Loading...
HomeMy WebLinkAboutOrdinances - ORD-18-1885 - 07/23/2018 - HR Green Pearl StORDINANCE NO. ORD-18-1885 AN ORDINANCE AMENDING THE FY201812019 B UDGET FOR THE FISCAL YEAR ENDING APRIL 30, 2019 WHEREAS, the City of McHenry, McHenry County, Illinois, is a home rule municipality as contemplated under Article VII, Section 6, of the Constitution of the State of Illinois, and the passage of this Ordinance constitutes an exercise of the City's home rule powers and functions as granted in the Constitution of the State of Illinois; and WHEREAS, the City of McHenry acting by and through its Mayor and City Council has previously approved the FY18/19 Annual Budget for the Fiscal Year Ending April 30, 2019 by a motion at the Annual City Council Meeting held on April 30, 2018; and WHEREAS, it is necessary and appropriate to delete, add to, or otherwise change certain line items in said Budget Ordinance as provided in Exhibit A to this Ordinance; NOW, THEREFORE, BE IT ORDAINED by the City Council of the City of McHenry, McHenry County, Illinois, as follows: SECTION 1: That the amendments to the Budget Ordinance for the Fiscal Year Ending April 30, 2019 are hereby approved in the form and content as provided by Exhibit "A" which is attached hereto and made part hereof. SECTION 2: If any section, paragraph, subdivision, clause, sentence or provision of this Ordinance shall be adjudged by any Court of competent jurisdiction to be invalid, such judgment shall not affect, impair, invalidate or nullify the remainder thereof, which remainder shall remain and continue in full force and effect. SECTION 3: All ordinances, or parts of ordinances in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: This ordinance shall be published in pamphlet form by and under the authority of the corporate authorities of the City of McHenry, Illinois. SECTION 5: This ordinance shall be in full force and effect from and after its passage, approval and publication, as provided by law. Passed this 23rd day of July 2018 by roll call vote as follows: Voting Aye: Alderwoman Condon, Aldermen Curry, Schaefer, Santi, Devine, Mihevc and Glab Voting Nay: 0 Absent:0 (SEAL) ATTEST: Deputy City Clerk Published: % 1 r 12 0) `6 EXHIBIT A The following budget items are amended by this Ordinance: General Fund (Fund 100, Department 33, Account 5110) - $44,430 City o,McHenry Professional Services Contract Professional Services Contract Between The City Of McHenry And HR Green, Inc. For Professional Engineering Services For Pearl Street ITEP Improvements Revised 5/22/17 City of McHenry Professional Services Contract Professional Services Contract Between The City of McHenry And HR Green, Inc. For Professional Engineering Services For Pearl Street ITEP Improvements TABLE OF CONTENTS ARTICLE 1. THE SERVICES .............................................. 1.1 Intent.............................................................. 1.2 Services.......................................................... 1.3 Project Time .................................................. 1.4 Term; Extensions ........................................... 1.5 Other Contracts .............................................. 1.6 Responsibility of Consultant to Perform ....... 1.7 Financial Ability to Perform .......................... ARTICLE 2. COMPENSATION AND PAYMENT ............ 2.1 Pricing Schedule ........................................... 2.2 Monthly Payment; Invoices .......................... 2.3 Taxes............................................................. 2.4 Final Payment ............................................... 2.5 Deductions.................................................... 2.6 Use of Deducted Funds ................................. 2.7 Keeping Books and Accounts ....................... ARTICLE 3. PERFORMANCE OF SERVICES ................. 3.1 Standard of Performance .............................. 3.2 Correction of Defects .................................... 3.3 Risk of Loss .................................................. 3.4 Opinions of Probable Cost ............................ 3.5 City Responsibilities ..................................... f h E Page ..........................................................1 ..........................................................1 ..........................................................1 ..........................................................1 ........................................I.................1 ..........................................................1 ...............................I..........................1 .......................................................... 2 ............................................ I............. 2 .................................... I..................... 2 .......................................................... 2 .................................. I....................... 2 ........................................................... 2 ........................................................... 3 ....... ......................... I.......................... 3 ........................................................... 3 ........................................................... 3 ........................................................... 3 ........................................................... 3 ....... ......................... I.......................... 4 ........................................................... 4 .............................. I..................... 4 3.6 Time o t e ssenee.............................................................. _ 5 Revised 5/22/17 City of McHenry Professional Services Contract 3.7 Suspension of Services............................................................................................ 5 ARTICLE 4. SERVICES CHANGE ORDERS; DELAYS............................................................ 5 4.1 Services Change Orders.......................................................................................... 5 4.2 Revision Notices...................................................................................................... 5 4.3 No Change in Absence of Services Change Order .................................................. 5 4.4 Delays...................................................................................................................... 5 ARTICLE5. INSURANCE............................................................................................................ 6 5.1 Insurance.................................................................................................................. 6 5.2 Scope of Coverage; Minimum Limits of Coverage ................................................. 6 5.3 Deductibles and Self -Insured Retentions................................................................6 5.4 Additional Requirements......................................................................................... 6 5.5 Verification of Coverage......................................................................................... 7 5.6 Sub -Consultants and Suppliers................................................................................ 8 ARTICLE6. INDEMNIFICATION............................................................................................... 8 6.1 Agreement to Indemnify.......................................................................................... 8 6.2 No Limit Based on Insurance.................................................................................. 8 6.3 Withholding Payment.............................................................................................. 8 6.4 Limit on Duty to Indemnify..................................................................................... 8 ARTICLE7. ARBITRATION........................................................................................................ 8 7.1 Arbitration............................................................................................................... 8 ARTICLE8. TERMINATION.......................................................................................................9 8.1 Contract is At-Will.................................................................................................. 9 8.2 Termination by City for Breach............................................................................... 9 8.3 City Remedies.......................................................................................................... 9 8.4 Termination by Consultant for Breach.................................................................... 