HomeMy WebLinkAbout24-95 Resolution No. 24-95
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH HR GREEN, INC. FOR
PROFESSIONAL SERVICES IN CONNECTION WITH DUPAGE STREET COMBINED
SEWER SEPARATION 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 HR
Green, Inc.,for professional services in connection with DuPage Street combined sewer separation
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 10,2024
Adopted: April 10, 2024
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis,City Clerk
AGREEMENT
THIS AGREEMENT("Agreement")is made and entered into this 10th day of April ,
2024 , by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter
referred to as"CITY")and HR GREEN, INC., an Iowa company 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 DuPage St Combined Sewer Separation 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 Water Director
of the CITY, hereinafter referred to as the"DIRECTOR".
B. The scope of services includes providing professional consulting services to
prepare contract plans and specifications and bidding documents and to provide bid
award and assistance services for the PROJECT.
C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A,
and incorporated into this Agreement by this reference.
2. PROGRESS REPORTS
A. An outline project milestone schedule is provided hereinunder.
• Executed Agreement and Notice to Proceed—April 12,2024
• Conceptual Design(30%)—July 12,2024
• Preliminary(60%)Engineering Plans—August 30,2024
• Pre-Final(90%)Engineering Plans—October 25,2024
• Final(100%)Contract Plans—December 20,2024
• Bid Award and Assistance—February 28,2025
B. A detailed project schedule for the PROJECT is included as Attachment B,attached hereto,
and incorporated into this Agreement by this reference. Progress will be recorded on the
project schedule and submitted monthly as a component of the Status Report described in
C below.
C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to
the project schedule. A brief narrative will be provided identifying progress,
findings and outstanding issues.
3. WORK PRODUCTS
All work product prepared by the ENGINEER pursuant hereto including, but not limited to,
reports, plans, designs, calculations, work drawings, studies, photographs, models and
recommendations shall be the property of the CITY and shall be delivered to the CITY upon
request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such
work product for its records. ENGINEER'S execution of this Agreement shall constitute
ENGINEER'S conveyance and assignment of all right,title and interest, including but not limited
to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by
the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or
through such other engineers as determined by the CITY to utilize and/or amend such work
product. Any such amendment to such work product shall be at the sole risk of the CITY. Such
work product is not intended or represented to be suitable for reuse by the CITY on any extension
to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY
without liability or legal exposure to the ENGINEER.
4. PAYMENTS TO THE ENGINEER(Lump Sum Method)
A. The CITY shall reimburse the ENGINEER for services under this Agreement a
lump sum of $394,852.00 Dollars, regardless of actual Costs incurred by the
ENGINEER unless substantial modifications to the project are authorized in
writing by the DIRECTOR, and approved by way of written amendment to this
Agreement executed by the parties. A detailed fee estimate for the PROJECT is
attached herto as Attachment C and incorporated into this Agreement by this
reference.
B. For outside services provided by other firms or consultants,the CITY shall pay the
invoiced fee to the ENGINEER,plus 0%. The cost of any such outside services is
included within the total lump sum fee amount of $394,852.00 provided for in
Section 4A above.
C. Mileage and printing costs are included as reimbursable costs. The cost of any such
reimbursable expenses is included \\ithin the total lump sum fee amount of
$394,852.00 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.
-2 -
Date Estimate Percent Estimated Value of Estimated
Complete Work Complete Invoice Value
4/30/2024 17.05% $67,327.98 $67,327.98
5/31/2024 36.34% $76,141.98 $143,469.96
6/30/2024 46.24% $39,118.48 $182,588.44
7/31/2024 56.94% $42,248.26 $224,836.70
8/31/2024 69.85% $50,981.76 $275,818.46
9/30/2024 77.53% $30,323.26 $306,141.73
10/31/2024 86.47% $35,291.26 $341,432.99
11/30/2024 87.95% $5,839.91 $347,272.90
12/31/2024 95.94% $31,546.41 $378,819.31
1/31/2025 97.21% $5,035.24 $383,854.55
2/28/2025 100.00% $10,997.45 $394,852.00
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 DIRECTOR shall proceed without interruption.
