Loading...
HomeMy WebLinkAbout25-77 Resolution No. 25-77 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HAMPTON, LENZINI & RENWICK, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE HIGHLAND AND LYLE FEDERAL-AID FUNDED INTERSECTION IMPROVEMENT PROJECT PHASE II DESIGN ENGINEERING SERVICES 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 Highland and Lyle federal-aid funded intersection improvement project phase II design engineering services, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 23, 2025 Adopted: April 23, 2025 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/ Kimberly Dewis Kimberly Dewis, City Clerk } AGREEMENT THIS AGREEMENT is made and entered into this 23 day of April ,2025,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 Highland and Lyle Federal-Aid Funded Intersection Improvement Project Phase II Design Engineering Services(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 Public 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 all design work necessary for the proper preparation of plans and bid documents for construction for the Project. The scope of services shall also include land survey for right-of-way determination, land acquisition services including plat of highways, legal descriptions, appraisals/review appraisals, and negotiations, environmental services to complete a 662 form for Clean Construction Demolition Debris, storm water permitting, consultation and coordination, quality assurance and project administration. C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A, and incorporated into this Agreement by this reference. D. An exhibit depicting the location of 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. a. 4/09/25—Engineering Services Agreement Presented to City of the Whole b. 4/23/25—Engineering Services Agreement Approval at City Council c. 4/24/25—Notice to Proceed issued to Consultant d. November 2025—Design Approval e. March 2026—IDOT State Letting f. September 2026—Construction Complete 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 cost plus fixed fee based on the classification of the personnel employed on this PROJECT, with the total fee not to exceed $191,125 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 breakdown for the PROJECT is attached as Attachment C and incorporated into this Agreement by 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 $191,125 provided for in Section 4A above. C. The cost of any such reimbursable expenses is included within the total not-to- exceed amount of$191,125 provided for in Section 4A above. -2 - 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 Invoice Completion Work Completed Value 4/1/2025 10.0% $19,112.50 $19,112.50 5/1/2025 20.0% $38,225.00 $38,225.00 6/1/2025 30.0% $57,337.50 $57,337.50 7/1/2025 50.0% $95,562.50 $95,562.50 8/1/2025 70.0% $133,787.50 $133,787.50 9/1/2025 80.0% $152,900.00 $152,900.00 10/1/2025 83.3% $159,207.13 $159,207.13 11/1/2025 86.7% $165,705.38 $165,705.38 12/1/2025 90.0% $172,012.50 $172,012.50 1/1/2026 92.5% $176,790.63 $176,790.63 2/1/2026 95.0% $181,568.75 $181,568.75 3/1/2026 97.5% $186,346.88 $186,346.88 4/1/2026 100.0% $191,125.00 $191,125.00 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 -3 - 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. 16. DELEGATIONS AND SUBCONTRACTORS - 6 - 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 written approval from the DIRECTOR prior to said documentation becoming matters of public record. -7- 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. 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 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 - 8 - 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. Nick Piekarski,PE,CFM Public Services Director Assistant Corporate Secretary City of Elgin Hampton,Lenzini&Renwick,Inc. 150 Dexter Court 1707 N. Randall Road, Suite 100 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 C Y: FOR THE ENGINEER: By By: /1'/(44 City anager Name/Print: Nicholas Piekarski, PE Design Engineering Manager/Assistant Title: Corporate Secretary Att t: City Clerk - 1 0 - ATTACHMENT A SCOPE OF SERVICE HIGHLAND & LYLE MINI ROUNDABOUT CITY OF ELGIN The City of Elgin (hereinafter the"Client") has requested professional engineering services for the Highland Avenue at Lyle Avenue Mini Roundabout project (hereinafter the "Project"). The following outlines the proposed Project scope of services. PROJECT UNDERSTANDING 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: o Phase I Scope of Service Dated October 24, 2024 o Approved PPI dated November 14, 2024 o Draft IDS dated February 20, 2025 Bulleted below is a list of basic project understandings and summarized project services and tasks. Detailed explanations of project tasks are provided by field of service following this list. Basic Project Understandings The project will utilize federal STU funding and will be