Loading...
HomeMy WebLinkAbout26-17 Resolution No. 26-17 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HR GREEN, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE NATIONAL STREET BRIDGE REHABILITATION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with HR Green, Inc., for professional services in connection with the National Street Bridge Rehabilitation Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: January 28, 2026 Adopted: January 28, 2026 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT("Agreement")is made and entered into this 28 day of January , 20 26, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and HR GREEN, INC. an Iowa corporation, authorized to do business in the State of Illinois;(hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the National Street Bridge Rehabilitation Project(hereinafter referred to as the"PROJECT"); and WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. A l l work hereunder shall be performed under the direction of the Public Services Director of the CITY, herein after referred to as the"DIRECTOR". B. The scope of services includes providing professional consulting services to prepare contract plans and specifications and bidding documents and to provide bid award and assistance services for the PROJECT. C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A and incorporated into this Agreement by this reference. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. • Executed Agreement and Notice to Proceed—January 29,2026 • Preliminary(60%)Engineering Plans—February 27,2026 • Pre-Final (90%)Engineering Plans—March 20,2026 • Final (100%)Contract Plans—April 10,2026 • Bid Award and Assistance—May 1,2026 B. A detailed project schedule for the PROJECT is included as Attachment B,attached hereto, and incorporated into this Agreement by this reference. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including, but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Lump Sum Method) A. The CITY shall reimburse the ENGINEER for services under this Agreement in a lump sum basis with a fee of $179,974.00 Dollars, regardless of actual Costs incurred by the ENGINEER unless substantial modifications to the project are authorized in writing by the DIRECTOR, and approved by way of written amendment to this Agreement executed by the parties. A detailed summary of the fee is attached hereto as Attachment C and incorporated into this Agreement by this reference. B. For outside services provided by other firms or consultants, the CITY shall pay the invoiced fee to the ENGINEER, plus 0%. The cost of any such outside services is included within the total lump sum fee amount of $179,974.00 provided for in Section 4A above. C. Mileage and printing costs are included as reimbursable costs. The cost of any such reimbursable expenses is included within the total lump sum fee amount of $179,974.00 provided for in Section 4A above. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. -2 - Date Estimate Percent Estimated Value of Estimated Complete Work Complete _ Invoice Value 02/28/2026 40% $71,989.60 _ $71,989.60 3/31/2026 80% $71,989.60 $143,979.20 4/30/2026 95% $26,996.10 $170,975.30 5/31/2026 100% $8,998.70 $179,974.00 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports(2C above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen (15)days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under section 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to section 6, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 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. -3 - 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. 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: -4- 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. 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 -5 - 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. 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 -6 - 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. 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; -7 - D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request(775 ILCS 5/2-105). 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement, ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the DIRECTOR prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 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 Ajay Jain Public Services Director President-Water City of Elgin HR Green, Inc. 150 Dexter Court 1391 Corporate drive., Suite 203 Elgin, Illinois 60120-5555 McHenry, IL 60050-5528 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any -8- 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. IN WITNESS WHEREOF, the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By By: leif47 City Manager Name/Punt: Aiav Jain Title: President- Water City Clerk -9- HRGreen_. Attachment A PROFESSIONAL SERVICES AGREEMENT For National Street over the Fox River Bridge Rehabilitation Mr. Mike Pubentz, P.E. Public Services Director City of Elgin 1900 Holmes Road Elgin, IL 60123-1200 (847) 931-5968 Mr. Jack Melhuish, P.E. HR