Loading...
HomeMy WebLinkAbout25-154 Resolution No. 25-154 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH THOMAS ENGINEERING GROUP, LLC FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2025 PARKING LOT AND ALLEY MAINTENANCE PROGRAM • 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 Thomas Engineering Group, LLC, for professional services in connection with the 2025 parking lot and alley maintenance program, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: August 27, 2025 Adopted: August 27, 2025 Vote: Yeas: 8 Nays: 0 Abstain: 1 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 27 day of August ,2025, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and THOMAS ENGINEERING GROUP LLC, an Illinois limited liability company (hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the 2025 Parking Lot and Alley Maintenance Program (hereinafter referred to as the"PROJECT");and WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of I'uhI is Services 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, data collection, survey and base map preparation, as well as geotechnical investigation, preparation of detailed design and site civil plans and specifications and bid documents, bid assistance and other construction engineering services. C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A and incorporated into this Agreement by this reference. D. A Location Map for the PROJECT is attached hereto as Attachment D and incorporated into this Agreement by this reference. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. • Kick-Off Meeting August 15,2025 • Topographic Survey August 18-22,2025 • Initiate Utility Coordination August 25,2025 • Geotechnical Investigation(Rubino)August 25-29,2025 • 75%Design and Site Civil Plans September 5,2025 • City Review September 8-12,2025 • 100%Bid Documents September 19,2025 • Bid Assistance September 22—October 13 • Bid Opening October 14,2025 • Construction Contract Award October 22,2025 • Construction Engineering November 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 A. For services provided the ENGINEER shall be paid at the rate of 2.80 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $79,929.10 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR,and approved by way of written amendment to this Agreement executed by the parties. A detailed Cost Estimate for the PROJECT is attached hereto as Attachment C 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. The cost of any such outside services is included within the total not-to-exceed amount of$79,929.10 provided for in Section 4A above. -2 - C. Other components of the fee may include reimbursable expenses such as travel mileage and tollway fees, document filing fees, lab services, traffic control, and database subscription fees. The cost of any such reimbursable expenses is included within the total not-to-exceed amount of$79,929.10 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 Work Estimated Invoice Completion Completed Value 9/1/2025 20% $15,985.82 $15,985.82 10/1/2025 40% $31,971.64 $15,985.82 11/1/2025 70% $55,950.37 $23,978.73 12/1/2025 95% $75,932.65 $19,982.28 1/1/2026 100% $79,929.10 $3,996.45 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 -3 - determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to section 4 hereof, no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act(50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. The provisions of this section shall survive any expiration, completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify,defend and hold harmless the CITY, its officers,employees,agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith,including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, 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 subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. -6- 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any section,sub-section, phrase,clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several sections of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof,or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the 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 el 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: Mike Pubentz, P.E. Kevin VanDeWoestyne, P.E. Public Services Director Municipal Department Head City of Elgin Thomas Engineering Group LLC 150 Dexter Court 726 Shoreline Drive Elgin, Illinois 60120-5555 Suite 200 Aurora, IL 60504 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: 13y L By: City Manager Name/Print: Kevin VanDeWoestyne Title: Principal/Municipal Department Head Attes . i a(z4'A City Clerk C.