9 ARTICLE 9. LEGAL RELATIONSHIPS AND GENERAL REQUIREMENTS .........................9 9.1 Consultant as Independent Consultant..................................................................10 9.2 Compliance with Laws; Communications with Regulators..................................10 9.3 Permits and Licenses.............................................................................................10 9.4 Safety; Hazardous Materials..................................................................................10 9.5 Ownership of Data and Documents.......................................................................10 9.6 Notices...................................................................................................................10 9.7 No Waiver by City.................................................................................................10 9.8 No Third -Parry Beneficiaries................................................................................. I I Revised 5/22/17 City of McHenry Professional Services Contract 9.9 Survival of Terms..................................................................................................11 9.10 Assignments..........................................................................................................11 9.11 Amendments..........................................................................................................11 9.12 Governing Law......................................................................................................11 9.13 Compliance with Laws, Grant Regulations...........................................................11 9.14 Representation of No Conflicts.............................................................................11 9.15 No Collusion..........................................................................................................11 Revised 5/22/17 City of McHenry Professional Services Contract Professional Services Contract Between The City of McHenry And HR Green, Inc. For Professional Engineering Services For Pearl Street ITEP Improvements This contract (the "Contract") is dated as of July 23rd, 2018 (the "Effective Date") and is by and between the City of McHenry, an Illinois municipal corporation, (the "City") and HR Green, Inc. (the "Consultant"). In consideration of the mutual covenants and promises contained herein, the parties agree as follows: ARTICLE 1. THE SERVICES 1.1 Intent. It is the intent of the parties that this Contract govern the relationship of the parties. 1.2 Services. The Consultant will perform for the City the following services (the "Services"): Proposed Scope of Services is identified on Pages 1-4 of HR Green, Inc. "Services" section included in attached Proposal. 1.3 Project Time. The Services will be performed according to the following schedule ("Project Schedule"): Proposed Schedule is identified on Page 5 of HR Green, Inc. "Project Schedule" section included in attached Proposal. The Services will be completed on or before March 4, 2019 (the "Completion Date"). The Completion Date shall be effective for substantial completion all design services. Bidding Services and Construction Support shall be completed after the date of substantial completion in coordination with construction of the project. 1.4 Term; Extensions. This Contract commences on the Effective Date and terminates on December 31, 2019 unless terminated earlier pursuant to Article 8 of this Contract (the "Term"). All terms of this Contract, including without limitation pricing terms, are firm during the Term, unless as embodied in an amendment to this Contract in accordance with Section 9.15. The Parties may extend this Contract for two additional one-year periods (each an "Extended Term"). Pricing terms may be adjusted by written agreement at the beginning of an Extended Term. 1.5 Other Contracts. The City may enter into agreements with other consultants, pursuant to which the City may award work from time to time at the City's discretion. 1.6 Responsibility of Consultant to Perform. The Consultant must provide all personnel necessary to complete the Services. The Consultant must perform the Services with its own personnel and under the management, supervision, and control of its own organization unless otherwise approved by the City in writing. All sub -consultants and supplies used by the Consultant in the -1- City of McHenry Professional Services Contract performance of Services must be acceptable to, and approved in advance by, the City. The City's approval of any sub -consultant or supplier will not relieve the Consultant of full responsibility and liability for the provision, performance, and completion of the Services in full compliance with, and as required by or pursuant to, this Contract. All Services performed by any sub -consultant or supplier are subject to all of the provisions of this Contract in the same manner as if performed directly by the Consultant. If any sub -consultant or supplier fails to properly perform any Services undertaken by it in compliance with this Contract, then the Consultant, immediately on notice from the City, must remove that sub -consultant or supplier and undertake the Services itself or replace the sub - consultant or supplier with a sub -consultant or supplier acceptable to the City. The Consultant will have no claim for damages, for compensation in excess of the Compensation, or for delay or extension of the Project Schedule as a result of any such removal or replacement. 1.7 Financial Ability to Perform. When executing this Contract, the Consultant represents and declares that it is financially solvent, has the financial resources necessary, has sufficient experience and competence, and has the necessary capital, facilities, organization, and staff necessary to provide, perform, and complete the Services set forth in this Contract in full compliance with, and as required by or pursuant to, this Contract. ARTICLE 2. COMPENSATION AND PAYMENT 2.1 Pricing Schedule. As compensation for the performance of the Services ("Compensation"), the City will pay the Consultant the following amounts and in the following manner: Proposed Pricing is identified on Page 5 of HR Green, Inc. "Compensation" section included in attached Proposal. Except for the Compensation, the City will have no liability for any expenses or costs incurred by the Consultant. 2.2 Monthly Payment; Invoices. The Compensation will be paid in monthly installments. The Consultant must submit to the City, on a monthly basis, a written invoice for payment for completed work. The City may specify the specific day of the month on or before which invoices must be filed. Each invoice must be accompanied by receipts, vouchers, and other documents as necessary to reasonably establish the Consultant's right to payment of the Compensation stated in the invoice. In addition, each invoice must include (a) employee classifications, rates per hour, and hours worked by each classification and, if the Services are to be performed in separate phases, for each phase, (b) total amount billed in the current period and total amount billed to date and, if the Services are to be performed in separate phases, for each phase, and (c) the estimated percent completion of the Services and, if the Services are to be performed in separate phases, for each phase. 23 Taxes. The Compensation includes applicable federal, State of Illinois, and local taxes of every kind and nature applicable to the services provided by the Consultant and all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits. The Consultant will never have a claim or right to claim additional compensation by reason of the payment of any such tax, contribution, premium, costs, royalties, or fees. 2.4 Final Payment. The Services will be considered complete on the date of final written -2- City of McHenry Professional Services Contract acceptance by the City of the Services or the relevant phase of the Services. Services related to a submission of the Consultant will be deemed accepted by the City if the City does not object to those Services in writing within 30 days after the submission by the Consultant of an invoice for final acceptance and payment The City will make final payment to the Consultant within 30 days after final acceptance of the Services, after deducting therefrom charges, if any, as provided in this Contract ("Final Payment"). The acceptance by the Consultant of Final Payment will operate as a full and complete release of the City by the Consultant of and from any and all lawsuits, claims, or demands for further payment of any kind for the Services encompassed by the Final Payment. 2.5 Deductions. Notwithstanding any other provision of this Contract, the City may deduct and withhold from any payment or from Final Payment such amounts as may reasonably appear necessary to compensate the City for any loss due to (1) Services that are defective, nonconforming, or incomplete, (2) liens or claims of lien, (3) claims against the Consultant or the City made by any of the Consultant's sub -consultants or suppliers or by other persons about the Services, regardless of merit, (4) delay by the Consultant in the completion of the Services, the cost to the City, including without limitation reasonable attorneys' fees, of enforcing the terms of this Contract. The City will notify the Consultant in writing of the City's determination to deduct and withhold funds, which notice will state with specificity the amount of, and reason or reasons for, such deduction and withholding. 2.6 Use of Deducted Funds. The City will be entitled to retain any and all amounts withheld pursuant to Section 2.5 above until the Consultant either has performed the obligations in question or has furnished security for that performance satisfactory to the City. The City will be entitled to apply any money withheld or any other money due to the Consultant to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, and reasonable attorneys' fees (collectively "Costs") incurred, suffered, or sustained by the City and chargeable to the Consultant under this Contract. 