processed and let by IDOT. The federal funds are allocated in the FFY2026. This must be on the November 2026 letting at the latest. It is currently anticipated that land acquisition will be needed at the southwest corner of the intersection based on GIS data provided by the City. This scope of services includes land acquisition services for this one property which includes plats, legals descriptions, appraisals, review appraisals, and negotiations. HLR will notify the City if land acquisition will be needed from additional properties within the project limits in which case additional compensation will be requested. If land acquisition is not required then the City will not be charged for these services. Phase I approval is expected to be acquired in November of 2025 based on the schedule presented in the Phase I scope of services regardless of the need for land acquisition. If this deadline is not met or land acquisition is required, the project will require approval of a 6 month extension allowed under federal funding guidelines in order to maintain STU funding. Project Service and Task Summary Survey and Land Acquisition • Supplemental Topographic Survey • Land Survey • Plats and Legals • Land Acquisition Services—Appraisals • Land Acquisition Services—Review Appraisals • Land Acquisition Services—Negotiations o Preliminary Engineering Services—Not Included o Design Engineering Services • Document Review • Field Review • Calculations • Plans • Bid Documents • Estimate of Probable Cost • Lump Sum Cost Breakdowns • Estimate of Time • Submittals and Reviews • Bidding Assistance o Structural Engineering Services—Not Included o Drainage Engineering Services—Not Included o Traffic Engineering Services—Not Included o Construction Engineering Services—Not Included o Environmental Services • Special Waste • Clean Construction Demolition Debris (CCDD) o Geographic Information System (GIS) Services—Not Included o Water/Wastewater Engineering Services— Not Included o Permitting • Soil and Water Conservation District Permit • Stormwater Pollution Prevention Plan (SWPPP) • NPDES Permit • County Stormwater Permit Consultation and Coordination • Kickoff Meeting • Coordination Meetings • Quarterly STP Reports • Utility Coordination Quality Assurance and Project Administration The project limits are understood to be Highland Avenue at Lyle Avenue up to the approximate limits as shown below. _ 370 feet west of the intersection 370 feet east of the intersection 300 feet north of the intersection 175 feet south of the intersection Schedule— Based on our project understanding, the following are project milestones desired by Client. Notice to Proceed April 24. 2025 Pre-Final Plans and Bid Documents September 5, 2025 Phase I Design Approval November 2025 Final Plans and Bid Documents November 24, 2025 Project Letting (State) March 6, 2026 Board Approval—Construction April 2026 Start of Construction May 2026 End of Construction September 2026 Due to the possible need for land acquisition services, the project may require approval of a 6 month extension allowed under federal funding guidelines in order to maintain STU funding. The schedule below will be targeted in the event this is enacted. Notice to Proceed April 24, 2025 Phase I Design Approval November 2025 Pre-Final Plans and Bid Documents March 27, 2026 Final Plans and Bid Documents June 8, 2026 Project Letting (State) September 18, 2026 Board Approval—Construction November 2026 Start of Construction March 2027 End of Construction September 2027 DETAILED SCOPE OF SERVICES Based on our understanding of the project and the needs of the client the following services are included in the scope of service TASK 1: SURVEY AND LAND ACQUISITION SERVICES A. Survey—HLR will provide topographic survey to document existing conditions for the purpose of preparing the design requested by the Client. I. Supplemental Topographic Survey — HLR will provide supplemental topographic survey based on information provided by the Client. Information provided by the Client will be considered accurate and reliable for the purpose of this project. Supplemental or "pick-up" survey is required to collect information that is considered incomplete for the purpose of this project. As the development of the project progresses, additional supplemental survey may be needed that were not originally considered. # of days anticipated for supplemental survey. B. Land Survey I. 