\Users katlin.badey\Box\Legal Dept\Agreement\Thomas Engineering Grp-2025 Parking Lot Alley Maint-Clean-8-14-25 docx - 10- Attachment A-Scope of Services th€jjpas engineering group service at the highest grade VIA EMAIL: mike.pubentz(aelginil.gov 762 shoreline drive suite 200 aurora,Illinois 60504 July 23,2025 Mr. Mike Pubentz, P.E. City of Elgin—Public Services Director 1900 Holmes Rd. Elgin, IL 60123-1200 RE: Proposal for Phase II Design and Phase III Construction Engineering Services 2025 Parking Lot and Alley Maintenance Program Mr. Pubentz: Thomas Engineering Group, LLC (TEG) is pleased to submit the enclosed proposal for the City of Elgin's 2025 Parking Lot and Alley Maintenance Program. We are enthusiastic about the opportunity to provide both Phase II design and Phase III construction engineering services for this important program. Our proposed team brings direct experience in the programming, planning, design, and construction inspection of municipal parking lots and alleyways. TEG is exceptionally well qualified to support this project. Our staffs relevant experience and technical capabilities enable us to offer both outstanding service and exceptional value. We are genuinely excited about the opportunity to partner with the City of Elgin and contribute to the community through this important program. We welcome any questions you may have regarding our proposal and encourage you to contact our client references for additional insight. We're confident that our capabilities, commitment, and enthusiasm for working with the City will be clearly reflected in this submittal. If you have any questions or require additional information, I can be reached directly by phone at (847) 815-9500 or by email at kevinva,thomas-engineering.com. Sincerely, thomas engineering group, Ilc gr— Kevin VanDeWoestyne, P.E., ENV SP Municipal Department Head thomas engineering groutiMIMIIII 111111111=BalplOiest grade RE. Proposal for Phase II Design and Phase III Construction Engineering Sen ices 2025 Parking Lot and Alley Maintenance Program Page 2 KEY PERSONNEL The City of Elgin(City) is seeking a highly qualified and professional engineering firm to provide Phase II design and Phase III construction engineering services for the 2025 Parking Lot and Alley Maintenance Program (Project). This Project fits one of our strongest company skillsets and our top personnel are available for this assignment. Our primary goal for this Project is for our team to exceed the City's expectations while designing a solution which provides outstanding value and long-term performance. The proposed project team includes experienced professionals who have recently delivered similar engineering services on high-profile projects, including the Vernon Hills Athletic Complex Parking Expansion and the Advocate Aurora Health Highland Parking Lot Rehabilitation and Expansion at Advocate Medical Group West. This direct experience ensures a seamless and successful execution of the City's Program. Project Principal:Kevin VanDeWoestyne,P.E.,ENVSP: Kevin VanDeWoestyne,P.E.,ENV SP is a Principal with over 20 years of experience involving federally funded and locally funded municipal roadway, highway, parking lot, and underground utility design and construction. Mr. VanDeWoestyne serves as the Municipal Department Head at TEG, leading professional engineering services for all three engineering phases: preliminary engineering, final design engineering,and construction engineering. Municipal Operations Supervisor:Doug Masters Mr. Masters has 25 years of experience in municipal, county, and private-sector roadway projects, including extensive work managing federally funded infrastructure improvements. His expertise includes roadway design, construction observation and management, permitting, and stormwater management design and construction. He routinely oversees all phases of project delivery, including planning, funding coordination, design, construction oversight, and budget management. Mr. Masters' direct experience with parking lot and alley improvements makes him an excellent fit for this assignment. Project Manager:Robert(Rob)Flatter,P.E. Mr. Flatter has over 33 years of local governmental project management experience, including over eighteen(18)years as the Public Works Director/City Engineer for the City of West Chicago, Illinois.As the former Public Works Director/City Engineer, he was directly responsible for all aspects of the City's Capital Improvement Projects (i.e., planning, budgeting, design, construction, community relations, Infrastructure Committee