Loading...
18-108 Resolution No. 18-108 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HR GREEN, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 1465 ROYAL BOULEVARD DRAINAGE STUDY 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 1465 Royal Boulevard Drainage Study, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: September 26, 2018 Adopted: September 26, 2018 Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 26 day of September, 2018,by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY") and HR Green, 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 fuunish certain professional services in connection with the 1465 Royal Boulevard Drainage Study(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 City Engineer of the CITY, herein after referred to as the "DIRECTOR". B. ENGINEER shall perform the services as outlined in the "Scope of Services 1465 Royal Boulevard Drainage Study City of Elgin, IL September 6, 2018" attached hereto as Attachment A. 2. PROJECT SCHEDULE The schedule for the PROJECT is included within Attachment A attached hereto. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including,but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR;provided,however,that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right, title and interest,including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER A. For services provided the ENGINEER shall be paid at the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed Thirty Six Thousand Six Hundred Eighty Two Dollars($36,682)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 Agreement executed by the parties hereto. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoice fee to the ENGINEER. The cost of any such outside services are included in the total not to exceed amount of$36,682 in subparagraph 4A above. C. All reimbursable expenses are included within the total not to exceed amount of $36,682 in subparagraph 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. Full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports 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 Paragraph 4 above. 7. TERM - 2 - 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 Paragraph 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 Paragraph 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 paragraph 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 - 3 - by legal counsel of the CITY's choosing. The provisions of this paragraph 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 A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,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 - 4 - 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 In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age,race,color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification,and this requirement shall apply to,but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. 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 sex,race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision 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 - 5 - The parties intend and agreed that, if any paragraph, sub-paragraph,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 paragraphs 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 ILLS 5/33E et seq.or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT - 6- As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement,ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager 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: - 7 - Ron Rudd HR Green, Inc. City Engineer 420 North Front Street City of Elgin McHenry, Illinois 60050 150 Dexter Court Attention: Ajay Jain,PE, CFM Elgin, Illinois 60120-5555 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. EXECUTION This Agreement may be executed in counterparts. Signatures transmitted by facsimile or email 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: City Manager Name/Print: J ►, Title: Y►cE (Lcv-s 1p1cr4T tt t: I(/I'alf- ha.,10N 04- - City Clerk F:\r.egal Dept\Agreement\[IR Green Agr-1465 Royal Blvd Drainage Study-9-10-18.doex - 8 - ATTACHMENT A SCOPE OF SERVICE SCOPE OF SERVICES 1465 ROYAL BOULEVARD DRAINAGE STUDY CITY OF ELGIN, IL SEPTEMBER 6, 2018 PROJECT BACKGROUND/PROJECT UNDERSTANDING HR Green, Inc. (ENGINEER) is being retained by the City of Elgin, Illinois (CITY) to provide professional engineering services in connection with the 1465 Royal Boulevard Drainage Study. Recent storm events caused significant flooding at the intersection of Royal Boulevard and Adeline Avenue, particularly impacting the property at 1465 Royal Boulevard. The CITY has recently completed televising of the existing storm sewers along Royal Boulevard and found minor debris which has been removed. The televising video also revealed an obstruction of the storm sewer system due to the presence of an existing 12"water main that runs through the storm sewer system. The flooding is likely associated with the following reasons: • limitations on the hydraulic capacity of the existing storm sewer system; • water main obstruction within the storm sewer pipe; and • low lying area in the watershed with lack of a functional overland flood route. In order to understand all the factors contributing to the flooding and evaluating potential alternatives to reduce or alleviate flooding at the