9. BREACH OF CONTRACT
If either party violates or breaches any term of this Agreement, such violation or breach shall be
deemed to constitute a default, and the other party has the right to seek such administrative,
contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if
either party,by reason of any default, fails within fifteen(15)days after notice thereof by the other
party to comply with the conditions of the Agreement, the other party may terminate this
Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement,
with the sole exception of an action to recover the monies the CITY has agreed to pay to the
ENGINEER pursuant to section 4 hereof, no action shall be commenced by the ENGINEER
against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or
rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all
such rights to interest which it claims it may otherwise be entitled pursuant to law, including,but
not limited to, the Local Government Prompt Payment Act(50 ILCS 501/1, et seq.), as amended,
or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree
that any action by the ENGINEER arising out of this Agreement must be filed within one year of
the date the alleged cause of action arose or the same will be time-barred. The provisions of this
section shall survive any expiration,completion and/or termination of this Agreement.
10. INDEMNIFICATION
To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify,defend and hold
harmless the CITY, its officers,employees, agents,boards and commissions from and against any
and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not
limited to workers compensation claims, in any way resulting from or arising out of negligent
actions or omissions of the ENGINEER in connection herewith,including negligence or omissions
of employees or agents of the ENGINEER arising out of the performance of this Agreement. In
the event of any action against the CITY, its officers,employees, agents, boards or commissions,
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 Engineers Professional
Liability Insurance Covering claims resulting from error, omissions or negligent
acts with a combined single limit of not less than $1,000,000 per occurrence. A
Certificate of Insurance shall be submitted to the DIRECTOR as evidence of
insurance protection. The policy shall not be modified or terminated without thirty
(30)days prior written notice to the DIRECTOR.
-5 -
13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES,
PROCEDURES AND SAFETY
The ENGINEER shall not have control over or charge of and shall not be responsible for
construction means, methods, techniques, sequences or procedures, or for safety precautions and
programs in connection with the construction, unless specifically identified in the Scope of
Services.
14. NONDISCRIMINATION/AFFIRMATIVE ACTION
The ENGINEER will not discriminate against any employer or applicant for employment because
of race,color,religion,sex,national origin,age,ancestry,order of protection status,familial status,
marital status, physical or mental disability, military status, sexual orientation, or unfavorable
discharge from military service which would not interfere with the efficient performance of the
job in question. ENGINEER shall take affirmative action to comply with the provisions of Elgin
Municipal Code Section 5.02.040 and will require any subcontractor to submit to the CITY a
written commitment to comply with those provisions. ENGINEER shall distribute copies of this
commitment to all persons who participate in recruitment, screening, referral and selection of job
applicants and prospective subcontractors. ENGINEER agrees that the provisions of Section
5.02.040 of the Elgin Municipal Code, 1976,as amended, is hereby incorporated by reference, as
if set out verbatim.
No person shall be denied or subjected to discrimination in receipt of the benefit of any services
or activities made possible by or resulting from this Agreement on the grounds of race, color,
religion,sex,national origin,age,ancestry,order of protection status,familial status,marital status,
physical or mental disability, military status, sexual orientation, or unfavorable discharge from
military service.
Any violation of this paragraph shall be considered a violation of a material provision of this
Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part,
of the Agreement by the CITY.
15. ASSIGNMENT AND SUCCESSORS
This Agreement and each and every portion thereof shall be binding upon the successors and the
assigns of the parties hereto; provided, however, that no assignment shall be made without the
prior written consent of the CITY.
16. DELEGATIONS AND SUBCONTRACTORS
Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other
provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to
each and every item,condition and other provision hereof to the same extent that the ENGINEER
would have been obligated if it had done the work itself and no assignment, delegation or
-6-
subcontract had been made. Any proposed subcontractor shall require the CITY's advanced
written approval.
17. NO ('O-PARTNERSHIP OR AGENCY
This Agreement shall not be construed so as to create a partnership,joint venture, employment or
other agency relationship between the parties hereto.
18. SEVERABILITY
The parties intend and agreed that, if any section,sub-section,phrase,clause or other provision of
this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all
other portions of this Agreement shall remain in full force and effect.