liaison, etc.). Mr. Flatter has strong communication skills and understands all aspects of executing municipal CIP programs. Chief Surveyor: Chris DeYoung,P.E.,PLS Mr. DeYoung is a registered Professional Engineer and a Registered Professional Land Surveyor with over 18 years of land surveying,design, and construction experience. Leading the surveying staff as well as overseeing all surveying activities for the group,he is responsible for the supervision of surveying staff and budget,subconsultant management, project schedules,and delivery. Project Engineer II: Greg Ivanauski Mr. Ivanauski has over 4 years of experience in Phase II and Phase III engineering. He has assisted with planning,design, and construction activities for municipal roadway rehabilitation and utility replacement projects. He also has planning and construction experience with annual maintenance programs including pavement preservation,pavement marking,and sidewalk and curb replacement programs. thomas engineering group, Ilc ( i ' 1111111.rat the highest grade RE: Proposal for Phase II Design and Phase Ill Construction Engineering Services 2025 Parking Lot and Allc7 Maintenance Program Page 3 PROJECT UNDERSTANDING Based on recent correspondence from the City of Elgin, the 2025 Parking Lot and Alley Maintenance Program is anticipated to include pavement rehabilitation and replacement at up to five(5)locations. The proposed scope of work at each site includes the following: 1. 169 Dexter Avenue Parking Lot —Hot-mix asphalt (HMA) pavement resurfacing and in-kind pavement marking replacement, including utility frame and lid adjustments, as well as intermittent subgrade repair and pavement patching,as needed. 2. The Centre of Elgin North/Employee Parking Lot —HMA pavement resurfacing and in-kind pavement marking replacement, with intermittent replacement of combination concrete curb and gutter, and possible ADA curb ramp upgrades, subgrade repair, and pavement patching, as necessary. 3. Alley North of 40 DuPage Court(Spring Street to West Limit)—Full-depth HMA pavement reconstruction with intermittent subgrade repair and pavement patching. 4. Alley Between 109 and 113 E. Highland Avenue (South of Highland Avenue) — Full-depth HMA pavement reconstruction with intermittent subgrade repair and pavement patching. 5. Elgin Fire Station No. 3 (2455 Royal Blvd.) — HMA pavement resurfacing and in-kind pavement marking replacement, with PCC apron and PCC driveway pavement replacement, utility frame and lid adjustments, and possible ADA curb ramp upgrades, intermittent subgrade repair,and pavement patching,as necessary. The budget has been reduced from $500,000 to $400,000 for all improvements including construction costs and engineering.The Project will be locally funded. PROJECT APPROACH TEG's objective for this Project is to develop a comprehensive preliminary design and advance it into • constructible plans, specifications, and cost estimates, while optimizing construction details to minimize field change orders and reduce risks to permit compliance,budget,and schedule. Before initiating any design activities, TEG will meet with the City to gain a deeper understanding of the project background,the City's goals, and any site-specific constraints. A thorough review of all available data and early identification of potential challenges will allow our team to navigate the design process more efficiently and effectively. The following Phase II design engineering Scope of Services,comprised of five(5)primary tasks,will be provided by TEG and subconsultants,where indicated. 1. Data Collection\Survey&Basemapping 2. Geotechnical Investigation(Rubino Engineering,Inc.) 3. Detailed Design and Site Civil Plans and Specifications and Bid Documents 4. Bid Assistance 5. Construction Engineering thomas engineering group, Ilc --' • �v�; ice at the highest grade RE: Proposal for Phase II Design and Phase Ill Construction Engineering Serb ices 2025 Parking Lot and Alley Maintenance Program l'agc 4 TASK 1—DATA COLLECTION/TOPOGRAPHIC SURVEY&BASEMAPPING The initial step in the design process will be to gather all available background information from the City and conduct a detailed surface, utility, and underground survey for each proposed parking lot and alley improvement location. This foundational data will ensure that the design is accurate, efficient, and well- coordinated with existing infrastructure. It is anticipated that the City will provide the following materials to support this effort: • Utility atlases • Record and as-built drawings(where available) For resurfacing areas, TEG will utilize GPS survey