Green. Inc. 1391 Corporate Drive, Suite 203 McHenry. IL 60050 Project Number 2503224.01T December 18, 2025 Version 2 `: 02052021 TABLE OF CONTENTS 1.0 PROJECT UNDERSTANDING 2.0 SCOPE OF SERVICES 3.0 DELIVERABLES AND SCHEDULES INCLUDED IN THIS AGREEMENT 4.0 ITEMS NOT INCLUDED IN AGREEMENT/SUPPLEMENTAL SERVICES 5.0 SERVICES BY OTHERS 6.0 CLIENT RESPONSIBILITIES 7.0 PROFESSIONAL SERVICES FEE Version2.3 02052021 A I n Street ges hareement JI National Street Bridge Rehabilitation 2503224.01 T December 18, 2025 H RG reen• Page 1 of 4 1.0 Project Understanding 1.1 General Understanding ENGINEER understands the work will include bridge preservation/rehabilitation work on Structure Number 045-6304. National Street over the Fox River. CLIENT is using local funds for the cost of the bridge preservation/rehabilitation. The bridge is 76 years old and the last major rehabilitation work was completed 35 years ago. The 6" reinforced concrete deck is in fair condition in the driving lanes. The micro silica concrete overlay is in poor condition and is delaminating from the deck. The concrete sidewalk is in critical condition with spalled concrete on the underside of the sidewalk. The reinforced concrete tee-beams and diaphragms are in fair condition. Most of the beam ends have spalled off beyond the bearings. The center two beams located on each side of the previous longitudinal joint have spalled concrete on the interior sides and bottoms which have exposed the steel reinforcement bars. Section loss of the reinforcement bars is less than 10°/0. The steel roller bearings at the abutments are in poor condition and don't function as designed. The roller bearings at the piers are in satisfactory condition. The fixed bearings at the center pier are in good condition. The piers and abutments are in fair condition with cracks and spalled concrete throughout. Based on previous correspondence with the CLIENT, and the June 3, 2025 bridge inspection by the ENGINEER, the assumed scope of the repairs will be as follows: • Complete a Bridge Condition Report; • Remove and replace the concrete bridge sidewalks; • Remove and replace damaged sections of approach sidewalks: • Scarify and overlay the bridge deck driving surface; • Deck scupper downspout replacement utilizing existing scuppers. The work will conform to standard details in the IDOT Bridge Manual. The new downspouts will extend to 6' below the existing girders and the drainage will free-fall to the river. The downspouts will not be connected to a closed drainage system or storm sewer system: • Remove and replace the expansion joints: • Concrete patching at damaged portions of the girders; • Concrete patching and epoxy crack filling of the piers and abutments above water level; • Remove the abutment roller bearings and replace them with elastomeric bearings: • Remove and replace the railings. It is assumed that the work and access to the site will all be within the existing Right of Way (ROW) and no ROW acquisition or easements will be required. Version2.3 02052021 Professional Services Agreement National Street Bridge Rehabilitation 2503224.01 T December 18. 2025 HRGreen. Page 2 of 4 Survey work and Load Rating computations have been completed as part of an advanced contract. 1.2 Design Criteria/Assumptions The repair design plans will generally conform to IDOT Standards for the various items as shown in the latest versions of the IDOT Bridge Manual. and the IDOT Structural Services Manual. IDOT Standard Specifications will govern the performance of the work. 2.0 Scope of Services The CLIENT agrees to employ ENGINEER to perform the following services: 2.1 Bridge Condition Report ENGINEER will submit an in-depth Bridge Condition Report (BCR) to IDOT based on the June 3. 2025 inspection. Work on BCR will be concurrent with the Design Plans. 2.2 Design Plans ENGINEER will prepare plans for the rehabilitation of the bridge. The anticipated list of sheets includes: Cover Sheet: General Plan and Elevation; General Notes, Index, Quantities. Highway Standards; Maintenance of Traffic Plans; Bridge Sidewalk Replacement Details: Bridge Deck Overlay Details; Concrete Beam Repair Details; Substructure Patching and Crack Filling; Expansion Joint Replacement Details; Drainage System Details; Bridge Railing Details; Elastomeric Bearings and Steel Pedestal Details; Expansion Joint Details: Roadway Striping Plan; Adjoining Sidewalk Repair Details; and Existing Bridge Plans. In addition to the plan set. ENGINEER will prepare cost estimates and Special Provisions as they relate to the work. Administrative work by ENGINEER is included. Coordination with Metra Railroad is included. 2.3 Bidding Documents, Assistance Version2.3 02052021 -t R Professional Services Agreement National Street Bridge Rehabilitation 2503224.01 T HRGreen . December 18, 2025 Page 3 of 4 ENGINEER will prepare bidding documents, respond to contractor questions. prepare agenda and advertise on the IDOT bulletin. ENGINEER will prepare a recommendation letter for Council award and verify the contractor submittal references as well as qualifications. 