19. HEADINGS
The headings of the several sections of this Agreement are inserted only as a matter of convenience
and for reference and in no way are they intended to define,limit or describe the scope of intent of
any provision of this Agreement,nor shall they be construed to affect in any manner the terms and
provisions hereof or the interpretation or construction thereof.
20. MODIFICATION OR AMENDMENT
This Agreement and its attachments constitutes the entire Agreement of the parties on the subject
matter hereof and may not be changed, modified, discharged or extended except by written
amendment duly executed by the parties. Each party agrees that no representations or warranties
shall be binding upon the other party unless expressed in writing herein or in a duly executed
amendment hereof,or change order as herein provided.
21. APPLICABLE LAW
This Agreement shall be deemed to have been made in,and shall be construed in accordance with
the laws of the State of Illinois.Venue for the resolution of any disputes or the enforcement of any
rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois.
22. NEWS RELEASES
The ENGINEER may not issue any news releases without prior approval from the DIRECTOR,
nor will the ENGINEER make public proposals developed under this Agreement without prior
written approval from the DIRECTOR prior to said documentation becoming matters of public
record.
23. COOPERATION WITH OTHER CONSULTANTS
The ENGINEER shall cooperate with any other consultants in the 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:
A. As to CITY: B. As to ENGINEER:
Nora Bertram Ajay Jain
Water Director President-Water
City of Elgin HR Green, Inc.
150 Dexter Court 1391 Corporate drive., Suite 203
Elgin, Illinois 60120-5555 McHenry, IL 60050-5528
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 By: (iriAl
City Manager
Name/Print: Aiay Jain
Title: President - Water
•
heleiA
City Clerk
- 10 -
ATTACHMENT A
SCOPE OF SERVICES
ATTACHMENT A
SCOPE OF SERVICES
DUPAGE STREET COMBINED SEWER SEPARATION PROJECT
(DESIGN, CONTRACT PLANS, SPECIFICATIONS AND BIDDING SERVICES)
CITY OF ELGIN, IL
PROJECT BACKGROUND/PROJECT UNDERSTANDING
HR Green, Inc. (ENGINEER) has been retained by the City of Elgin, Illinois (CITY) to provide
professional consulting services in connection with the Comprehensive Sewer Master Plan. As
part of the preliminary work completed for the Master Plan, the DuPage St Combined Sewer
Separation Project (PROJECT) was identified as a priority project that the City should consider
for 2025 construction. Completion of this project will result in the combined sewer areas east of
the Fox River being predominantly separated (with the exception of some isolated locations).
Additionally, this project will complete separation work necessary in Villa St ahead of the CITY's
roadway project on Villa St to occur in 2027 or 2028. The project improvement limits for the
PROJECT are as shown in the Project Location Map attached as Exhibit 1.
The CITY has requested that professional consulting services to prepare contract plans and
specifications and bidding documents and to provide bid award and assistance services for the
PROJECT. Below are the proposed scope of services to be completed for the PROJECT.
SCOPE OF SERVICES
The scope and level of effort required is based on approximately $4.1M to $4.5M conceptual level
Engineer's Opinion of Probable Construction Costs (EOPCC) broken down into three (3) budget
categories as follows:
1) Storm Sewer Separation Improvements = $3.5M to $3.7M;
2) Water Main Construction Improvements = $100K; and
3) Sanitary Sewer Lining (Existing Combination Sewer) _ $500K to $700K
Upon issuance of a Notice to Proceed (NTP), the ENGINEER will complete the following tasks
under this scope of services:
Task 1 — Kickoff Meeting
Task 2 —Topographic Survey
Task 3—Geotechnical Services
Task 4—Sewer Televising Video Review
Task 5— Field Reconnaissance
Task 6— Utility Coordination
Task 7— Lead Service Verification
Task 8—Conceptual Design (30%)
Task 9— Preliminary Design (60% Contract Plans)
Task 10 — Pre-Final (90% Contract Plans)
Task 11 — Final (100% Contract Plans)
Task 12 — Public Information Meeting
Task 13 — Progress Meetings - (Conceptual, Preliminary, Pre-Final and Final Design)
Scope of Services
Combined Sewer Separation Project
DuPage Street
City of Elgin, IL
Page 2 of 8
Task 14 - Permitting
Task 15— Engineer's Opinion of Probable Construction Costs (EOPCC)
Task 16—Quality Assurance and Quality Control (QA-QC)
Task 17— Modeling Updates—Overall System/Master Plan Model
Task 18— Bid Award and Assistance
Task 19— Project Administration
Task 20—Televising Allowance
A detailed scope of services for each of the tasks identified above along with deliverable is
provided below.