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. II. Plats and Legals — Plats and Legals will be needed to record the necessary right-of- way and easements for the project. HLR will prepare plats and legals in accordance with the standard of care for the Land Surveying profession. The plats and legals will cover the following Property Index Number(PIN)for the following property(ies): a. 06-16-228-001 (270 Lyle Avenue) III. In order to prepare the necessary plats and legals, HLR will order Title Commitments from an accredited title company. The title commitments based on the PIN listed above are estimated to cost$600.00. In the event that these costs are higher than anticipated, HLR will notify the Client that additional compensation will be necessary to cover the direct costs. C. Land Acquisition I. Appraisals — HLR will prepare an appraisal of the property(ies) that right-of-way or easements will be necessary. Appraisals will cover the following property PIN's: a. 06-16-228-001 (270 Lyle Avenue) II. The appraisal will determine the value of the right-of-way and easements based on standard appraisal practices. Specific tasks to meet these requirements and included in this scope are listed below. Additional requirements requested by the Client's legal counsel will require additional compensation. a. Estimate the compensation to be paid by the City of Elgin to individual property owners for the rights to be acquired for the Highland Ave at Lyle Ave Intersection Improvement project. b. The reports will be prepared in compliance with the Uniform Standards of Professional Appraisal Practice (USPAP). The reports will be presented in accordance with and are intended to comply with the reporting requirements as set forth in Standard 2-2. Supporting documentation will either be included in the report as addenda exhibits or held in our work files. The depth of discussion in the report will be specific to your needs. c. The definition of market value to be used in this report is the definition cited below. i. The fair cash market value of a property in an eminent domain proceeding is that price which a willing buyer would pay in cash, and a willing seller would accept, when the buyer is not compelled to buy and the seller is not compelled to sell. In accordance with 49 CFR Part 24 and IDOT's Land Acquisition Policies and Procedures Manual, in opining on the value of the property before the taking, the appraiser shall disregard any decrease or increase in the fair market value of real property prior to the date of valuation caused by the public improvement for which such property is acquired, or by the likelihood the property would be acquired for such improvement, other than that due to physical deterioration within the reasonable control of the owner. This situation is considered to be a hypothetical condition for the purposes of this appraisal. The use of this hypothetical condition may affect the assignment results. ii. Any decrease or increase in value caused by the actual acquisition of a part of the property must be considered in opining on the value of the remainder after taking. Such changes in value are parcel-specific. d. In the event of a partial acquisition where there is a remainder property, any appreciation or depreciation caused by the contemplated improvement shall be considered when determining the fair cash market value of the remainder. Any increase or decrease in value caused by the actual acquisition of a part of the property must be considered in estimating the value of the remainder after taking. e. Research will be completed to identify appropriate market data. f. Information will be obtained from public and private sources including our files and available public records (e.g. city, county and township records). When possible, information will be verified by someone directly involved in the sale. At a minimum, sales will be verified by a public record. g. If compliance with all USPAP requirements is not possible and a Jurisdictional Exception is used the exception must be explained by indicating what USPAP rule is being broken and the valid reason for the non-compliance. h. The appraisal reports and, if necessary, appraisal review reports will be completed by Illinois Certified General Appraisers who are on the approved IDOT Appraiser lists. III. IDOT Review — If the project includes federal funding, this task will take place after Illinois Department of Transportation(IDOT)reviews and approves the plats and legals for the property. IV. Specialty Report — In the event that there are costs that are difficult to determine or there are mitigation measures that can make the property whole again without permanent damage, a Specialty Report can be requested by the client. This additional service cost would require additional compensation. V. Review Appraisals—Federally funded projects will require a review appraisal to ensure to confirm the appraised cost of the right-of-way or easements is in line. Specific tasks to meet these requirements and included in this scope are listed below. Additional requirements requested by the Client's legal counsel will require additional compensation. a. In accordance with 49 CFR 24.104 and USPAP Standards Rule 3, the review appraiser will prepare an appraisal review report to support the approved value selected for the use as the basis for acquisition purposes. This