2.7 Keeping Books and Accounts. The Consultant must keep accounts, books, and other records of all its billable charges and costs incurred in performing Services in accordance with generally accepted accounting practices, consistently applied, and in such manner as to permit verification of all entries. The Consultant must make all such material available for inspection by the City, at the office of the Consultant during normal business hours during the Term and for a period of five years after termination of this Contract. Copies of such material must be furnished to the City at the City's request and expense. ARTICLE 3. PERFORMANCE OF SERVICES 3.1 Standard of Performance. The Consultant must perform the Services in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances in the Chicago Metropolitan Region ("Standard of Performance"). The Consultant is fully and solely responsible for the quality, technical accuracy, completeness, and coordination of all Services. All plans and other documents furnished by the Consultant shall be endorsed and stamped with professional seals when such seals are required by law. 3.2 Correction of Defects. The Consultant must provide, for no additional Compensation and at no separate expense to the City, all work required to correct any defects or deficiencies in the performance of Services, regardless of whether the defect or deficiency relates to the work of the Consultant or of the Consultant's sub -consultants or suppliers. -3- City of McHenry Professional Services Contract 33 Risk of Loss. The Consultant bears the risk of loss in providing all Services. The Consultant is responsible for any and all damages to property or persons arising from any Consultant error, omission, or negligent act and for any losses or costs to repair or remedy any work undertaken by the City based on the Services as a result of any such error, omission, or negligent act. Notwithstanding any other provision of this Contract, the Consultant's obligations under this Section 3.3 exist without regard to, and may not be construed to be waived by, the availability or unavailability of any insurance, either of the City or the Consultant, to indemnify, hold harmless, or reimburse the Consultant for damages, losses, or costs. 3.4 Opinions of Probable Cost. The Parties recognize that neither the Consultant nor the City has control over the costs of labor, materials, equipment, or services furnished by others or over competitive bidding, market or negotiating conditions, or construction contractors' methods of determining their prices. Accordingly, any opinions of probable costs provided under this Contract are considered to be estimates only, made on the basis of the Consultant's experience and qualifications, and those opinions represent the Consultant's best judgment as an experienced and qualified professional, familiar with the industry. The Consultant does not guaranty that proposals, bids, or actual costs will not vary from the opinions prepared by the Consultant. 3.5 City Responsibilities. The City, at its sole cost and expense, will have the following responsibilities: (a) To designate in writing a person with authority to act as the City's representative with respect to the Services. In the absence of a written designation, the City's representative will be the City Administrator. The City's representative will have the authority to act on behalf of the City except on matters that require approval of the City Council. (b) To provide to the Consultant all criteria and information about the requirements for the Services, including, as relevant, the City's objectives and constraints, schedule, space, capacity and performance requirements, and budgetary limitations. (c) To provide to the Consultant existing studies, reports, and other available data relevant to the Services. (c) To arrange for access to, and make provisions for the Consultant to enter on, public and private property as reasonably required for the Services. (e) To provide, as relevant, surveys describing physical characteristics, legal limitations, and utility locations for the Services and the services of other consultants when the services of other consultants are requested by the Consultant and are necessary for the performance of the Services. 0 To provide structural, mechanical, chemical, air and water tests, tests for hazardous materials, and other laboratory and environmental tests, inspections, and reports required by law to be provided by the City in connection with the Services, except the extent such tests, inspections, or reports are part of the Services. (g) To review reports, documents, data, and all other information presented by the Consultant as appropriate. (h) To provide approvals from all governmental authorities having jurisdiction over the Services when requested by the Consultant, except the extent such approvals are part of the Services. M City of McHenry Professional Services Contract Qr To provide, except as provided under Article 5 and Article 6 of this Contract, all accounting, insurance, and legal services as may be necessary from time to time in the judgment of the City to protect the City's interests with respect to the Services. 6) To attend meetings related to the Services. (k) To give prompt written notice to the Consultant whenever the City observes or otherwise becomes aware of any development that affects the scope or timing of Services, except that the inability or failure of the City to give any such a notice will not relieve the Consultant of any of its responsibilities under this Contract. 3.6 Time of the Essence. Time is of the essence for the Services and all activities with regard to the performance of the Services. 3.7 Suspension of Services. The City, at any time and for any reason, may suspend work on any or all Services by issuing a written work suspension notice to the Consultant. The Consultant must stop the performance of all Services within the scope of the suspension notice until the City directs the Consultant in writing to resume performance. ARTICLE 4. SERVICES CHANGE ORDERS; DELAYS 4.1 Services Change Orders. The City, from time to time, may issue a written order modifying or otherwise changing the scope of the Services included in a Services Change Order (a "Services Change Order"). Any Services Change Order in an amount exceeding $10,000 must be approved by the City Council. The Services Change Order will be generally in the form attached to and by this reference incorporated into this Contract as Attachment A. The Consultant may request a Services Change Order based on a claimed material change to any Services performed under this Contract. A Services Change Order may include additions to and deletions from the Services and will include requested equitable increases or decreases to the Compensation. 42 Revision Notices. Within three (3) days after the date of a Services Change Order, and in any event before the Consultant begins work on any changed Services, the Consultant must notify the City in writing if the Consultant desires a revision to the Services Change Order (a "Revision Notice"). The Revision Notice must clearly state the Consultant's requested revisions and the reasons for the revisions. If the City agrees to any revision, then the City will issue a revised Services Change Order in a form acceptable to the Parties. If the Consultant does not submit a Revision Notice within the (3) -day period, then the Consultant will be deemed to have accepted the Services Change Order and the Services Change Order will be final. 43 No Change in Absence of Services Change Order. No claim for an adjustment in Compensation or Project Schedule will be made or allowed unless it is embodied in a Services Change Order signed by the City and the Consultant. If the Consultant believes it is entitled to an adjustment in the Compensation or Project Schedule terms that has not been included, or fully included, in a Services Change Order, then the Consultant may submit to the City a written request for the issuance of, or revision of, a Services Change Order including the desired adjustment. The Consultant's request must be submitted before the Consultant proceeds with any Services for which an adjustment is desired. 44 Delays. If a delay in providing Services results from one or more causes that could not be avoided or controlled by the Consultant, then the Consultant may be entitled to an extension -5- City of McHenry Professional Services Contract of the Project Schedule for a period of time equal to that delay, or an adjustment in Compensation for extra costs related to the delay, or both. The Consultant must notify the City in writing within 3 days after the start of the delay and again in writing within 3 days after the delay has ended (the "Delay Period"). The first notice must state the cause or causes of the delay and the impact of the delay on providing Services. The second notice must state the cause or causes of the delay, the length of the day, the reasons why the delay disrupted performance of the Services and the Consultant's request, if any, for a change in Compensation or Project Schedule. If the Consultant fails to submit notices as provided in this Section 4.5, then the Consultant will be deemed to have waived any right to an adjustment in Compensation for the Services. ARTICLE 5. INSURANCE 5.1 Insurance. The Consultant must procure and maintain, for the duration of this Contract, insurance as provided in this Article 5. 