TASK 1 — KICKOFF MEETING
Scope of Work: The ENGINEER will prepare an agenda for the project and distribute to CITY
prior to the meeting. ENGINEER will attend a kickoff meeting with the CITY to discuss the project
schedule, major deliverable milestones, and schedule. ENGINEER will also setup an internal
meeting with the Design Team after the initial kickoff meeting with the CITY to coordinate the
project scope, schedule, and expectations discussed with CITY staff.
Deliverable: Minutes of the meeting with the CITY will be prepared and distributed to all
attendees.
TASK 2—TOPOGRAPHIC SURVEY
Scope of Work: Survey and Right-of-Way (ROW) Services
A. ROW Survey
COMPANY will recover existing ROW evidence for approximately 625 feet along Division
Street, 600 feet along Chapel Street, 200 feet along Spring Street, 2,050 feet along DuPage
Street, 250 feet along Villa Street, and 250 feet along Prairie Street . COMPANY will calculate
the existing ROW as shown on recorded subdivision plats to include on the base map.
B. Roadway Topographic Survey
The roadway topographic survey will include the area lying within the existing ROW, within
the limits described above and shown on Exhibit 1. The topographic survey will include cross-
sections at 50-foot intervals and extend 20 feet beyond the existing ROW. The survey will
include visible existing features and improvements. Existing utilities will be surveyed from
visible flags or markings. Storm sewer, sanitary sewer and water main structures will be
surveyed, including rim elevation, invert pipe size, direction and elevation as observed at
unlocked manholes. Trees lying within the limits described above and having a diameter of
six (6) inches or greater will be located, but the species will not be identified. The survey will
reference existing NGS control stations, Illinois State Plane Coordinate System East Zone
NAD83 (2011) and NAVD88 (US Survey Feet).
C. Topographic Survey Base Map
ENGINEER will generate a base map in AutoCAD Civil 3D release 2023 of the existing
features collected within the project limits according to IDOT standards. The topographic
survey base map will include one (1) foot contours and show tags to existing visible utilities.
Scope of Services
Combined Sewer Separation Project
DuPage Street
City of Elgin, IL
Page 3 of 8
Items not included in Agreement/Supplemental Services
• Wire Height Survey
• Tree Inventory other than as noted above.
• Plat of Dedication/Easements
• Plat of Survey/Topography
TASK 3 - GEOTECHNICAL SERVICES
Scope of Work: ENGINEER will subcontract with a qualified geotechnical consultant to provide
geotechnical recommendations for construction as well as CCDD certification and letter of
acceptance from a qualified facility to receive uncontaminated spoil material generated onsite
from trench excavation. Six (6) geotechnical borings and six (6) pavement cores within the
project area are proposed.
Deliverable: PDF copies of the geotechnical report and CCDD certification and acceptance letter
will be provided.
Items Not Included in the Scope: Additional Geotechnical Investigations or soil borings
including pavement cores other than as noted above are not included in the scope. If additional
borings become necessary, ENGINEER can provide these services, upon approval by the CITY,
as supplemental services.
TASK 4— SEWER TELEVISING VIDEO REVIEW
Scope of Work: Sewer Televising and Inspections were previously completed by the CITY along
N. Chapel St from Division St to Chicago St. Based on information provided by the CITY, it is
estimated that approximately 3,100' of combined sewer within the project limits have not been
televised or inspected . ENGINEER has proposed an allowance to televise this 3.100' of
combined sewer under TASK 20— TELEVISING ALLOWANCE. As part of TASK 4 , a summary
of findings will be prepared and submitted to document areas feasible for and requiring sewer
lining via Cured in Place Pipe (CIPP) versus spot repairs via open cut methods. These
recommendations will then be incorporated in the final design per the CITY's preferred direction
of improvement.