report shall contain the following information, either in a simple format or a more complex format as required for the review assignment: i. Scope of work being reviewed and the scope of work of the review assignment; ii. Examination of the presentation and analysis of the appraisal report and the development of an opinion as to completeness, adequacy, appropriateness of appraisal methods and techniques used; iii. Identification of client, intended use and intended user(s); iv. Identification of any damages or benefits to any remaining property identified in the appraisal; and v. A signed certification b. This appraisal assignment will comply with the following standards, laws regulations, and policies: c. The Uniform Relocations Assistance and Real Property Acquisition Policies Act of 1970, as amended (Uniform Act) and its implementing regulation 49 CFR part 24. d. The Uniform Standards of Professional Practice(USPAP), and e. The Illinois Department of Transportation's Land Acquisition Policies and Procedures Manual. f. The report will be reviewed to determine if the appraiser has complied with the required IDOT standards in accordance with 49 CFR 24.104 and the requirements of the Uniform Standards of Professional Appraisal Practice (USPAP). My report is intended to comply with the requirements of Standard 3 and is prepared on this form as developed and required by IDOT. g. In the event that the reviewer completes their own independent research of the subject property and any additional information and data or the reviewer has documented the attached appraisal, this will be so stated in the review appraisal report. Otherwise, the review will be based on only the data and information provided by the appraiser of record for the appraisal report. h. If the reviewer disagrees with any of the appraiser's conclusions. the basis for this opinion is explained and supported as part of the review report. The appraiser's report that is to be reviewed will be attached and considered part of the review report. Unless noted otherwise, the reviewer has accepted the factual data reported by the appraiser. i. The purpose of the appraisal review certification report is to evaluate the methods, techniques, and conclusions in the appraisal report and compliance with IDOT policies and procedures. j. The review report is intended to be used as the basis for an offer of compensation to the property owner for the property rights to be acquired. No other use is intended. k. The definition of market value used in this report is the definition required by IDOT as noted on page two of the review report. I. A field review of the subject property will be completed. The field review of the property will be limited to observation from public areas only; The property owner will not be contacted. A field review of the market data included in the report by the appraiser will be completed. m. Verification of Market Data: The facts on market data, reported by the appraiser,will be verified from an available public record or source. n. The intent of the review report is to judge the appraisal report's credibility with respect to the use of proper appraisal methods, reasonable analysis of data, and adequate support for conclusions. The review is not intended as a separate appraisal report of the property. Acceptance of the report indicates that the methods, analysis, and support for conclusions in the report are reasonable and adequately supported. Acceptance of the report does not imply agreement with the appraiser's conclusions. VI. Negotiations— HLR will negotiate the acquisition of the right-of-way and/or easements on behalf of the client in accordance with IDOT requirements. Negotiations, in accordance with IDOT requirements, are necessary for all federally funded projects. Specific tasks to meet these requirements and included in this scope are listed below. Additional requirements requested by the Client's legal counsel will require additional compensation. a. The negotiator will personally contact the property owner(s)and offer to meet in-person to discuss the project and the acquisition process. b. The negotiator will personally present the approved fair market value of the property(offer to purchase) to the property owner(s). c. The negotiator will document all efforts in the Negotiator's Report which shall contain the names and addresses of all interested parties and, if necessary, a recommendation for further action. The negotiator shall maintain and submit this completed report to the Client upon request. d. The negotiator will personally contact the property owner(s) a minimum of three times and will continue contacts for up to nine (9) months to attempt to reach a negotiated settlement. The negotiator will determine that a parcel cannot be successfully negotiated if an agreement has not been reached within nine (9) months from the date the offer is