equipment to collect critical surface features necessary for design. For alley reconstruction locations, a full survey-grade topographic survey will be conducted to support final design engineering. TEG's in-house survey team will deploy total station equipment to collect all relevant surface and subsurface features, verify existing utility atlas information, and identify any potential utility conflicts. Within the project limits, and where appropriate, TEG will develop a comprehensive base map that includes digital terrain modeling for contours and profiles. In addition, survey control points will be established and provided for use during construction to support layout and quality control. Concurrently, TEG will initiate utility coordination with all affected private utility agencies. We will request red-lined markups of existing infrastructure and incorporate verified utility data into the final engineering plans. TEG recognizes the importance of identifying and planning for potential utility conflicts early in the process. Our approach emphasizes building strong relationships with utility providers to ensure trust,transparency,and schedule commitments for any required relocations. TASK 2.GEOTECHNICAL/ENVIRONMENTAL INVESTIGATION AND CCDD CERTIFICATION TEG will coordinate pavement cores and geotechnical testing with our proposed geotechnical partner, Rubino Engineering, Inc. (Rubino). TEG proposes to obtain two(2)pavement cores at all five(5)project locations to determine the existing pavement thickness and proposed pavement maintenance strategy. While the anticipated scope of improvements at each parking lot is pavement resurfacing, full-depth HMA pavement reconstruction at the alley locations is likely. TEG proposes that Rubino perform DCP (Dynamic Cone Penetrometer)testing to estimate the Illinois Bearing Value(IBV)of the existing soils to determine subgrade strength for pavement design. At both alley locations, the scope of work will also include environmental engineering services to evaluate subgrade soil conditions in accordance with Clean Construction or Demolition Debris (CCDD) regulations. Soil sampling will be conducted in areas of proposed excavation to determine compliance with CCDD requirements. The analytical results will be compared against the Maximum Allowable Concentrations (MACs) for acceptance at CCDD facilities. Based on the findings, Rubino will prepare and provide the required LPC-662 or LPC-663 Certifications to document material suitability for off-site disposal under CCDD guidelines. thomas engineering group, Ilc ... I " ce at the highest grade RI . Proposal for Phase II Design and Phase III Construction Engineering Semites 21125 Parking Lot and Alit.) Maintenance Program fare 5 TASK 3—DETAILED DESIGN AND SITE CIVIL PLANS AND SPECIFICATIONS AND BID DOCUMENTS TEG will prepare all required construction documents, including plans, specifications, and cost estimates, for the construction of all five (5) project locations under a single bid package. The bid document will be developed in accordance with the Illinois Department of Transportation (IDOT) processes for Motor Fuel Tax(MFT)projects,or in another format as preferred by the City. The bid document will consist of the following components: 1. Engineering Plans a. Title Sheet b. General Notes/Index/Standards c. Summary of Quantities d. Typical Sections(Includes existing and proposed) e. Alignment,Ties,and Benchmarks f. Proposed Pavement and Grading Plan g. Pavement Marking Plan h. Construction Details,City Standard Details i. IDOT Details(where applicable) 2. Specifications a. BLR 12200 Local Public Agency Formal Contract Proposal b. BLR 12201 Schedule of Prices c. BLR 12230 Local Public Agency Proposal Bid Bond d. BLR 12320 Local Public Agency Formal Contract e. BLR 12321 Contract Bond f. BLR 12325 Certified Apprenticeship and Training Program g. BLR 12326 Affidavit of Illinois Business Office h. BLR 11300 Check Sheet for Recurring Special Provisions i. BLR 11310 Special Provisions j. BDE Special Provisions TASK 4—BID ASSISTANCE TEG will prepare complete contract documents suitable for bidding and construction, utilizing the City's preferred formatting standards. Final digital files will be provided to City staff upon completion. The City will manage all bid-related tasks in-house, including public advertisement, document distribution, and bid opening. During the bidding phase, TEG will remain available to respond to Requests for Information (RFIs) and will prepare any necessary addenda to the plans or specifications to clarify or revise the bid documents as needed. TASK 