Deliverable: A spreadsheet summarizing the video results and deficient segments. .
TASK 5— FIELD RECONNAISSANCE
Scope of Work: ENGINEER will perform walkthrough during conceptual design to gain an
understanding of existing site conditions that may impact final design in attempt to avoid future
conflicts. ENGINEER and CITY representatives will then perform a walkthrough of the site prior
to finalizing the 60% design plans to verify the existing site conditions and noticeable site conflicts
such as existing trees, utility poles, etc. Additional reconnaissance will be completed with the
CITY on an as needed basis for constructability review. The ENGINEER will also coordinate with
the CITY's Forestry Department regarding existing parkway trees that are to be removed or
remain in place based on their tree evaluation recommendation of the tree's type and condition
within the project limits.
Scope of Services
Combined Sewer Separation Project
DuPage Street
City of Elgin, IL
Page 4 of 8
Deliverable: N/A
TASK 6— UTILITY COORDINATION
Scope of Work: ENGINEER will initiate a JULIE design ticket for the PROJECT. The scope will
include utility coordination with the CITY Utility Department, Public Works and Franchise Utilities
Owners to finalize utility locations and possible conflicts in the field as plans are developed to pre-
final and final stage.
Deliverable: ENGINEER will provide correspondence and copies of utility maps received from
the franchise utility companies for CITY records. .
TASK 7 — LEAD SERVICES VERIFICATION
Scope of Work: ENGINEER understands that all lead services with the project limits will have
been replaced prior to construction of this project; however, scope includes coordination with the
CITY and their lead service line replacement program consultant to confirm and coordinate
replacement of lead services lines prior to construction of this project if necessary as part of the
CITY's lead service line replacement program.
Deliverable: N/A
TASK 8 - CONCEPTUAL DESIGN (30%)
Scope of Work: In general, the proposed sewer separation strategy for the PROJECT includes
installation of new storm sewers and leaving the existing combined sewer to serve as separate
sanitary sewer. ENGINEER will prepare conceptual level design plans for discussion with CITY
prior to advancing design to 60%. Concept plans will verify project limits for sewer separation and
provide proposed storm sewer sizes, alignment and profiles. Concept plans will also identify
potential conflicts with CITY and franchise utilities that will need to be coordinated during
construction, limits of combined/sanitary sewer removal, and replacement and/or CIPP lining.
Concept plans will be used to finalize limit and scope of sewer separation project.
Deliverable: Concept Plans (30%) plans in pdf format will be provided for review by the CITY.
TASK 9, Task 10 & TASK 11 — PRELIMINARY (60%), PRE-FINAL (90%) AND FINAL (100%)
CONTRACT PLANS
Scope of Work: These services will include preparing pre-final and final contract plans,
specifications and bid documents to CITY Standards to insure the proper bidding and award of a
construction project. The specific scope for the contract plan services is further provided below:
a. Design Standards: The Engineering and Contract Documents will be developed
according to applicable regulatory agency requirements. These include the following
design guidelines and ordinances:
• CITY of Elgin standards and details;
• Standard Specifications for Sewer and Water Main Construction in Illinois;
Scope of Services
Combined Sewer Separation Project
DuPage Street
City of Elgin, IL
Page 5of8
• IDOT Standard Specifications;
• IEPA NPDES Phase II regulations for Stormwater Pollution Prevention Plans
(SWPPP); and
• Kane County Stormwater Ordinance.
• Fox River Water Reclamation District (FRWRD) standard details if applicable.
b. Plans, Specification and Bid Documents: ENGINEER will develop and assemble the
contract plans and special provisions for a local letting based on the selection of the
construction limits identified in TASK 8—CONCEPTUAL DESIGN. Plans will be prepared
in AutoCAD Civil 3D software. Plans will be developed to predetermined milestones for
submittal which will consist of preliminary (60%), pre-final (90%) and final (100%)
engineering plans and bid documents of the project limits. The bid documents will be
prepared using the CITY provided front end documents and bidding requirements.