presented. If condemnation is unavoidable,the negotiator will continue to attempt to negotiate a settlement until the petition to condemn the parcel has been filed, and will be available in the event a settlement is reached. e. The negotiator will review title exceptions and obtain "clear' title. The negotiator will attempt to obtain "clear" title for three (3) months from the date conveyance documents are presented to the property owner(s)for signature. f. The negotiator will obtain proper documentation to secure an adequate interest for the purpose for which it is being acquired. g. The negotiator will be available to meet with Client personnel regarding status. h. The negotiator's files will be available for review by the Client. i. Negotiations will be performed in compliance with IDOT Land Acquisition Policies and Procedures. j. Negotiation services will include obtaining right-of-way certification by IDOT, if required. TASK 2: PRELIMINARY ENGINEERING — Not Included TASK 3: DESIGN ENGINEERING Based on the understanding of the project, the following items are necessary parts of the design scope of services: A. Field Review — HLR will scheduled a field review of the project to determine site-specific constraints and document existing conditions. A photographic log will not be prepared of the project. B. Calculations — HLR will provide backup calculations to ensure that the design meets the standard of care. Calculations necessary for this project will include: I. Quantity Calculations and Documentation — HLR will quantify and document the associated units of each pay item within the plans in accordance with Chapter 64 of IDOT's Bureau of Design and Environment Manual. II. Pavement Design — HLR will prepare the necessary calculations to determine appropriate depth of pavement and subgrade necessary based on future traffic predictions. Pavement design will be based on IDOT methodology. III. Storm Sewer Hydraulics — Proposed Conditions — HLR will perform inlet spacing calculations based on procedures outlined in the IDOT Drainage Manual. The proposed storm sewer model created in Phase I will be updated based on the inlet spacing required. IV. Preliminary Lighting Selection — HLR will review Elgin lighting standards and verify that they will meet IDOT requirements for this project. HLR's findings will be presented to the Client. HLR will notify the Client if the Elgin lighting standards will not satisfy IDOT requirements and if additional compensation is needed to review additional lighting standards and materials. V. Photometric Calculations / Lighting Report — HLR will prepare a photometric calculation for the preferred lighting fixture throughout the corridor. HLR will prepare a Lighting Report, as required by IDOT, for the proposed improvement. The report will be sealed by a Professional Engineer with an Electrical Engineering background. VI. Voltage Drop— Based on the proposed lighting configurations, HLR will provide the necessary voltage drop calculations to determine the size cable necessary for the lighting fixtures. VII. ROW Analysis — HLR will review the limits of construction based on the proposed design against the existing right-of-way (ROW) limits and determine the need for proposed ROW acquisition. C. Plans—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 General Notes 2 Sheets Summary of Quantities 3 Sheets Schedule of Quantities 3 Sheets Existing Typical Sections 2 Sheets Proposed Typical Sections 2 Sheets Alignment, Ties and Benchmarks 1 Sheet Existing Conditions and Removal Plan 1 Sheet Roadway Plan & Profile 3 Sheets Detour Plan 1 Sheet Staging—Driveway Access Plan 2 Sheets Soil Erosion and Sediment Control/Landscaping 2 Sheets Plans and Details Drainage and Utilities Plan and Profiles 3 Sheets Intersection Grading Plan 2 Sheets ADA Sidewalk Grading Plan 4 Sheets Pavement Marking and Signing Plan 1 Sheet Street Lighting Plans and Details 3 Sheets Cross Sections 32 Sections Increases to the actual number of plan sheets as compared to the estimated sheets above may constitute additional work. HLR will notify the Client if additional work is anticipated. D. 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: I. IDOT Format—HLR will prepare a bid document based on IDOT standard format. 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. E. 