2.4 Meetings ENGINEER will schedule and attend a kickoff meeting and meet with CLIENT to review the pre-final and final plans. ENGINEER will prepare a meeting agenda and meeting minutes. 3.0 Deliverables and Schedules Included in this Agreement Design Plans. Specifications, and Estimates will be delivered to CITY in pdf format. Pre-final design plans and special provisions for the repairs outlined above will be provided for CLIENT in accordance with the schedule provided in Section 2A of the Agreement. Final plans and special provisions for a local letting will be submitted to the CLIENT two(2)weeks after pre-final comments are received by the ENGINEER. This schedule was prepared to include reasonable allowances for review and approval times required by the CLIENT and public authorities having jurisdiction over the project. This schedule shall be equitably adjusted as the project progresses, allowing for changes in the scope of the project requested by the CLIENT or for delays or other causes beyond the control of ENGINEER. 4.0 Items not included in Agreement/Supplemental Services The following items are not included as part of this AGREEMENT: The following items are not included as part of this agreement: • Right of Way or Easement acquisition; • Railroad Right of Access Agreements; • Topographic survey: • Infrared Thermographic Deck Survey; • Deck sounding; • Full depth deck patches: • Construction Observation. Supplemental services not included in the agreement can be provided by ENGINEER under separate agreement, if desired. 5.0 Services by Others None. Version2 3 02052021 I R Professional Services Agreement -4 National Street Bridge Rehabilitation 2503224 01T December 18. 2025 H RGreen<: Page 4 of 4 6.0 Client Responsibilities Right of Way information for National Street and surrounding roads. 7.0 Professional Services Fee 7.1 Invoices Invoices for EGINEER's services shall be submitted on a monthly basis. 7.2 Extra Services Any service required but not included as part of this AGREEMENT shall be considered extra services. Extra services will be billed on a Time and Material basis with prior approval of the CLIENT. 7.3 Exclusion This fee does not include attendance at any meetings or public hearings other than those specifically listed in the Scope of Services. These service items are considered extra and are billed separately on an hourly basis. 7.4 Fee and Payment The CLIENT AGREES to pay COMPANY on the following basis: Lump Sum amount of$179,974.00. Version2 3 02052021 ATTACHMENT B Notice to Proceed: January 29,2026 Bridge Condition Report December 17,2025—January 16, 2026 (work underway in advanced contract) Preliminary (60%) Engineering Plans: January 29,2026—February 27,2026 Metra Coordination: January 29, 2026—May 1,2026 City Review: February 27,2026—March 6,2026 Pre-Final (90%) Engineering Plans: March 6,2026—March 20, 2026 City Review: March 20,2026—March 27,2026 Final(100%)Contract Plans: March 27,2026—April 10,2026 Bid Award and Assistance: April 10,2026—May 1,2026 City of Elgin-National Street Bridge Rehabilitation Attachment C - Detailed Fee Summary 2503224 01T Design Engineering Senior Project Senior Structural Sheet Task Manager Engineer Lead Engineer Staff Engineer II Senior Technician Admin BCR 4 8 36 24 8 DRAWINGS 1 Cover Sheet 1 1 6 2 General Plan and Elevation 4 8 12 14 16 3 General Notes,Index,Quantities,Highway Standards 2 10 12 4 4.5 Maintenance of Traffic Plans 4 8 8 40 24 6./ Bridge Sidewalk Replacement Details 1 12 24 8 8 Bridge Deck Overlay Details 1 12 32 8 9,10 Concrete Beam Repair Details 1 10 16 8 11,12 Substructure Patcning and Crack filling 1 4 10 8 :3 Expansion Joint Replacement Details 3 6 12 6 :4 Drainage System Details 2 4 8 8 15.16 Bridge Rail ng Details 2 1 4 12 8 17 Elastomeric Bearings and Steel Pedestal Details 1 10 12 8 18 Expansion Joint Details 2 10 10 6 19 Roadway Striping Plan 2 4 4 20 Adjoining Sidewalk Repair Details 2 2 6 8 21-32 Existing Bridge Plans 1 1 2 8 Cost Estimates/Special Provisions 16 12 16 40 5 QA/QC 12 8 20 Administration 16 4 8 12 Feld Verification 2 12 12 RR Coordination 12 16 8 Bidding Assistance 2r 32 16 4 Meetings 16 16 16 8 4 Total Hours 86 93 227 299 138 25 Labor Cost $21,930.00 $26,040.00 $51,075.00 552,325.00 525,530.00 $2,850.00 Total Hours 868 Total Cost $179,750.00 Direct Costs Mileage Trips Mileage CosUMIIe Cost Field Verification 4 41 SO 70 5112.00 Meetings 4 41 S0 70 $112 00 Subtotal S224.00 Total Direct Costs $224.00 Total Design Engineering Cost $179,974. ATTACHMENT D — LOCATION MAP . — ,a,• w:„.:N. .; -•A. - , . ... -ris,4,s,frer-t....41;;.L.1-_. .„4 qr.: _1..71.•,T 4 .- -v-.-:1c- \ -- _ e o , stt yr• � .,. , y -• , •.,O�. y y . ‘. _CID ... s* . \ . - 0*.. ,4-.4*.„7,7 ,-y o N° ftstittegmea g r.-1 * 110.16'''''''s.*'\•14 - i ....... ,. a►..0, '''.* (4'. .‘ Y. ,'' .t Ve -..- \ • , _ _ !� r va i t4 .. .. ..,:ilt:40.st , 44\:%...%:, ' • .:::". �", ::::,et v'\ .,,,7;r:; i‘ �� k National Street Bridge � �" ,;r, Washburn St at1�" •r: , ,\ ! ; I Et ` , ilk- 1�'� 1' \''� `, ° ---jr2i• r ��1 �s [pries Sul - MP I x- u ,ti.0 ,A `' m A. 4:. 7