Comments received will be addressed and a disposition of comments provided to the
CITY. The general nature of improvements within the project limits will include
construction of new storm sewers, water main adjustments as necessary, sanitary and
water service replacements, existing combined sewer spot repairs and/or CIPP lining,
pavement patching and full width resurfacing along impacted roadways.
A typical set of contract plans will include the following minimum sheets:
• Cover Sheet;
• Index/General Notes/Standards;
• Summary of Quantities;
• Typical Sections;
• Removal Plans;
• Plan and Profile Sheets;
• Schedules & Tags;
• Erosion Control Plan;
• Restoration Plans; and
• Standard CITY and IDOT Construction Details.
Typical Final Bid Documents will include:
• Bid forms - Notice to Bidders, Instructions to Bidders, Bonding and Insurance
Requirements
• Contract Terms and Conditions;
• Special Provisions;
• Stormwater Pollution Prevention Plan (SWPPP);
• Approved Permits; and
• Contract Plans.
Deliverable: 60%, 90%, 100% Contract Plans and Specifications and Bid Documents in pdf
format for review by the CITY.
TASK 12— PUBLIC INFORMATION MEETING
Scope of Work: ENGINEER will work with CITY staff to schedule one (1) public informational
meeting for the project. ENGINEER will attend the public information meeting to solicit feedback
Scope of Services
Combined Sewer Separation Project
DuPage Street
City of Elgin, IL
Page 6 of 8
and to answer any questions pertaining to impacts to affected properties, project duration and
other pertinent items. The location for the public informational meeting will be identified and
organized by the CITY.
Deliverable: ENGINEER will prepare necessary exhibits and handouts for the public meeting.
TASK 13— PROGRESS MEETINGS
Scope of Work: Leading up to and at the following design milestones i.e. pre-final (90% plan
submittal), the ENGINEER will attend up to four(4) progress meetings to coordinate and discuss
the CITY's review comments on the contract plans and specifications. This will allow CITY Staff
and ENGINEER to discuss design elements, project progress, permitting, and costs at each of
these above milestones to ensure that the project is progressing within budget and on schedule.
Deliverable: ENGINEER will prepare minutes of the meetings and distribute to all attendees.
TASK 14— PERMITTING
Scope of Work: ENGINEER will prepare the permit application and necessary supporting
documentation for permits relevant to this project which will include
• IEPA's Construction Permits for sanitary sewer (if applicable) and water main
replacements;
• IDNR — EcoCAT & State Historic Preservation Agency (SHPO) Sign Off
• Kane County Stormwater Permit for 5,000 square-feet of hydrologic disturbance; and
• An NPDES Phase II IRL10 General permit for construction activity.
In addition and as necessary, coordination with Fox River Water Reclamation District (FRWRD)
will be completed.
Scope will include permit coordination with the regulatory agencies listed above.
Deliverable: One (1) copy of each of the permit application(s) will be provided for CITY records.
Items Not Included in the Scope: For the purposes of the scope, it is assumed that permits
other than those noted above are not required and are therefore not included in the scope. If
additional permits are identified requiring substantial permitting efforts, ENGINEER can provide
these services, upon approval by the CITY, as supplemental services.
TASK 15— ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COSTS (EOPPC)
Scope of Work: An Engineer's Opinion of Probable Construction Cost(EOPCC)will be prepared
for CITY review with each milestone stage (Conceptual Design, 60%, 90% and 100%) so that the
project stays within the CITY's construction budget. If any adjustments are needed in the design
plans including limits of construction adjustments, these discussions can occur early in the
process.
Scope of Services
Combined Sewer Separation Project
DuPage Street
City of Elgin, IL
Page 7 of 8
Deliverable: An Illinois Registered Professional Engineer(PE) signed and sealed EOPCC will be
provided.
TASK 16— QUALITY CONTROL AND QUALITY ASSURANCE (QC/QA)
Scope of Work: A QC/QA review will be completed with each milestone stage (Conceptual
Design, 60%, 90% and 100%). A constructability review will also be completed by qualified
construction personnel.
Deliverable: Plan and document review by an Illinois Registered Professional Engineer (PE)
along with constructability review by qualified construction personnel.