5.2 Scope of Coverage; Minimum Limits of Coverage. (a) Commercial General Liability. Insurance Services Office ("ISO"), or reasonable equivalent, Commercial General Liability occurrence form CG 0001, with the City and its officials, officers, employees, and agents named as additional insured on Insurance Service Office (ISO) Additional Insured Endorsement CG 2010 (Exhibit A) or CG 2026 (Exhibit B). Coverage must be at least $1,000,000 combined single limit per occurrence for bodily injury and for property damage and $1,000,000 per occurrence for personal injury. The general aggregate must be twice the required occurrence limit. Minimum General Aggregate must be no less than $2,000,000 or a project- contract specific aggregate of $1,000,000. (b) Automobile Liability. Insurance Service Office Business Auto Liability coverage form number CA 0001, Symbol 01 "Any Auto." Coverage must be at least $1,000,000 combined single limit per accident for bodily injury and property damage. (c) Professional Liability. Indemnification and for injury or damage arising out of negligent acts, errors, or omissions in providing professional services, including without limitation: (i) preparing, approving, or failure to prepare or approve maps, drawings, opinions, report, surveys, designs or specifications and (ii) providing direction, instruction, supervision, inspection, or engineering services or failing to provide them, if that is the primary cause of injury or damage. Coverage must be at least $1,000,000 each claim with respect to negligent acts, errors, and omissions in connection with all professional services to be provided under this Contract. (d) Workers' Compensation and Employers' Liability. Workers' Compensation as required by the Workers' Compensation Act of the State of Illinois and Employers' Liability insurance. Coverage must be at least Workers' Compensation Coverage with statutory limits and Employers' Liability limits of $500,000 per accident. 53 Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared to and approved by the City. At the option of the City, either the insurer must reduce or eliminate such deductibles or self -insured retentions with respect to the City and its officials, officers, employees, and agents or the Consultant must procure a bond guaranteeing payment of losses and related investigation, claim administration, and Consultant defense expenses. 5.4 Additional Requirements. The insurance policies must contain, or be endorsed to contain, the following provisions: INS City of McHenry Professional Seri,ices Contract (a) Commercial General Liability and Automobile Liability Coverage, The City and its officials, officers, employees must be covered as additional insured as respects: liability arising out of the Consultant's work, including without limitation activities performed by or on behalf of the Consultant and automobiles owned, leased, hired, or borrowed by the Consultant. Coverage must contain no special limitations on the scope of protection afforded to the City or its officials, officers, employees, and agents. (b) Primary Coverage. The insurance coverage must be primary with respect to the City and its officials, officers and employees. Any insurance or self-insurance maintained by the City and its officials, officers, employees, and agents will be excess of the Consultant's insurance and will not contribute with it. (c) Severability of Interests/Cross Liability. The insurance must contain a Severability of Interests/Cross Liability clause or language stating that the insurance will apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's ability. (d) Umbrella Policies. If any commercial general liability insurance is being provided under an excess or umbrella liability policy that does not "follow form," then the Consultant must name the City and its officials, officers and employees, as additional insured under the umbrella policy. (e) Occurrence Form. All general liability coverage must be provided on an occurrence policy form. Claims -made general liability policies are not acceptable. M Workers' Compensation and Employers' Liability Coverage. The insurer must agree to waive all rights of subrogation against the City and its officials, officers, employees, and agents for losses arising from work performed by the Consultant. (g) Professional Liability. If the policy is written on a claims -made form, the retroactive date must be equal to or preceding the effective date of this Contract. If the policy is cancelled, non - renewed, or switched to an occurrence form, then the Consultant must purchase supplemental extending reporting period coverage for a period of not less than three years after the date of substantial completion. (h) All Coverage. Each insurance policy required must have the City expressly endorsed onto the policy as a Cancellation Notice Recipient. If a policy is canceled before the expiration date of that policy, then notice must be delivered to the City in accordance with the policy provisions prior to the expiration date. 0 Acceptability of Insurers. Insurance must be placed with insurers with a Best's rating of no less than A-, VII and licensed to do business in the State of Illinois. 0) Waiver of Limitation. The Consultant hereby agrees to waive any limitation as to the amount of contribution recoverable against it by the City. This specifically includes any limitation imposed by any state statute, regulation, or case law including any Workers' Compensation Act provision that applies a limitation to the amount recoverable in contribution, such as Kotecki v. Cyclops Welding. Each sub -consultant also must agree to this waiver. 55 Verification of Coverage. The Consultant must furnish the City with certificates of insurance naming the City and its officials, officers, employees, and agents as additional insured and -7- City of McHenry Professional Services Contract with original endorsements affecting coverage required by this Article 5. The certificates and endorsements for each insurance policy must be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements may be on forms provided by the City or may be ISO Additional Insured Endorsements CG 2010 or CG 2026, or reasonable equivalent, and in any event must be received and approved by the City before any work commences. The City reserves the right to request a full certified copy of each insurance policy and endorsement. 5.6 Sub -Consultants and Suppliers. The Consultant must include all sub -consultants as insured under its policies or must furnish separate certificates and endorsements for each sub - consultant. All coverage for sub -consultants are subject to all of the requirements stated in this Article 5. ARTICLE 6. INDEMNIFICATION 6.1 Agreement to Indemnify. To the fullest extent permitted by law, the Consultant hereby agrees to indemnify and, at the City's request, defend the City and its officials, employees, agents, and representatives (collectively the "Indemnified Parties") against all injuries, deaths, loss, damages, claims, patent claims, lawsuits, liabilities, judgments, costs, and expenses, including attorney fees incurred by the City (collectively "Claims"), that may in any way accrue against the Indemnified Parties or any one of them arising in whole, or in part, or in consequence of the negligent or intentionally tortious performance of any services by the Consultant or its employees or sub - consultants or that may in any way result therefrom, except only Claims arising out of the sole legal cause of the City. In addition, Consultant hereby agrees to indemnify the City with regard to any damages, costs and expenses, including attorney fees incurred by the City for any failure by the Consultant to comply with insurance reporting provisions of any Consultant insurance policy adversely affecting coverage provided to the indemnified parties. 6.2 No Limit Based on Insurance. The Consultant expressly acknowledges and agrees that any performance bond or insurance policy required by this Contract, or otherwise provided by the Consultant, will in no way limit the responsibility to indemnify and defend the Indemnified Parties or any one of them. 63 Withholding Payment. To the extent that any payment is due to the Consultant under this Contract, the City may withhold that payment to protect itself against any Indemnified Claims until all claims, suits, or judgments have been settled or discharged and evidence to that effect has been furnished to the satisfaction of the City. 64 Limit on Duty to Indemnify. The Consultant is not required to indemnify an Indemnified Party to the extent a Claim resulted solely from the negligence or willful misconduct of the Indemnified Party. ARTICLE 7. ARBITRATION 7.1 Arbitration. Any controversy or claim arising out of or relating to this Contract, or the breach thereof, shall be settled by binding arbitration administered by the American Arbitration Association under its Construction Industry Arbitration Rules or JAMS Dispute Resolution, as determined in the exclusive discretion of the City, at 333 N. Green St. McHenry, Illinois, and judgment on the award rendered by the arbitrator may be entered in any court having jurisdiction thereof. The parties agree that an arbitration award by default may be entered upon the party failing to appear or defend itself in any arbitration proceeding. In the event of any arbitration or litigation of this Contract, the non -prevailing party, as determined by the arbiter or court, shall pay all expenses -8- City of McHenry Professional Services Contract incurred by the prevailing party, including, but not limited to (a) attorney's fees, (b) filing costs, (c) witness fees, and (d) other general expenses of arbitration or litigation. ARTICLE 8. TERMINATION 8.1 Contract is At -Will. This Contract is at -will and may be terminated by the City at any time at the City's convenience, without reason or cause. If the City terminates this Contract without reason or cause, then the Consultant will be entitled to Compensation for all Service performed by the Consultant up to the date of termination. The Consultant is not entitled to any consequential damages, including without limitation for lost profit, for any Services not performed by the Consultant. 