5—CONSTRUCTION ENGINEERING TEG proposes to provide comprehensive Phase III construction engineering services for the 2025 Parking Lot and Alley Maintenance Program. Our team is well-versed in both the local and IDOT Bureau of Local Roads and Streets(BLRS) policies related to construction oversight, documentation, and project closeout. We have extensive experience supporting both local and MFT-funded projects in full compliance with IDOT requirements. thomas engineering 111.11at the highest grade RE: Proposal for Phase II Design and Phase III Construction Engineering Services 2025 Parking Lot and Alley Maintenance Program Page 6 TEG also understands the City's expectations for high-quality work delivered with minimal disruption to residents,business owners,and commuters.Our team takes pride in proactive,transparent communication with City staff and the public before and during construction activities. For this project, we will collaborate with City staff to determine the most effective methods of public outreach regarding construction impacts and schedules. Our assigned Resident Engineer ‘‘,1 II prioritize maintaining property access and minimizing inconvenience throughout the construction period. Regardless of the communication methods used (e.g., door hangers, signage, email updates), the Resident Engineer's contact information will be included to ensure that any questions or concerns from stakeholders are addressed promptly and professionally. The following Phase III construction engineering Scope of Services will be provided by TEG: 1. Preconstruction Services 2. Submittal Reviews 3. Construction Inspection 4. Post Construction Closeout Our fee estimate, provided herein, includes construction engineering hours based on having a full-time Resident Engineer present 9 hours per day for 25 working days(5 weeks)to oversee the construction of the Project. ASSUMPTIONS\EXCLUSIONS NOT INCLUDED IN THE SCOPE OF SERVICES The following scope items are excluded from the Base Scope of Services. 1. Meetings with public officials, or other agencies, beyond those noted herein, are excluded from the base scope of services. 2. Environmental assessments, beyond those noted herein, are excluded from the base scope of services. 3. Design of underground utility improvements, beyond routine frame and lid adjustments, are not anticipated to be a part of these improvements. 4. ComEd new business coordination for new electrical service connection is not anticipated. 5. All permit fees and/or application review fees shall be borne by the City of Elgin. 6. Any retaining wall design, structural tank design, or other designs requiring the services of a structural engineer,are not anticipated. 7. The project is not located in a floodplain or a flood prone area. 8. Flood improvements and stormwater conveyance improvements are not anticipated. 9. Wetland mitigation and/or preservation and tree identification are not anticipated. 10. Plats of Survey/Plats of Easements are not anticipated. 11. Quality Assurance Material Testing Services in not included in the base scope of services. 12. The Project is anticipated to be locally funded, therefore, administration through the Bureau of Local Roads and Streets(BLRS)is not anticipated. thomas engineering groualli at the highest grade Attachment B -Schedule SCHEDULE TEG is prepared to begin design services immediately to align with the City's desired advertisement timeline. Upon contract award, TEG's Project Manager will work closely with the City's Project Representative(s)to develop a detailed design and bidding schedule. The target completion date for final bid documents is September 19,2025. An approximate design schedule is outlined below: • Contract Award August 13,2025 • Kick-Off Meeting August 15,2025 • Topographic Survey August 18-22,2025 • Initiate Utility Coordination August 25,2025 • Geotechnical Investigation(Rubino) August 25-29,2025 • 75%Design and Site Civil Plans September 5,2025 • City Review September 8-12,2025 • 100%Bid Documents September 19,2025 • Bid Assistance September 22—October 13 • Bid Opening October 14,2025 • City Council/Construction Contract Award October 22,2025 • Construction Engineering November 2025 thomas engineering group, Ilc� ;l_ ; 'ice at the highest grade Attachment C-Estimate of Cost 2025 Parking Lot and Alley Maintenance Program City of Elgin Cost Estimate of Consultant Services Staff Classifications and Work Hours Item Total %of Task Project/ Labor Fee No. Construction Chief CAD Survey Resident Workhours Workhours Principal Design PM PM Surveyor Technician Technician Engineer Billing Rate $ 240.80 $ 218.40 $ 211 68 $ 207 20 $ 154.62 $ 87.22 $ 108.64 DESIGN ENGINEERING 1 Kick-Off Meeting a Local Kick-Off Meeting 2 2 0 0 0 0 0 4 b 0 0 0 0 0 _ 0 0 0 c 0 0 0 0 0 0 0 0 Item 1 Subtotal 2 2 0 0 0 0 0 4 1% $ 918.40 2 Data Collection/Survey&Basemapping a GPS Survey(Parking Lots) 0 0 0 0 0 8 0 8 b Total Station Topographic Surveys(Alleys) 0 0 0 0 16 16 0 32 c ROW and Basemapping 0 0 0 2 8 0 0 10 Item 2 Subtotal 0 0 0 2 24 24 0 50 9% $ 6,218.46 3 Preliminary Utility Coordination a.Design Stage JULIE Notification 0 0 0 0 0 0 4 4 b 0 0 0 0 0 0 0 0 c. 0 0 0 0 0 0 0 0 Item 3 Subtotal 0 0 0 0 0 0 4 4 1% $ 434.56 4 Geotechnical Investigation a.Geotechnical Coordination 0 2 0 0 0 0 0 2 b. 0 0 0 0 0 0 0 0 c 0 0 0 0 0 0 0 0 Item 4 Subtotal 0 2 0 0 0 0 0 2 0% $ 436 80 5 Preliminary Design a 75%Engineering Plans 2 8 0 0 40 0 16 66 b. 0 0 0 0 0 0 0 0 c. 0 0 0 0 0 0 0 0 Item 5 Subtotal 2 8 0 0 40 0 16 66 12% $ 10,151 68 6 Summary of Quantities&Cost Estimate a. 0 4 0 0 0 0 24 28 b. 0 0 0 0 0 0 0 0 c 0 0 0 0 0 0 0 0 Item 6 Subtotal 0 4 0 0 0 0 24 28 5% $ 3,480.96 7 Specifications&Special Provisions a 0 8 0 0 0 0 32 40 b 0 0 0 0 0 0 0 0 c 0 0 0 0 0 0 0 0 Item 7 Subtotal 0 8 0 0 0 0 32 40 7% $ 5,223.68 8 Contract Plans,Special Provisions,and Bidding Documents a 100%PS&E 0 12 0 0 30 0 0 42 b 0 0 0 0 0 0 0 0 c 0 0 0 0 0 0 0 0 Item 8 Subtotal 0 12 0 0 30 0 0 42 8% $ 7,259 28 9 QC/QA a Review of 100%PS&E 0 0 4 0 0 0 0 4 b 0 0 0 0 0 0 0 0 c. 0 0 0 0 0 0 0 0 Item 9 Subtotal 0 0 4 0 0 0 0 4 1% $ 846.72 10 Bidding Assistance a. Bidding Assistance 0 4 0 0 0 0 0 4 b 0 0 0 0 0 0 0 _ 0 c. 0 0 0 0 0 0 0 0 Item 10 Subtotal 0 4 0 0 0 0 0 4 1% $ 873.60 2025 Parking Lot and Alley Maintenance Program City of Elgin Cost Estimate of Consultant Services Staff Classifications and Work Hours Item Task Project/ Total %of Labor Fee No. Construction Chief CAD Survey Resident Workhours Workhours Principal Design PM PM Surveyor Technician Technician Engineer Design Engineering Project Subtotals 4 40 4 2 94 24 76 244 44% $ 35,844.14 %of Workhours 1% 7% 1% 0% 17% 4% 14% CONSTRUCTION INSPECTION 1 Pre-Construction Services a 2 0 4 0 0 0 10 16 b 0 0 0 0 0 0 0 0 c 0 0 0 0 0 0 0 0 2 0 4 0 0 0 10 16 3% $ 2,414.72 2 Submittal Review a 0 0 4 0 0 0 10 14 b 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 0 4 0 0 0 10 14 3% $ 1,933.12 3 Construction Observation a 9 hours per day for 25 Working Days 2 0 25 0 0 0 225 252 b. 0 0 0 0 0 0 0 0 c. 0 0 0 0 0 0 0 0 2 0 25 0 0 0 225 252 46% $ 30,217.60 4 Post-Construction Services a. 0 0 4 0 0 0 20 24 b. 0 0 0 0 0 0 0 0 c. 0 0 0 0 0 0 0 0 O 0 4 0 0 0 20 24 4% $ 3,019.52 Construction Engineering Project Subtotals 4 0 37 0 0 0 265 306 56% $ 37,584.96 %of Workhours 1% 0% 7% 0% 0% 0% 48% Project Totals 8 40 41 2 94 24 341 550 100% %of Workhours 1% 7% 7% 0% 17% 4% 62% 2025 Parking Lot and Alley Maintenance Program City of Elgin Cost Estimate of Consultant Services Staff Classifications and Work Hours Item Task Project/ Total of Labor Fee No. Construction Chief CAD Survey Resident Workhours Workhours Principal Design PM PM Surveyor Technician Technician Engineer Total Labor Fee $ 73,429 10 Total Direct Costs $ - Subconsultants(Rubino Engineering,Inc.) $ 6,500.00 TOTAL PROJECT COST $ 79,929.10 2025 Parking Lot and Alley Program Attachment D—Location Maps iffilri"rill. ' • y I--;1- * - �� jimimmityl_ 11 . . O I _ > CENTRE OF ELC=\ 1 Q s "_ 41111111 V) FORTH P.ARATNC.LOT r �. �. ,• - - I. �. .� w — —i 41 t �. I s •, . I -.-01-.1 Willi,' i- • P - ,* 'Symphony Way Symphony Way •f t t �t ittli <') .. t - z 1Ff.• —. - I 4 CO .... ...... icii." 0 1.,: 1.6 Cr �o I � 1: kill 11._ Dexter.Ave t P\7, VII I,I. 1 i � Dexter Ave I. *ii, r i ._ , I \ .+. f .. PARKING LOT .- . 169 DEXTER AVE.NZI • I D omen, f .yk`1 t ^ 1 2025 Parking Lot and Alley Program Attachment D—Location Maps o1 Highland Ave Highland'Ave` Highland Ave + t ► L., 1 fy 11 -imaami - _ z` a'�` .y • -* 4, V ir . S' - - . . afgar ' 1- 1711- ' P " , 0. M " v . I s �' g'j\ . '._ HIGHL.�ND AVE.1LLEI"(between een I - - 1 - ._ 7• —.,. , ,,,, Grove Ave&Douglas As-e.l • II - \ %T.. ..•. 0 . _...... l Chicagoy_ St -,y„ --- Chicago I- - I + • ~� ram. . C.:1„. . 10.••001,H \ 0 It *..(2111 v-6\-,,, _ , illa . cri 40 DuPage Ct $ gall i '.4/ %1P416111......46 • $' 36 .. ' - SPRING ST.ALLEI-(between I, �,� ? - r �4.1 DuPage Cc.&C hicago St.) DuPage Ct" Du_PagelSt 2025 Parking Lot and Alley Program Attachment D-Location Maps tilOft ' I `4 . ;..7.:I.-_.: . 4 r . . , ., , '' ` /1 I r� s i`a Mika MI Vd 44Mli •r FIRE ST?►TION NO.3 _ m04, Tr *lift Ns ROYAL BLVD. `, rh _ �. - , 3 �1 r sps, — ` rum ilii r ' `SIR` aZieliiisitionsia....._ l f ,a