TASK 17 - MODELING UPDATES —OVERALL SYSTEM
Scope of Work: The scope of work will include the following for modeling updates:
Basin Hydrologic and Hydraulic Analysis:
As detailed survey and project design is finalized, the Hydrologic and Hydraulic model developed
as part of the Comprehensive Sewer Master Plan will be updated.
Deliverable: N/A
Items Not Included in the Scope: N/A
TASK 18 - BID AWARD AND ASSISTANCE
Scope of Work: The scope of work will include coordinating with the CITY procurement
department for bid advertisement and issuance of bid documents, which typically include
construction plans and specifications, bid forms, instructions to bidders, bonding and insurance
requirements and applicable state or federal compliance. During the bidding period, ENGINEER
will answer questions raised by potential bidders and issue any addenda, if necessary.
ENGINEER will review bid tabulations completed by the CITY of bids received and opened at the
bid opening, complete reference checks and prepare a recommendation for award to the lowest
responsible bidder.
Deliverable: Recommendation for award letter will be provided.
TASK 19— PROJECT ADMINISTRATION
Scope of Work: This task will include management of the project scope, schedule and budget
including maintaining project documentation binder. A monthly progress report will be provided to
the CITY detailing activities completed in the prior month and activities anticipated to be
completed or undertaken in the following reporting period.
Deliverable: Monthly progress report will be submitted to the CITY.
Scope of Services
Combined Sewer Separation Project
DuPage Street
City of Elgin, IL
Page 8 of 8
TASK 20—TELEVISING ALLOWANCE
Scope of Work: If necessary, ENGINEER will subcontract with a qualified consultant to
complete combined/sanitary sewer television inspection, videotaping, recording and reporting of
existing combined/sanitary sewers within the project limits not previously televised. ENGINEER
has identified approximately 3,100' of combined/sanitary sewers that have not been previously
televised. An allowance of$28,000 for this task has been included in the fee estimate. The
ENGINEER understands that utilizing the televising allowance budget will require prior approval
by the CITY.
Deliverable: PDF copies of the television inspection reports as well as copies of recordings.
ATTACHMENT B
PROJECT SCHEDULE
ATTACHMENT B
PROJECT SCHEDULE
DUPAGE STREET-COMBINED SEWER SEPARATION PROJECT
Task Descriptions _ Original Schedule Date(s)
N/A Notice To Proceed April 12,2024
Task 1 Kickoff Meetings(Internal and City) April 15,2024 April 19,2024
Task 2 Topographic Survey April 15,2024 May 10,2024
Task 3 Geotechnical Subconsultant Services April 15,2024 May 10,2024
Task 4 • Sewer Televising Review April 15,2024 May 10,2024
Task 5 Field Reconnaissance April 15,2024 October 11,2024
Task 6 • Utility Coordination April 15,2024 December 6,2024
Task 7 Lead Service Line Review April 15,2024 May 10,2024
Task 8 Conceptual Design(30%) May 13,2024 July 12,2024
Conceptual Review Meeting July 15,2024 July 19,2024
Task 9 Preliminary(60%)Engineering Plans July 22,2024 August 30,2024
City Review Period(2 weeks) September 2,2024 September 13,2024
Task 10 Pre-Final(90%)Engineering Plans September 16,2024 October 25,2024
City Review Period(4 weeks) October 28,2024 November 22,2024