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. F. Lump Sum Cost Breakdowns — HLR will prepare a breakdown of costs that estimates the associative costs of lump sum items that are not represented in historical data as required by IDOT to be used in the Estimate of Probable Cost. G. Estimate of Time — HLR will create an estimate of time using IDOT's BDE 220A Estimate of Time Required form and production rates published in IDOT's Bureau of Design and Environment manual to determine the estimated number of days needed for construction. H. Submittal and Review Intervals — HLR will prepare and submit the associated documents to the Client for review at the following intervals: I. Pre-Final (90%) — Plans and concepts are nearly complete and minor modifications are expected. Deliverables for this submittal will include: a. Plans b. Bid Documents c. Estimate of Probable Cost d. Lump Sum Breakdowns e. Estimate of Time. II. Final (100%)— Plans are fully developed and are ready for distribution to contractors. Deliverables for this submittal will include: a. Plans b. Bid Documents c. Estimate of Probable Cost d. Lump Sum Breakdowns e. Estimate of Time. I. HLR will distribute electronic versions of deliverables to the 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: I. Client provides a list of comments—HLR will provide a formal disposition to comments in letter format. II. 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 in a different color. J. Increases to the number of submittals and reviews scheduled above may constitute additional work. Each milestone review listed above in Task 3 Item H includes responding to and modifying deliverables to 1 set of review comments. HLR will notify the Client if additional work is anticipated. If additional work is anticipated, HLR will not proceed until additional compensation is agreed upon in writing. K. Bidding Assistance—HLR will provide the following services to aid the Client during the bidding process. I. Answer Bidding Questions II. Prepare Award Recommendation Letter TASK 4: STRUCTURAL ENGINEERING — Not Included TASK 5: DRAINAGE ENGINEERING — Not Included TASK 6: TRAFFIC ENGINEERING — Not Included TASK 7: CONSTRUCTION ENGINEERING— Not Included TASK 8: ENVIRONMENTAL SERVICES Based on the anticipated scope of service, HLR will provide the following environmental services: A. Special Waste I. 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 662. If during the formal project and environmental database review, that the project does not meet the assumed process, HLR will notify the client in writing and may require additional compensation. a. IEPA LPC 662—The initial step will include an environmental database search for all records pertaining to contamination within project limits.The information generated in the database search will be utilized to create a map delineating potentially impacted properties(PIPs). The areas not adjacent to PIPs should be eligible for processing with a 662 application, if allowable by the nearest CCDD facility. The spoils generated from these sites will only require pH testing, which will be provided by HLR with a mobile testing device. HLR will coordinate with local CCDD facilities for 662 pre-approval. TASK 9: GEOGRAPHIC INFORMATION SYSTEMS (GIS) — Not Included TASK 10: WATER WASTEWATER ENGINEERING — Not Included TASK 11: PERMITTING A. NPDES Permit This task will include all application requirements relating to the NPDES permitting National Pollutant Discharge Elimination System (NPDES) Permitting and a Soil Erosion and Sediment Control(SE/SC) Plan will be required for this project. Any project disturbing over 1 acre of land will require an NPDES permit. HLR will prepare and submit the Notice of Intent (NOI) form, Stormwater Pollution Prevention Plan (SWPPP), and Notice of Termination (NOT) as required by this permit. This application submittal requires a fee that is estimated at approximately$250 maximum. B. County Stormwater Permit HLR will prepare the Kane County Stormwater permit application for submittal. The stormwater management permit to be submitted will include permit application, completion of all tabs, location exhibits, any necessary calculations, and the plans. This task includes attendance at a pre-application meeting with the County. This application submittal requires a fee that is estimated at approximately$3000 maximum. TASK 12: CONSULTATION AND COORDINATION A. Meetings I. Kickoff Meeting —Kickoff Meeting with Client and IDOT(assume 1 meeting). II. Coordination Meeting — Coordination and design meeting with the Client (assume 2 meetings). B. Quarterly Reports to KKCOM —The use of CMAQ requires quarterly reporting to the KKCOM planning liaison and IDOT. HLR will complete these reports and coordinate them with the KKCOM planning liaison and IDOT as necessary. Based on the anticipated schedule, HLR assumes 6 quarterly reports will need to be completed throughout the project lifespan. Quarterly reports beyond this due to changes in schedule may constitute additional work. HLR will notify the Client if additional work is anticipated. C. 