intersection of Royal Boulevard and Adeline Avenue, the CITY has requested a proposal for professional engineering services to prepare a hydraulic study of the project area. The project area is roughly bounded by Mclean Boulevard to the west, Abbott Drive to the north, Tyler Creek to the east and Royal Boulevard to the south. The project area is drained by storm sewers in Adeline Avenue and Royal Boulevard which convey runoff to the intersection of Abbott Drive and Royal Boulevard where storm sewers in Royal Boulevard and Abbott Drive connect and then flow east to an outfall to Tyler Creek. Scope: The scope of work for professional engineering services include the following services: • Data Collection • Study and Analysis • Meetings • Project Administration Deliverable: Upon completion of the work, ENGINEER will provide a Technical Memorandum summarizing the findings of the above study and analysis and a description of proposed improvements. The technical memorandum will also include inundation exhibits,tabular summary and conceptual exhibits of proposed improvements and Engineers Opinion of Probable Construction Costs (EOPC). Schedule: It is anticipated that the proposed scope of work will be completed in approximately 6 weeks from the Notice to Proceed as further detailed in the attached Schedule. The scope of services for each of the above tasks if further detailed below in this proposal. SCOPE OF SERVICES 1. Data Collection 1.1 Data Gathering & Review The CITY has provided data for the project during the ENGINEER will request and obtain relevant project data for its review at the Project Kickoff Meeting. The request of data will include but not limited to, the following: • Previous drainage studies and reports, if available • Storm sewer televising records • Updated GIS and utility data, if available • Updated Aerial maps, ortho-contour and impervious shape files, if available • As-built or improvements plans for the existing storm sewer system, if available • Flooding photos or documented high water marks, if available 1.2 Field Reconnaissance Scope will include ENGINEER's project manager and lead engineer to visit the site with CITY representatives to evaluate the existing site, walk the project area to gain a better understanding of the project area and for evaluation of existing and proposed conditions. 1.3 Field Survey Royal Boulevard Trunk Storm Sewer Survey Survey will include field survey of approximately 3,900' of existing storm sewer from the intersection of Adeline Avenue and Getzelman Drive south to Royal Boulevard, east on Royal Boulevard to Abbott Drive, and then east to the outfall location at Tyler Creek. Storm sewer survey will also include infrastructure in Royal Ct north of Royal Blvd. Storm sewer structures will be surveyed including rim and invert elevations, pipe size, direction as observed at visible and accessible manholes. Roadway Cross Section Limited survey of roadway cross section will be completed at approximately 50' to 100' interval in the area of flooded intersection. Up to 5 roadway sections are estimated. The following information will be obtained: • Back of curb elevation • Gutter flow line elevation • Roadway centerline • Edge of sidewalk elevation The purpose of the roadway cross section is to determine ponding depth in the low area for existing and proposed conditions inundation. Flood Elevation and Lowest Adjacent Grade Elevation Survey at 1465 Royal Boulevard Based on recent flood pictures survey the approximate recent flood elevations. Additionally, obtain the lowest adjacent grade elevation at 1465 Royal Boulevard. This information will utilized during model calibration. Items Not Included in Field Survey Scope • Roadway topographic survey • Right of Way(ROW) or Boundary Survey • Sanitary and water main survey • Tree survey • JULIE Design Ticket/Franchise utility survey • Plat of Easement • Plat of Highways • Plat of Survey 2. Study and Analysis 2.1 Hydrologic and Hydraulic(H&H) Modeling The scope shall include detailed H&H analysis of the project area utilizing XPSWMM two dimensional (2D) computer software for the hydrologic and hydraulic analysis. The purpose of the H&H analysis will be to model existing conditions and identify problem areas and for alternative analysis. Two (2) existing conditions scenarios will be evaluated. The first model will attempt to mimic surveyed existing conditions as closely as possible by modeling existing infrastructure and known obstructions within the storm sewer system identified by previous televising completed by the CITY. Known obstructions include minor debris and the 12" water main within the existing storm sewers. This model is likely to reflect the true existing conditions that existed at the time of the recent storm events and will be used for model calibration based on CITY staff input and records of recent flood events. The second existing conditions model will model existing infrastructure with the known obstructions removed from the model to evaluate the inundation levels that could be achieved if these obstructions are removed. Inundation exhibits showing the areas of ponding and ponding depths will be developed for the 2-year and 100-year storm frequencies for each of the existing conditions. A tabular summary of ponding depth will also be provided for 2-year, 10-year, 25-year, 50-year