Task 11 Final(100%)Contract Plans November 25,2024 December 20,2024
City Review Period(4 weeks due to Holidays) December 23,2024 January 17,2025
Task 12 Public Information Meeting September 2,2024 September 20,2024
Task 13 Progress Meetings[4-(30%,60%,90%
and 100%) July 15,2024 January 17,2025
Task 14 Permitting September 2,2024 January 17,2025
Task 15 Engineer's Opinion of Probable
Construction Costs(EOPCC) May 13,2024 January 17,2025
Task 16 Quality Assurance and Quality Control April 15,2024 January 17,2025
(QA-QC)
Task 17 Modeling Updates-Confirm Design in May 13,2024 October 11,2024
Master Plan Model
Task 18 Bid Award and Assistance January 20,2025 February 28,2025
Task 19 Project Administration April 15,2024 February 28,2025
Task 20 Televising Allowance(If Necessary) April 15,2024 August 30,2024
ATTACHMENT C
FEE ESTIMATE
- 13 -
ATTACHMENT C-FEE ESTIMATE •A,
DUPAGE STREET COMBINED SEWER SEPARATION PROJECT ELGIN
I
ITask Descriptions i Hours Labor Fee Sub-Consultant Direct Costs Total FEE
FINAL ENGINEERING PLANS,CONTRACT DOCUMENTS AND BIDDING SERVICES(SEE ATTACHMENT A)
Task 1 Kickoff Meeting 28 $5,817 $330 $6,147
Task 2 Topographic Survey 262 $39,208 $810 $40,018
Task 3 Geotechnical Subconsultant Services 6 $982 $20,990 $21,972
Task 4 Sewer Televising Review 26 $3,890 $3,890
Task 5 Field Reconnaissance 24 $4,864 $4,864
Task 6 Utility Coordination 38 $7,242 $7,242
Task 7 Lead Service Line Review 18 $2,910 $2,910
Task 8 Conceptual Design(30%) 402 $69,940 $69,940
Task 9 Preliminary(60%)Engineering Plans 356 $62,482 $62,482
Task 10 Pre-Final(90%)Engineering Plans 298 $52,120 $500 $52,620
Task 11 Final(100%)Contract Plans 134 $23,478 $500 $23,978
Task 12 Public Information Meeting 42 $7,410 $110 $7,520
Task 13 Progress Meetings(30%,60%,90%and 100%) 56 $12,528 $430 $12,958
Task 14 Permitting 52 $7,548 $7,548
Task 15 EOPCC 68 $13,452 $13,452
Task 16 Quality Assurance and Quality Control(QA-QC) 26 $6,420 $6,420
Task 17 Modeling Updates 18 $3,590 $3,590
Task 18 Bid Award and Assistance 52 $10,280 $10,280
Task 19 Project Administration 40 $7,892 $7,892
Task 20 Televising Allowance 7 $1,129 $28,000 $29,129
PROJECT TOTALS 1,953 $343,182 $48,990 $2,680 $394,852
-r- ,
Ari
ti,. . T:41:40r-- - ipprolpimm.li, , _.,
` , �'+ ` tom . . .� �N t j��lin
r y Drvi5�.5t 7::71:_;
.
N
y•'y. ...mow_ s
- J1 Hghland Ave �4R i) Mary.P,1_1�
0317-"
elliki
. te
111
Chapel appears to be recently resurfaced
• o'P _ 'g and Chicago recently reconstructed. May
✓ --.�—rif t I
C• eg - cr;cago st w a—._ --- want to hold off on separation in this area. 1
-�--" _4_1,7, _ n
.or
-P,..4 41 r_rit 11111111".111 a, c,
y
9 P.Ce.i\r,
os,,& k, DuPage' *� -
1 30��
l.
._ it' ,
° 1
? +' 3 :11C
o ae f
oN i i I A' 1 ifl It r-
Dundee-Center-Villa Improvements(Gifford to Seneca)
\ >
2027 or 2028 Construction —
•.
_ 1
,,,. .,
O \ t [ ir ,,......
D �• < Paine SI. v
t
1 o ti olnl^C a`.•afar M
O
River Walk'C �\ -v J
DuPage St Combined Sewer Lw•nd W •,r
Separation Project .wwaopoSed Storm Sewer C°d'^•N Sow.
2025 Construction Emhro Storm Sewers
sa iswoge�rv�v+aw to
N
Embryo Card /Samar.Sewers Drawer%vies StLoam.+-No stain 0 125 250 500
EXHIBIT 1 Cr"w�S tobeL a
City of Elgin -EaSeq Water gaols 04a parol w+rx se,cnaes x L0o �l � Feet
Illinois 0 ca Sewer Ourr
• aveva,smv,es ... -.
PLOT 1247 PM 130,024 By 1aw.« FlLE J 12013\180140,Dea r,GI5MOQ7.1-120823-UPda BhrnpEOOC,o-017024UDOK. tw^7EOPC.aas