82 Termination by City for Breach. The City at any time, by written notice providing Consultant with 10 days' to cure any alleged breach hereof, may terminate this Contract of breach by the Consultant and of one or more terms of this agreement. "Breach" by the Consultant includes (a) failure of the Consultant to adhere to any terms or conditions of this Contract, (b) failure of the Consultant to properly perform Services, (c) or failure of the Consultant to maintain progress in the performance of Services so as to endanger proper performance of the Services within the Project Schedule, (d) failure of the Consultant to have or maintain adequate resources to complete any Services. 83 City Remedies. If the City terminates this Contract for Breach by the Consultant, then the City will have the right, at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies: (a) The City may recover from the Consultant any and all costs, including without limitation reasonable attorneys' fees, incurred by the City as the result of any Breach or as a result of actions taken by the City in response to any Breach. (b) The City may withhold any or all outstanding Compensation to reimburse itself or pay for any and all costs, including without limitation reasonable attorneys' fees, incurred by the City as the result of any Breach or as a result of actions taken by the City in response to any Breach. In that event, the City will pay any excess funds to the Consultant, if any, after all of the City's costs are reimbursed or paid. If the Compensation withheld by the City is insufficient to reimburse the City for, or pay, all costs, then the City will has the right to recover directly from the Consultant a sum of money sufficient to reimburse itself, or pay, all remaining costs. 8.4 Termination by Consultant for Breach. The Consultant at any time, by written notice, terminate this Contract on account of failure by the City to properly pay the Consultant and failure of the City to cure the breach within 10 days after that written notice or such further time as the Consultant may agree, in the Consultant's sole discretion, in response to a written notice from the City seeking additional time to cure. W City of McHenry Professional Services Contract ARTICLE 9. LEGAL RELATIONSHIPS AND GENERAL REQUIREMENTS 9.1 Consultant as Independent Consultant. For purposes of this Contract, the Consultant is an independent consultant and is not, and may not be construed or deemed to be an employee, agent, or joint venturer of the City. 9.2 Communications with Regulators. Any written communication by Consultant directly with applicable governmental regulatory agencies with regard to Services shall be copied to the City. 9.3 Permits and Licenses. The Consultant must obtain and pay for all permits and licenses, registrations, qualifications, and other governmental authorizations required by law that are associated with the Consultant's performance of Services. 9.4 Safely; Hazardous Materials. (a) Protection of Health, Environment. The Consultant's personnel must be experienced and properly trained to perform the Services and must take adequate precautions to protect human health and the environment in the performance of Services. (b) Notice of Hazardous Conditions. If the Consultant observes a potentially hazardous condition relating to the Services, then the Consultant must bring that condition to the attention of the City. (c) Hazardous Materials. The Consultant acknowledges that there may be hazardous substances, wastes, or materials as defined by applicable Law ("Hazardous Materials") at a project site or otherwise associated with Services, and the Consultant under those circumstances must take appropriate precautions to protect its employees, sub -consultants, and suppliers. 9.5 Ownership of Data and Documents. All data and information, regardless of its format, developed or obtained under this Contract (collectively "Data"), other than the Consultant's confidential information, will be and remain the sole property of the City. The Consultant must promptly deliver all Data to the City at the City's request. The Consultant is responsible for the care and protection of the Data until that delivery. The Consultant may retain one copy of the Data for the Consultant's records subject to the Consultant's continued compliance with the provisions of this Article. The City hereby indemnifies the Consultant for damages caused by the City's misuse or reuse of Data not originally intended. 9.6 Notices. Any notice or communication required by this Contract will be deemed sufficiently given if in writing and when delivered personally or upon receipt of registered or certified mail, postage prepaid, with the U.S. Postal Service and addressed as follows: If to the Citv: City Administrator City of McHenry 333 S. Green Street McHenry, Illinois 60050 with a copy to: Public Works Director Public Works Department 1415 Industrial Drive McHenry, Illinois 60050 -10- City of McHenry Professional Services Contract If to the Consultant: with a copy to: or to such other address as the party to whom notice is to be given has furnished in writing. 9.7 No Waiver by City. No act, order, approval, acceptance, or payment by the City, nor any delay by the City in exercising any right under this Contract, will constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming, or incomplete Services or operate to waive any requirement or provision of this Contract or any remedy, power, or right of the City. 9.8 No Third -Party Beneficiaries. This Contract is for the benefit of the City and the Consultant only and there can be no valid claim made or held against the City or the Consultant by any third party to be a beneficiary under this Contract. 9.9 Survival of Terms. The following sections will survive the termination of this Contract: 2.7, 3.2, 6.1, 8.4, 9.7, 9.8, and 9.9. 9.10 Assignments. The Consultant may not assign or transfer any term, obligation, right, or other aspect of this Contract without the prior express written consent of the City. If any aspect of this Contract is assigned or transferred, then the Consultant will remain responsible to the City for the proper performance of the Consultant's obligations under this Contract. The terms and conditions of any agreement by the Consultant to assign or transfer this Contract must include terms requiring the assignee or transferee to fully comply with this Contract unless otherwise authorized in writing by the City. 9.11 Amendments. This Contract may be amended only in writing executed by the City and the Consultant. 9.12 Governing Law. The validity, construction, and performance of this Contract and all disputes between the parties arising out of or related to this Contract will be governed by the laws of the State of Illinois without regard to choice or conflict of law rules or regulations. 9.13 Compliance with Laws Grant Regulations. All Services must be provided, performed, and completed in accordance with all applicable governmental permits, licenses, or other approvals and authorizations, and with applicable statutes, ordinances, rules, and regulations. The Consultant also must comply with applicable conditions of any federal, state, or local grant received by the City with respect to this Contract. The Consultant will be solely responsible for any fines or penalties that may be imposed or incurred by a governmental agency with jurisdiction over the Services as a result of the Consultant's improper performance of, or failure to properly perform, any Services. 9.14 Representation of No Conflicts. The Consultant represents that, to the best of its knowledge, (1) no City employee or agent is financially interested, directly or indirectly, in the business of the Consultant or this Contract, (2) as of the Effective Date neither the Consultant nor any person employed by the Consultant has any interest that would conflict in any manner or degree with the performance of the obligations under this Contract, and (3) neither the Consultant nor any person employed by or associated with the Consultant may at any time during the Term obtain or -11- City of McHenry Professional Services Contract acquire any interest that would conflict in any manner or degree with the performance of the obligations under this Contract. 9.15 No Collusion. The Consultant represents that the Consultant is not barred from contracting with a unit of state or local government as a result of (1) a delinquency in the payment of any tax administered by the Illinois Department of Revenue unless the Consultant is properly contesting its liability for the tax or the amount of the tax or (2) a violation of either Section 33E-3 or Section 33E4 or Article 33E of the Criminal Code of 1961, 720 ILCS 5/22E4 et seq. The Consultant represents that the only persons, firms, or corporations interested in this Agreement as principals are those disclosed to the City prior to the execution of this Contract and that this Contract is made without collusion with any other person, firm, or corporation. WHEREFORE, the City and the Consultant have caused this Contract to be executed by their duly authorized representatives as of the Effective Date. CITY OF MCHENRY By: Name: JonM. �cnmitt Title: Public Works Director Date: 7 — 2 6 ' 143 HR GreQr Tn� By: Name: Title: Date: 7 �Z5w� — 2f)Lg -12- City of McHenry Professional Services Contract ATTACHMENT A SERVICES CHANGE ORDER NO. In accordance with Section 4.1 of the Contract dated , 20 between the City and the Consultant, the Parties agree to the following Services Change Order: 1. Change in Services: 2. Change in Project Schedule (attach schedule if appropriate): 3. Change in Completion Date: All Services must be completed on or before: 20 4. Change in Compensation: ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT REMAIN UNCHANGED. CITY CONSULTANT [City's project representative] Signature Name (Printed or Typed) 20 ,20— Date Date If compensation change greater than $3 500 then City Administrator signature required. 