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: I. A J.U.L.I.E. Design Level Locate request will be submitted. II. Project status letters will be prepared to the individual utility companies along with location map. In the event that federal funding will be used during construction, the client will provide HLR with their letterhead for transmittal to utilities. III. HLR will verify the location of visible utilities identified on the atlas maps provided by the utilities. The location of underground utilities will be added to our base topography based on the information provided. IV. HLR will review potential utility conflicts determined by the utility owner in regards to the proposed improvements. These locations will be discussed with the utility if relocation is not possible. V. Pre-final and Final plans will be sent to the utility companies.This submittal will include the location of known conflicts identified by the utilities. VI. HLR will review all utility permit request provided by the Client which are within the improvement limits to check that the relocations are consistent with coordination and the proposed improvements. VII. HLR will assist the Client in the coordination effort to obtain utility relocation schedules and relocation cost of utilities for those within dedicated easements. VIII.Efforts to verify the accuracy of utilities located within the project limits will constitute additional work. The Client will be contacted to approve additional costs. IX. Efforts to revise the design of proposed improvements based on conflicts for which the utility is unwilling or untimely in their efforts will constitute additional work. The Client will be contacted to approve additional costs for the redesign. TASK 13: QUALITY ASSURANCE AND PROJECT ADMINISTRATION A. Quality Assurance— HLR will provide two internal quality assurance reviews prior to the Pre- Final submittal: one by a Professional Engineer experience with water main and roadway design work and one by a Professional Engineer experienced with water main and roadway construction. B. Project management and administration will last throughout the expected 1-month duration of the project. Management and administration are necessary to ensure the successful completion of the project. The expected activities within this task include: I. Project schedule/progress monitoring II. Staffing, monitoring, including allocating staff as needed III. Budget monitoring IV. Document management V. Staff coordination VI. Invoicing C. Upon completion, this task also includes project close-out, which includes the delivery of the electronic files. I. Submit necessary project files as requested by the Client. II. Submit Final Invoice and project closure letter. ATTACHMENT B PROJECT SCHEDULE Schedule — Based on our project understanding, the following are project milestones desired by Client. Notice to Proceed April 24. 2025 Pre-Final Plans and Bid Documents September 5. 2025 Phase I Design Approval November 2025 Final Plans and Bid Documents November 24, 2025 Project Letting (State) March 6. 2026 Board Approval—Construction April 2026 Start of Construction May 2026 End of Construction September 2026 Due to the possible need for land acquisition services,the project may require approval of a 6 month extension allowed under federal funding guidelines in order to maintain STU funding. The schedule below will be targeted in the event this is enacted. Notice to Proceed April 24, 2025 Phase I Design Approval November 2025 Pre-Final Plans and Bid Documents March 27, 2026 Final Plans and Bid Documents June 8, 2026 Project Letting(State) September 18, 2026 Board Approval—Construction November 2026 Start of Construction March 2027 End of Construction September 2027 ATTACHMENT C DETAILED COST BREAKDOWN PROFESSIONAL SERVICES LYLE&HIGHLAND MINI ROUNDABOUT-PHASE II CITY OF ELGIN - Employee Class!Teatlon Project Phase/Task Direct Costs Hours Fee ES ES Ed ES E2 T3 T2 SUR2 ENV3 ENV2 4 8 12 $ 2,120.00 Lr.,:Su,es at:and Legal s 0 S - , Research 2 2 $ 360 00 ORtaln Property Tde.sub plats.documents(drest costs) _ ----�- 3 600.00 0 $ 600.00 Boundary Determination ... _ ___.__ 16 16 5. 286000 Cakulabons _ - _ 6 6 $ 1 060 00 --__ —_. — -- PIM Preparation 20 20 40 $ 7 000 00 Le9MDesanptons - _.. ._.. 2 S 440 00 Staking ' 8 _... 9 E 1 4e0 00 and Acqu Won 0 3 qp,•sy S 2.4DD.OD 0 f 2.400 00 R ew APp•aisal - t_.. S 12000D 0 f 1.2M1.00 Nepotatcns - 5 3.500 00 0 f 3 500.00 O $ 2 PRELIMINARY ENGINEERING SERVICES-Not Included O 3 ri Review Phase I Documents Rpert:and Des:9n 4 4 8 f 1 460 00 Veld Row CNN ____.._.__.. _._ 4 3 730.00 C alr�l ati.ns .i___._ ---�— I 0 3 - Oua^.Ety CO;cluso-s and Dccum enlal,.- _ 4 30 3-I 5 6.05000 Pavement Des gin 2 • 4 I - 6 5 1100.00 Storm Serer H.ia,011,,,.. 0 $ - Proposed Hydraulic Model 1 8 ..... 9 5 1.740.00 Inlet Spacing 1 12 13 $ 2,500.00 Preliminary U9hbng Selection 6 6 IS 1.050.00 Lighting Photomemu _._ 24 24 I. 4,200.00 Voltage Drop • _ 8 $ 1400.00 ROW Analysis 1 4 __. 5 3 900.00 Prepare Plan Sheets __._ ---- --. .. _ 0 - 8 - Title Sheet - I 2 2 - M 5_ $ 830.00 Gene. Notes - 1 2 2 _ S $ _ 830.00 Summary ofOuan0Oes _^__ 4 2 6 '• 3 980.00 Schedule of Ouansbes 4 2 6 $ 980.00 -.._.Typicel Sections 1 6 2 ---_ II s 1.850.00 Nrgnment,Ties,and Benchmarks 1 2 2 5 f 830.00 Removal Flan(50 scale-1 sheet) _ 1 6 4 13 $ 2,160.00 Plan and Profiles 43 sheets including Circle,20 mole,no detail) 2 36 24 ...