINISTRATI•N
Quality Assurance and Quality Control 20 20 $ 3,900.00
Project Administration 20 20 $ 3,900.00
Total 2 17 46 389 34 48 149 20 56 4 16 24 $ 2,600.00 805 $ 141,785.00
12/13/2023 7of2
ATTACHMENT C
LOCATION MAP
s ., lir zji
.
ids;.
�x. t
.'4arNt. / 44$.•
a� ;4
%T. v.. -- r ;` • \\cam, •.
,4 .,, ''fib ,')+, a'' .4 a�21 T
t •'
at S P
90
•
-, W -,, ...
10HN B
• SANFILIPPO&
SON
- ADVOCATE
o SHERMAN
co
oo HOSPITAL
co
•a
c
to
cc
I
B�
e°T,•
�bP'•9
°a
a
A••c a
Big Timber Road and Madeline Lane Intersection Improvement Project