20 City Administrator Date If compensation change greater than $10 000 then City Council approval and Mayor signature required. , 20 Mayor Date -1- ��� -��;�:. . - � L L w� i`--` - ; �. -w-� � ���� 4 �' .'i4 �. ._ July 6, 2018 TABLE OF CONTENTS EVALUATION FACTORS COVER LETTER 1 PROJECT APPROACH & SERVICES X .............................................................................................................................................. $ APPROACH TO QUALITY CONTROL X 4 APPROACH TO SCHEDULE MANAGEMENT x 5 PROJECT SCHEDULE X 5 COMPENSATION .............................................................................................................................................. 6 TEAM RESUMES )C ...:... x x x x x ................................ x x x.,.......x.,...... X... x K.........K..... ,.. K... xx .,............... ... X X D 420 North Front Street I Suite 100 1 McHenry, IL 80050 Main 815.385.1778 + Fax 815.385.1781 HRGreen July 6, 2018 Jon M. Schmitt, Public Works Director City of McHenry Public Works Department 1415 Industrial Drive McHenry, IL 60050 GHRGREEN.COM Re: Pearl Street &Lincoln Road ITEP Improvements Phase 1&2 Design Engineering Services Dear Mr. Schmitt: After securing the ITEP grant for the Pearl Street and Lincoln Road Improvements, HRGreen, Inc. (HR Green) is eager to begin Phase I and II Design Engineering Services. Enclosed is our proposal for the project. Key things to consider: • Through our close working relationship with IDOT, we have a proven record of expediting approval of Phase I Engineering Reports and Phase II Contract Plans, which will bring this project to reality much more quickly. • We are local and can bring specialists onsite within minutes should an unforeseen challenge arise. • Our team brings a great deal of familiarity to the City of McHenry. We have worked on a significant number of your projects, including Phase I and Phase II Engineering for the Pearl Street and Lincoln Road project currently under construction, and we understand your processes. This streamlines decision making and reduces miscommunications. That translates into cost savings. Many of our employees not only work in McHenry but live here as well. We will all benefit from the improvements that are planned along Pearl Street and Lincoln Road. HR Green would be honored to be the firm that helps to bring an improved quality of life to our community. If you have questions about our proposal, please contact me at 815.759.8310, by cell at 815.509.6098, or by email Lauchaudhry@hrgreen.com. You may also contact Chad Pieper at 815.759.8346 or cpieper@hrgreen.com. Thank you for the opportunity to present this proposal. We look forward to continuing our work with the City. Sincerely, HR GREEN, INC. Akram Chaudhry, PE Vice President Chad Pieper, PE Municipal Services Manager Governmental Services: Midwest Certification I hereby certify that the information contained in this Proposal, including all attachments thereto, is true and accurate to the best of my knowledge. Name: Akram Chaudhry, PE Signature: Title: Vice President. Firm: HR Green Date: 07/06/18 \LI I`f1 a'r _� �;' - - - - _ >� - - r"`�1 .Y_��� � �.� � .. \ .. ` —r� � Kam , ��Li% .. ,. __ � �I, _ ,_. I R ��- __ I � jn — "v aq . �. R �. � � �"3? 1 �� �'i � � .. �� _ � �� 3 e ''� "' Key elements to HR Green's project approach include: PROJECT VISION The celebrated downtown area along Pearl Street is the heart of McHenry's cultural and transportation center. Deteriorating physical conditions for pedestrians and unattractive streetscape are affecting the corridor's long term viability. The proposed streetscape and lighting beautification improvements will help preserve the City's well-known downtown area and greatly improve the pedestrian and motorist experience within the corridor stimulating economic growth. SERVICES Phase I Engineering Time is of the essence on this project. Timely completion of the Phase I assignment will allow the City to maintain its aggressive schedule. The Phase I report will be prepared in accordance with IDOT Bureau of Local Roads and Streets policies, procedures, and standards. Throughout Phase I engineering, HR Green will advise the City on how to best proceed through the project's completion. We will commit resources and see that key personnel are available to complete the necessary Phase I engineering task as required for IDOT approval. The initial planning phase will include the development and evaluation of alternate plans for a bicycle route over the Fox River, as well as alternate pedestrian lighting plans within the project area along Pearl Street. Phase II Engineering HR Green will develop and assemble the contract plans and special provisions for a state letting, HR Green has a full service staff that can produce geometric, drainage, landscaping, structures, erosion control and ADA compliant crosswalk grading plans. The contract documents will be prepared for predetermined milestone submittals at 90% (pre -final) and 100% (final/for bid). At these milestone submittals, the contract documents will be distributed to City staff, utility companies, PROJECT &SERVICES APPROAGW 1 IDOT and any permitting/oversight agencies as necessary for review. Comments received will be addressed and a disposition of comments provided to the City at each stage of plan development. A Quality Assurance and Quality Control (QA/QC) engineer, as well as a construction engineer, will review all construction documents prior to their submittals to be certain of their completeness, accuracy, and constructability. One of the ways we have found to avoid additional costs and delays during construction is by performing a constructability review of the plans at a time when changes can be made without impacting construction. It is extremely important that in addition to a thorough QA/QC review, a constructability review by a qualified personnel be included. HR Green has construction staff with years of experience in the review of plans and specifications. Their review of plans will ensure the design team's intent is clearly detailed and that issues encountered during construction are minimized. the storm water pollution prevention plan (SWPPP) should the improvements encompass over one (1) acre of land disturbance. Preparation of the SWPPP will include selection of appropriate source controls and flow controls for the site conditions; maintenance and inspection procedures; and an erosion control plan providing locations of the controls and details. HR Green will also develop and submit opinions of probable construction cost at each milestone stage for the improvements. The cost estimates will be updated and refined throughout the design process so that the City always has the latest cost estimate. The final estimate of cost will represent HR Green's opinion regarding future contractor bid proposals. Recent and historical unit price data for the region will be used to refine the estimate. As the cost estimates are continually updated, HR Green will contact various area contractors to discuss current pricing in order to 'dial -in' and deliver an accurate cost estimate. The construction of the proposed work will likely require diligent coordination and permitting from numerous agencies. During engineering design development, as the scope becomes increasingly defined, HR Green will address the permitting requirements of each agency (Federal, State and Local), track permit submittals, and secure the necessary permits when applicable. Multiple coordination meetings will be required during The contract plans will include the following sheets: engineering design and development of the construction • Cover Sheet documents. Anticipated meetings will be required with City • Index/List of Standards/General Notes staff. Initially a kickoff meeting will be held as the first of an interactive working relationship to reinforce City objectives • Summary of Quantities as they relate to economical and functional design, to define • Typical Sections scope, to exchange available information, and to coordinate • Alignment, Ties & Benchmarks an effective project schedule. The project coordination and Suggested Maintenance of Traffic Typical Sections & meetings anticipated include: • Schematic(s) • Kickoff meeting with City staff • Existing Condition Site Removal Plans (20 scale) • IDOT Phase 1/11 Kickoff meeting • Proposed Site Grading Plans (20 scale) • Progress meeting at the completion of Phase I and start of Phase II • Detailed Sidewalk & Plaza Grading Plans (10 scale) Design review meeting at the completion of the pre -final • Lighting & Electrical Plans (20 scale) plans • Erosion Control & Landscaping Plans (20 scale) Preparation and the distribution of meeting minutes for all • Construction Details meetings attended will detail the discussion of attendees along Project specifications will also be prepared to accompany the with the action required of all attendees. By maintaining open plans. The project specifications will provide detailed procedures lines of communication from the beginning of the project to the and specific contractor guidelines to complete