- 62 S 10,060.00 Detour Plan __. 2 e 8 _ 16 3 2,640.00 Staging Plan•Dnverway Acess Plan(50 male-2 sheet) I 12 2 15 3 2,580.00 - Sal Eroaon and Sediment Control(SESC)8 Landscaping Plsn 150 male-I shed) I 1 12 6 1 - 19 5 3,140.00 Drainage and Utility Plan Mild Profile 13 sneak including Circle.20 scale) 2 24 12 I 38 3 6,280.00 Intrsection Grating Plan(10 male,1 plan sheet includng splitter islands.I pant schedule sheet) i 4 38 24 I 64 $ 10.460.00 ADA Sidewalk Grading Flan(8 Ramps) 4 34 24 I 52 $ 8.380.00 Pavement Mrkasg and Signing Plan 11_ 1 6 4 -- j 13 $ 2.160.00 U9hbng Plans I _ 0 $ Roadway Lighting Plus 1, 4 24 2 I 30 S 5,280.00 Lighting Details 1 10 1 I 11 S 1.890.00 Cross Sections(50'C-C a Dnveways-Est 32 5 Sections) 8 I. 32 24 J 64 $ 10.560.00 Special Details 1 ,� I 0 $ - IDOT Distinct Specific Details -. -. 1 2 1 3 S 490.00 Mrcpal u Details 2 1 3 $ 490.00 IDOT Hi9lwvey Standard Details _._ Prepare Bid Documents _ -_ _ -.. 4 t 1 _•_..__— - 5 $ 64 00 8 Prepare 8 40 46 $ _ 8.600 00 Prepe Es$me of Probable Cost 2 10 - f 1.600.00 Prepare Lump Sum Cost Breakdown 1 8 9 f 1.600 00 s _ _-. ..._ Prep Estimateal Time - - _ 4 ^ 1.325 00 3 467 3S 7 490 00 Revisions Based Pre-Final al Review Comments 18 Revisions Based on I ib0 Final Review Comments 12 32 $_._ 5 180 00 ._._ - 6 16 3 2.94000 Reving Assistance SlotlR Comments T 0 $ BiadnpReow.nnu(State Let) - 8 $ -- 1 400 00 Answer Bideang Questions - � • --__- ._. Prepare Award Recommendation Letter - - 2 6 350.00 0 4 STRUCTURAL ENGINEERING SERVICES•Nol Included ' 5 3 - S DRAINAGE ENGINEERING SERVICES•Not Included 0 - 6 TRAFFIC ENGINEERING SERVICES-Not Included 0 - 7 CONSTRUCTION ENGINEERING SERVICES•Not Included O 3 - 8 ENVIRONMENTAL SERVICES Specal Nlaste 0 $ • Llea,Const-.;ct on Demolition Debi..C:'C'_' J 0 ^ $ _ -spare CCD)F tm 662 { 6 .+ 30 $__ - 4,50000 aC-rat..-..P Analyzes iO :;Cos•..:, L�.__l._. {j-- J_._ 5 10000 I__-O 3 100.00 9 GEOGRAPHIC IN c ERN10ES-Not Included MIIIIIMMEI I • 0 S 10 WATERAVASTEWATER ENGINEERING SERVICES-Not Included O - - 11 PERMITTING Prepare SWPPP and NPDES Permit.52`3 I;_,_ _ 12 _ 3 250.00 12 3 2,350.00 Prepare County$10rmwMrPermit }{-Perm 24 8 $ 3,000 00 32 $ 8,580.00 IIIII 12 CONSULTATION AND COORDI%A TIO'. lrpa'e anti quuv u>-,1 II Kick-off Meeting 2 4 _ 0 $ 1,200.00 Armin and Arend Ccad naton Meeting(assume ssue 2 wsth CM) 4 _ , 4 , _ 8 $ 1,640.00 Prepare Ouarterty STP R 8__ 3 _ 1 780.00 Utility Coordination epo�1 8 1 J 0 s J U L.I.E Design Stage Locate — .. _ 2 —'—"— --'—.2 3 290.00 Venly Utilities on P tided Atlas Maps _ - ; (Assume5 utility apeman a 3 hours per agency) - _ S 10 ISo S 2,125.00 Coo dmaticn Lath.and Plan Submittals _ 0 _ $ - Preliminary(Assume 5 utility agencies s 1 hour psi agency) __ S 5 $ 725.00 Preliminary(Assume 5 utility agencies s 1 hour psi agency) t 5 Preliminary(Assume 5 utility lmi age --"'"-'--- _ 5_ S 725.00 agencies a 1 hour per agency) 5 5 3 725.00 Preliminary Conflict Andyses Review 0 $ - (Aswme 5 ntiaty agencies s 2 hours per agenry) -`_- 10 I 10 3 1,900,00 Review of and Response to Utility Agency Conflict Analysts 0 $ (Assume 5 imaty agencies x 1 hours per agency)agency) __.. 5 _... $ - 950.00 Initial Review of Prmn Request , _ _ 0 3 3f3120Q5 1 042 ATTACHMENT C DETAILED COST BREAKDOWN PROFESSIONAL SERVICES LYLE&HIGHLAND MINI ROUNDABOUT-PHASE II CITY OF ELGIN Employs*CWsllaslion Prefect Phr.Rrt tenet Cott Flogs I.. E6 ES Cl E2 E2 TS T2 SUM on*Ien: (A966a.r 5 vary Ken=na t Mari per tgrry', 050.00 1641R►Mr a/IR/M..1 Peen•Ralpnq Aas,.^e 5 uttry yen..-ies s 1 Sour 9er agency 950.00 Quaky Ascurn.e nd aunty Control 0 1 - Sway OAOC 4 S 000.00 Dwgn Enpner.ng OACG :2 S 7,0/0.00 rc1 Abnevs►non I -s S 3,2i0A0 TOTALS 76 56 39 S13 22 32 192 62 6 24 1062 6 1►1.12$.M yypr, 242 lit ,prfr ,0444. .1111111161, it::;,-- - ' Tf' • • itt -, * I. -1-, f ',,ate ' • >i iiill„ yVI7711 • `,- awl % F j •. i i. - O 1 A- yj.g _ i -i•.- ��, L; to 31 r +. r y ._ I,1�GN�NDA I:, 4-; i - v.,.4. . ... , :- •-• .._ 4 1 r-- . i 4 -, ..-4)... ., , . ,' „ • Ar �9r I 'vr ,J . w ..5; 1 Ait'?. , 1-4\1 1'1 - ''. . �,• J o b'__ le. ,i,t,,,,i;' JAMESTOWN LN' 4 1R. ti, Y r '4. ',. . e 'V - Ili '', ..,i 4 '!; " ' r I -/' 9y V 'x��;,:,,.. r ram. _, t 1 inch = 200 feet Imagery: 2023 National Agriculture Imagery Program Figure 1 0 50 100 200 Project Road Type . Feet Description I l Interstates/Highways 72. •ttQ_ Project Area I I Other Principal Arterial '�� Minor Arterial Highland Lyle Roundabout ,�I . Project Location Map eT S` Major Collector Scale: 1:2.400 N c 25 .Mr�© 71--- Minor Collector Hampton,Lenzini and Renwick,Inc. Crud 8 Structural Engineers•Land Surveyors•Environmental Specialsts L.SDA-FSA-APFO F.ara.Photography Field Local Road or Street ling R 1,4 CRYSTAL LAKE•SPRINGFIELD•MT CARMEL office USGS US Census IDCT LWA .v.vwr.lengineenng con)