and 100-year storm frequencies. The level of service provided by the existing storm sewer system (i.e. storm frequency at which existing storm sewer does not surcharge) and the storm frequency at which ponding depths exceeds the ROW will be provided. Based on understanding of the system and reasons for flooding, a workshop meeting will be held with the CITY staff to discuss available options to reduce or alleviate the flooding and to determine the design criteria and level of service desired. Generally, a reasonable design criterion is to provide a 10-year design capacity in the storm sewer system without surface ponding and provide a 100-year design capacity to limit the ponding to CITY ROW with one passable lane in the roadway. Utilizing a combination of feasible options approved by the CITY, a proposed conditions model will be developed to generate up to three alternates to evaluate the effectiveness of these alternates against the established design criteria. Similar to existing conditions, inundation exhibits showing the areas of ponding and ponding depths will be developed for the 2-year, 10-year and 100-year storm frequencies for each of the alternatives. A tabular summary of ponding depth will also be provided for 2-year, 10-year, 25-year, 50-year and 100-year storm frequencies. i I 2.2 Field Review of Proposed Improvement Feasibility Scope shall include a field review of proposed alternatives for construction feasibility, property impacts, underground utility and/or overhead utility conflicts, etc. and for use in developing the EOPC. 2.3 Review of Environmental and Permitting Requirements The scope shall include a review of applicable permitting requirements for proposed improvements and recommendations to minimize impacts. The scope does not include preparing and/or obtaining permits as part of this contract. 2.4 Engineer's Estimate of Probable Construction Cost(EOPC) The scope shall include preparing a conceptual level EOPC for each of the three feasible alternatives. The EOPC will include itemized lists of pay items, estimated quantities, unit costs (based on research and review of recently awarded bids) and total costs with contingencies, etc. A 30% contingency will be used for the EOPC due to the concept level design stage of the project. 2.5 Technical Memorandum The scope shall include the preparation of a technical memorandum summarizing the findings of the above study and analysis and a description of proposed improvements. The technical memorandum will also include inundation exhibits, tabular summary and conceptual exhibits of proposed improvements and EOPC. 2.6 Quality Assurance/Quality Control The scope shall include QA/QC review of the H&H modeling, EOPC, and technical memorandum. 3. Meetings The following meetings are budgeted in the scope: 3.1 Kickoff Meeting and Coordination Meetings One (1) kickoff meeting, one (1)workshop meeting to discuss results of the existing and proposed improvements and one(1)final deliverable meetings are planned in the scope. It is anticipated that some meetings may be combined with field meetings, etc. to reduce effort but will be subject to staff availability. The scope shall include preparing meeting agenda, meeting exhibits, attending meeting and preparing meeting minutes. Items Not Included in Meetings Scope • Property owner coordination or meetings • Public Meeting • Regulatory agency meetings • Meeting beyond those budgeted in the scope 4. Project Administration and Coordination Scope shall include assembling a project team, set-up project accounting, develop project schedule, and invoicing activities. Project administration shall also include general project correspondence with the CITY regarding project status and responding to CITY's questions, etc. 5. Schedule—See attached 6. Fee—See attached MANHOUR AND FEE ESTIMATE 1465 ROYAL BLVD DRAINAGE STUDY TASK Task Descriptions Hours Labor Fee Direct Costs Task Total Cost 1.1 Data Gathering and Review 8 $1,240 $1,240 1.2 Field Reconnaissance 6 $1,220 $50 $1,270 1.3 1 Field Survey 50 $6,680 $75 $6,755 2.1 Hydrologic and Hydraulic Study 96 $12,904 $50 $12,954 2.2 Field Review of proposed conditions 6 $1,220 $50 $1,270 2.3 Review of Environmental and Permitting Requirements 1 $186 $186 2.4 EOPC 18 $2,584 $2,584 2.5 ITechnical Memorandum 42 $5,400 $50 $5,450 2.6 Quality Assurance/Quality Control 6 $1,276 $1,276 3,1 Meetings 10 $1,964 $50 $2,014 4.1 Project Administration 10 $1,684 $1,684 TOTAL TOTAL OF MANHOURS AND FEE 253 $36,358 $324 $36,682 PROJECT SCHEDULE 1465 ROYAL BLVD DRAINAGE STUDY Task Descriptions START DATE I END DATE CONTRACT APPROVAL AND NOTICE TO PROCEED 26-Sep-18 1.1 Data Gathering and Review Week of September 24,2018 1.2 Field Reconnaissance 24-Sep-18 28-Sep-18 1.3 Field Survey 24-Sep-18 28-Sep-18 2.1 Hydrologic and Hydraulic Study(Existing Conditions) 1-Oct-18 12-Oct-18 CITY WORKSHOP MEETING Week of October 15 2018 2.1 Hydrologic and Hydraulic Study(Proposed Conditions) 15-Oct-18 26-Oct-18 2.2 Field Review of proposed conditions 22-Oct-18 26-Oct-18 2.3 Review of Environmental and Permitting Requirements 22-Oct-18 26-Oct-18 2.4 EOPC 22-Oct-18 26-Oct-18 2.5 Technical Memorandum 29-Oct-18 2-Nov-18 2.6 Quality Assurance/Quality Control 29-Oct-18 2-Nov-18 3,1 Meetings TBD 4.1 Project Administration 26-Sep-18 2-Nov-18 OVERALL SCHEDULE FOR PROJECT 26-Sep-18 2-Nov-18