the work. The end, we gain access to invaluable input and support. specification package will also include permits obtained, and ®PEARL STREET & LINCOLN ROAD IMPROVEMENTS DCity of McHenry PROJECT APPROACH & SERVICES 2 HRGreen Our Quality Control program will provide a framework for VALUE ENGINEERING: We strive to identify and achieve project requirements; risk management; project controls; value engineering; and Quality Assurance/Quality Control (QA/QC). We have worked with hundreds of public agencies to enhance quality control procedures that address specific agency needs for a full life lifecycle (concept planning, master planning, design, project management, construction, operations and maintenance). PEER REVIEW: Our QA/QC team members bring nearly 60 years of applicable experience reviewing the design of similar projects for Iowa jurisdictions. They have developed and managed internal design and construction QA/QC processes for consulting engineering firms. Upon notice -to -proceed, our QA/QC Team, Project Manager, Lead Engineer, and the City will begin the QC process at the scoping stage and continue implementation throughout the life of the project. This allows us to operate from the "big picture" perspective giving us greater flexibility to apply and discover innovative ways to meet the City's project needs while implementing cost- and time- saving measures. DESIGN RISK MANAGEMENT: At the project identification and initiation stage, we will hold a meeting with a team of experts and stakeholders to discuss potential project issues and risks that may have an impact on the proposed schedule, budget, and success of the project. Project issues may involve buyoff from uninvolved 3rd parties or agencies, geotechnical issues, rising construction costs, permitting, and/or other work going on in the project area. Once issues/risks are identified, a plan will be put in place and incorporated into the project management plans and schedule to manage, monitor, and when needed, elevate these issues in order to reduce/eliminate possible risks. project cost reductions whenever possible starting at the concept level to gain full understanding of the design problem and possible solutions which is usually accomplished at the project definition stage. As the project progresses through the construction phase, it is not uncommon to find unanticipated field conditions which frequently can present a cost liability. Our team will vigorously search out options to eliminate, transfer, share, or reduce these unforeseen costs. In some instances these unanticipated conditions can actually be an opportunity for additional cost savings. We diligently work through construction contract close-out to save you money. SUBCONSULTANTS: Our subconsultants are required to follow not only their own QA/QC policies, but also HR Green's program. HR Green will review all subconsultants' deliverables to ensure compliance with the agreed to scope of work and applicable standards. Any deficiencies found will be immediately brought to the attention of the subconsultants for review and correction. Our subconsultant agreement requires that all subconsultants comply with quality control requirements specifically tailored to the project. A redline set and sign -off sheet is provided by the subconsultant for the task performed to HR Green to ensure that the quality control process has been implemented. We require subconsultants to provide a detailed quantity take off to ensure that the estimate for the project is completed accurately. The redline set delivered will be kept in the project file until such time when the project is complete. FOUR CHECK REVIEW PROCESS: Our four check process employs our QA/QC team as the extra set of eyes to review the work provided by the Project Engineer during four critical phases of the project. During these reviews, the QA/ PEARL STREET & LINCOLN ROAD IMPROVEMENTS �� D City of McHenry HRGreen APPROACH TO QUALITY &SCHEDULE MANAGEMENT � 3 OC Manager will mark-up the plans and discuss any proposed changes with the Project Engineer and Project Manager. Changes to the plans, specifications, and calculations are made only once the differences are reconciled and approved. In addition to a design check, our process also provides an additional set of eyes to review drafted plans. This ensures that the reconciled changes are made appropriately. TRACKING OF REVIEWS AND COMMENTS: Comments from each review cycle are summarized electronically by our staff. Our design responses are added and included with the following submittal to verify that all comments have been addressed. This approach has been extremely effective in resolving comments at early stages, avoiding repeat comments by reviewers, and coordinating responses among disciplines. OTHER SERVICES: Our staff also has the capability to provide constructability reviews and bid processing, making sure your bid documents are in the proper form and in compliance with the latest procurement rules before going to bid. OFFICE/WORKLOAD MANAGEMENT: Our management team meets regularly to assess public agency client workload needs and maintains a look -ahead schedule to project staffing needs so all deliverables are provided in a timely, cost-effective manner. Key factors we take into account include staff continuity throughout the project lifecycle, implementation of best management practices, and regular and detailed communication with our clients as to project status. - I ddd �'- _ Managing Influential Project Elements We will identify the project elements that will undoubtedly affect the schedule if they are not met; this is key to prioritizing the moving parts of the City's proposed project. ................................................................................ Selecting Effective Team Members Our team members were selected based on the expertise required to respond to the project' scope and goals; previous experience; and availability and workload. ................................................................................ Implementing OA/OC Procedures We conduct frequent quality checks to reduce the need for rework during design, as well as minimize errors or omissions that can carry into the construction phase; both of which affect schedule. Clear Communications Our team will communicate with City staff and the public on project plans and goals early on and at project milestones, which creates opportunities to receive feedback that can affect design, thus affecting schedule. ®PEARL STREET & LINCOLN ROAD IMPROVEMENTS D City of McHenry APPROACH TO QUALITY & SCHEDULE MANAGEMENT 4 HRGreen SCHEDULE The HR Green team has the ability and experience to successfully complete this project within the expedited schedule. We understand the importance of communicating the expectations to the project team members; hands-on management to keep the project team on track including regular communication with the City during the life of the project; providing the proper resources on the project at the appropriate time, and making adjustments when required. Below is a project schedule for completing the project based upon the anticipated selection schedule and the targeted June 2019 State letting. �• JUL '; AUG SEP OCT NOV ;DEC JAN FEB :MAR :APR ;MAY JUN ., Submittal of RFP to City (7/6/18) ■ € � '• '• . ...... ......... ........ .......................................................................................:.............:.......... ......... ...,.. Notice to Proceed (7/23/18) � ........................................................................................................:........... : City Review Meeting � � .... ......... ........ .......................................................................................:........ : Data Collection (7/24-7/27/18) ■ . � � � � .... ........ ........ ........ ......... .......................................................................................:.................. Environmental Studies (7/30-8/10/18) ■ � � � ......... ........ ........ ......... ......... ......... ........................................................................................................................ Lighting Design Alternatives (7/30-8/10/18) ■ 0 `• '• .... ......... ........ ,,,,,,_,. ....,... ........................................................................................................:................. Bridge Alternatives for Bicycle Access (7/24- � � 8/10/18) E E '• � � � � � i City Review Meeting ; � 6 Phase I Approval (8/31/18) ■ Pre'final Plans, Specifications &Estimates '• i � '• ' ■� � � � ■ (8/13/18-1/4/19) � � � � � ` City Review Meeting � � Final Plans, Specifications &Estimates (1/4- €a;�■ 3/4/19).......................................................................................................... .................................................... . . . State Letting (6/14/19) � ■ Schedule Key COI�/IPENSATION Notice to Proceed O City Review Meeting ■Task Duration HR Green offers the following man-hour estimate and Time and Material, Not to Exceed project cost. PEARL STREET & LINCOLN ROAD IMPROVEMENTS ���� D City of McHenry PROJECT SCHEDULE � COMPENSATION � 5 HRGreen PROJECT TEAM Chad Pieper, PE Jeff Strzalka, PE Brenda Lowery AMES Engineering Shawn Davis, PLA AFFILIATIONS - We don't just show up for the social events. HR Green takes leadership roles in industry organizations in order to generate discussions, formulate visions and effect change that will improve our client agencies. American Public Works Association (APWA) Illinois Municipal League American Society of Civil Engineers Illinois GIS Association American Society of Landscape Architects Illinois Association of Highway Engineers (District 3) Illinois Association for Floodplain and Stormwater Management American Water Works Association American Railway Engineering antl Maintenance of Way Association Structural Engineers Association of Illinois American Council of Engineering Companies (ACEC) Illinois Professional Land Surveyors Association American Council of Engineering Companies in Illinois American Planning Association Urban and Regional Information Systems Association International City I County Managers Association Pearl Street &Lincoln Avenue Improvements ��� D City of McHenry TEAM ORGANIZATION � 6 HRGreen CHAD PIEPER, PE Client Manager Chad Pieper, PE, provides municipal engineering services to the City of McHenry. He •Years of Experience: 20 attends meeting for the City and oversees plan review for commercial and residential developments. He also is the Project Manager for Engineering and Construction phases of •Education: BS, Civil Engineering the capital improvement projects. Some of these projects have included, development of a •Credentials: PE, Illinois GIS system, construction improvements for the wastewater treatment plants, construction of a new water treatment facility, construction of new roadway infrastructure and various roadway resurfacing projects. Chad coordinates all construction observation personnel working on projects within the City of McHenry by private developers. In addition to this work, Chad also assists the City with planning their CIP by identifying projects, providing budgetary cost estimates and identifying funding sources. Outside his municipal engineering role with the City of McHenry, Chad has experience assisting communities with all phases of Capital Improvement Projects of various types and sizes, including the design of roadway projects, traffic signal projects and public utility projects in various communities. Past projects have included new traffic signal design, new roadway design, and water main rehabilitation and extension projects. ......................................................................................................................................................................... JEFF STRZAKLA, PE Project Manager Jeff Strzalka, PE, brings career experience that includes project management and •Years of Experience: 17 the design of a vast array of Phase I, Phase II and Design -Build projects involving coordination, geometrics, crash analysis, construction cost estimates, environmental •Education: BS, Civil Engineering constraints and report preparation as well as developing contract plans for projects •Credentials: PE, Illinois, Wisconsin encompassing roadway realignment and reconstruction, intersection improvements, traffic signals, bridge construction, drainage improvements, utilities, lighting, traffic signals and streetscape elements. Jeff also specializes in the administration of municipal Motor Fuel Tax (MFT) projects, constructability reviews and pavement evaluations. His work has included the McHenry -Bull Valley Road at Curran Road Phase II project, the City of McHenry Pearl Street Lincoln Road grant funding project, the County of McHenry -Crystal Lake Road Phase I & II project, and the City of McHenry -Illinois Rte 31/120 project. .......................................................................................................................................................................... AKRAM CHAUDHRY, PE Phase I Engineering Akram Chaudhry, PE, brings a lifetime of experience in transportation and municipal •Years of Experience: 49 project development. He has given capable leadership to preliminary studies and final design for highways and municipal projects. He has facilitated intergovernmental •Education: BS, Civil Engineering agreements for the use of State and Federal Funds, IDOT policies, procedures, standards, •Credentials: PE, Illinois and construction management. Akram assists local agencies in completing funding packages to finance their roadway improvements with various types of funds available through the Illinois Department of Transportation and other agencies. He coordinates, manages and reviews Phase I Reports; Phase II Contract Plans, specifications, and estimates for compliance with approved reports, design policies, and state and federal requirements. He is also responsible for management of Phase III Construction contracts financed with State and Federal funds, He was instrumental in securing the funding for the Pearl Street and Lincoln Avenue Improvements project. Akram serves as Principal -in -Charge for road resurfacing and reconstruction programs in the following Illinois municipalities: Antioch, Homer Glen /Homer Township, Oswego, Johnsburg, Richmond, Spring Grove, Lake in the Hills, McHenry, Algonquin Township, McHenry Township and Nunda Township. Pearl Street &Lincoln Avenue Improvements ��� D City of McHenry TEAM RESUMES � 7 HRGreen ROBERT DAUIES, SE, PE Structural Engineering •Years of Experience: 39 •Education: MS, Civil Engineering; BS, Civil Engineering •Credentials: PE, Illinois, Iowa, Colorado Robert Davies, PE, brings a background includes extensive bridge design and condition inspection experience in Illinois and Wisconsin with stream Crossings, interstate overpasses, and railroad bridges. His structural engineering expertise covers the design and analysis of many types of earth -retaining structures and foundations. Recent projects include the City of McHenry Riverwalk - Phase I Project (Green Street to the pedestrian bridge), McHenry County DOT Miller Road Phase II project, McHenry Township Broadway Street Culver Replacement and the McHenry Township -Barnard Mill Road over Nippersink Creek Bridge Reconstruction. He was the Structural Engineer for the Union Pacific West Line project that included UPRR over Bunker (a new three -track railroad bridge), Anderson over the UPRR (a new overpass), UPRR over Blackberry Creek (a new three -track railroad structure), retaining walls, and culvert modifications. ......................................................................................................................................................................... BEN HARTMAN, PE Phase II Engineering Ben Hartman, PE, brings experience with traffic studies, MFT road programs, major roadway reconstruction projects, and project management involving the processing of •Years of Experience: 14 federally and motor fuel tax funded projects. He has worked on all phases of project •Education: BS, Civil Engineering development, from topographic surveying and conceptual design through construction •Credentials: PE, Illinois staking and observation. His duties typically include assisting and coordinating the design of projects, the preparation of improvement plans, specifications, and supporting documents, and verification of design computations and plan detailing for conformance with codes, manuals, and design considerations. His management roles involved overseeing numerous federally funded projects from the early Phase 1 development stages through reviewing and coordinating the final contract plans for letting. ......................................................................................................................................................................... SHAWN DAVIS, PLA Streetscape Architecture Shawn Davis, PLA, has a wide range of project experience in commercial landscape •Years of Experience: 4 design, parks and recreational design, streetscape design, residential planning, college campus theming, and monument/wayfinding sign design. He has extensive knowledge of •Education: BA, Landscape Architecture Midwest plant material and is also a Illinois Certified Arborist which allows him to conduct •Credentials: PLA, Illinois tree surveys, assess tree health, and propose proper tree preservation and maintenance techniques. He is proficient in creating full construction document sets, bid documents, specifications, costs estimates, and multiple types of computer graphics including 3D renderings, plan/section renderings, conceptual renderings, and diagrammatic renderings. He served as the Landscape Designer on the McHenry Recreation Center project, working closely with the project manager, architect, and clients to develop a one of a kind landscape surrounding the Center. He conducted tree surveying services to provide an inventory of the existing trees on the site, as well. He also was the Landscape Architect on the City of McHenry Riverwalk Phase 2A.3 project. ......................................................................................................................................................................... AMES ENGINEERING Streetlighting HR Green is proud to partner once again with AMES Engineering to provide this project's lighting design services. AMES specializes in lighting design for transportation applications, and has successfully teamed with HR Green on the City of McHenry's recent Route 31/Route 120 project. AMES also provided engineering design services for the preparation of contract plans, specifications and estimates of lighting plans for the City's Miller Road intersection with Green Street and River Road. In addition, AMES completed a project for McHenry County on Johnsburg Road (Ivy Lane to Chapel Hill Road). Pearl Street &Lincoln Avenue Improvements �� D City of McHenry HRGreen TEAM RESUMES 18 HRGreen 1 TRANSPORTATION \ 1 WATER GOVERNMENTAL SERVICES LAND DEVELOPMENT + \ ENVIRONMENTAL + CONSTRUCTION III DHRGREEN.COM I