Loading...
HomeMy WebLinkAbout09-188 Resolution No. 09-188 RESOLUTION AUTHORIZING EXECUTION OF A PRELIMINARY ENGINEERING SERVICES AGREEMENT WITH TRANSYSTEMS CORPORATION FOR FEDERAL PARTICIPATION FOR THE ELGIN BIKEWAY MASTER PLAN ROUTE 4 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 that Sean R. Stegall, City Manager, and Diane Robertson, City Clerk,be and are hereby authorized and directed to execute a preliminary engineering services agreement on behalf of the City of Elgin with TranSystems Corporation for federal participation for the Elgin Bikeway Master Plan Route 4,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: August 26, 2009 Adopted: August 26, 2009 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk Local Agency Consultant City of Elgin O INnois Department TranSystems of Transportation County C O Address Kane A N 1051 Perimeter Dr., Suite 1025 Section L S City 09-00176-00-BT U Schaumburg Project No. A Preliminary Engineering L State CMM-9003(234) Services Agreement IL Job No. G For T Zip Code P-91-305-09 E Federal Participation A 60173 Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Omar Santos, 847-931-5973 C T Brian Fairwood, 847-407-5280 santos_o@cityofelgin.org Y blfairwood@transystems.com THIS AGREEMENT is made and entered into this day of 40605 T , aoo? between the above Local Agency(LA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the PROJECT. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE)will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. Project Description Name Elgin Bikeway Plan Route 4 SW Quadrant Route Off-System Length 6.7 mile Structure No. Termini Bowes Road to Hendee Street at Walnut Avenue Description Phase I engineering for new bikeway facility located in the SW Quadrant of the City of Elgin which will connect regional trails and numerous City facilities, including an underpass at U.S. Route 20 Agreement Provisions I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance, in accordance with STATE approved design standards and policies, of engineering services for the LA for the proposed improvement herein described. 2. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE. 3. To complete the services herein described within 720 calendar days from the date of the Notice to Proceed from the LA,excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER. 4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man- hours shown in EXHIBIT A. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are indicated in Exhibit A to be performed by lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 5. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT;and that the ENGINEER has sufficient properly trained,organized and experienced personnel to perform the services enumerated herein. 6. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER's errors, omissions or negligent acts without additional compensation. Acceptance of work by the STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities. 7. That all plans and other documents fumished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER's professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required by law. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE. 8. That the ENGINEER will comply with applicable federal statutes,state of Illinois statutes,and local laws or ordinances of the LA. Page 1 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM 9. • The undersigned certifies neither the ENGINEER nor I have: a. employed or retained for commission, percentage, brokerage, contingent fee or other considerations,any firm or person(other than a bona fide employee working solely for me or the above ENGINEER)to solicit or secure this AGREEMENT, b. agreed,as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid,or agreed to pay any firm,organization or person(other than a bona fide employee working solely for me or the above ENGINEER)any fee,contribution,donation or consideration of any kind for,or in connection with, procuring or carrying out the AGREEMENT. d. are not presently debarred,suspended, proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e. have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining,attempting to obtain or performing a public (Federal,State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery,falsification or destruction of records, making false statements or receiving stolen property, f. are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal,State or local)with commission of any of the offenses enumerated in paragraph(e)and g. have not within a three-year period preceding this AGREEMENT had one or more public transactions(Federal,State or local) terminated for cause or default. 10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 12. To submit BLR 05613, Engineering Payment Report,to the STATE upon completion of the project(Exhibit B). 13. Scope of Services to be provided by the ENGINEER: ® Make such detailed surveys as are necessary for the planning and design of the PROJECT. ❑ Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories. ® Prepare applications for U.S.Army Corps of Engineers Permit, Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification. ❑ Design and/or approve cofferdams and superstructure shop drawings. ❑ Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches). ® Prepare the necessary environmental and planning documents including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse, Substate Clearinghouse and all necessary environmental clearances. ® Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction,Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. ® Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. ❑ Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures, and compliance with applicable design requirements and policies. ❑ Make or cause to be made such traffic studies and counts and special intersection studies as may be required to furnish sufficient data for the design of the proposed improvement. ❑ Complete the general and detailed plans, special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate. ® Furnish the LA with survey and drafts in quadruplicate all necessary right-of-way dedications,construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Page 2 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM II. THE LA AGREES, - 1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT,on the basis of the following compensation formulas: Cost Plus Fixed Fee ® CPFF= 14.5%[DL+ R(DL)+OH(DL)+ IHDC], or ❑ CPFF= 14.5%[DL+ R(DL)+ 1.4(DL)+ IHDC],or ❑ CPFF= 14.5%[(2.3+ R)DL+ IHDC] Where: DL= Direct Labor IHDC= In House Direct Costs OH =Consultant Firm's Actual Overhead Factor R=Complexity Factor Specific Rate 0 (Pay per element) Lump Sum ❑ 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50%of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to 90%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50%of the work is completed,and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments—Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. The recipient shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any DOT- assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The recipient's DBE program,as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program,the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C. 3801 et seq.). III. IT IS MUTALLY AGREED, 1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed. 2. That tracings, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes,sketches,charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request,to the LA or to the STATE, without restriction or limitation as to their use. Page 3 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM 3. That all reports, plans,estimates and special provisions furnished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE, it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That none of the services to be furnished by the ENGINEER shall be sublet,assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement. 5. To maintain,for a minimum of 3 years after the completion of the contract,adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE;and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LA,the STATE,and their officers,agents and employees from all suits,claims,actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. 8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LA all drawings, plats,surveys, reports, permits,agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination. 9. This certification is required by the Drug Free Workplace Act(301LCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the State for at least one(1)year but no more than five(5)years. For the purpose of this certification,"grantee"or"contractor"means a corporation, partnership or other entity with twenty-five(25)or more employees at the time of issuing the grant, or a department,division or other unit thereof,directly responsible for the specific performance under a contract or grant of$5,000 or more from the State,as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution,dispensing,possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that,as a condition of employment on such contract or grant,the employee will: (a) abide by the terms of the statement;and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5) days after such conviction. b. Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy of maintaining a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program;and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten(10)days after receiving notice under part(B)of paragraph(3)of subsection(a)above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. Page 4 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM 10. 'The ENGINEER or subconsultant shall not discriminate on the basis of race,color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate. Agreement Summary Prime Consultant: TIN Number Agreement Amount TranSystems 43-0839725 $178,540.00 Sub-Consultants: TIN Number Agreement Amount Wang Engineering, Inc _ 36-3191909 $26,031.88 Huff&Huff, Inc 36-3044842 $25,917.00 Sub-Consultant Total: $51,948.88 Prime Consultant Total: $178,540.00 Total for all Work: $230,488.88 Executed by the LA: City of Elgin (Municipality/Township/County) ATTEST:By: By: ler"/� •� JJIQ.re- Robe-y-450n erk Title: Leanq• Sf /,G uaas FWMMt, (gE, gy .'' . Executed by the ENGINEER: !1 ATTEST: TranSystems By: ___Cat �� By: ��%?�� Title: Asq-. V,G-- PreSickG44 C Title: ///V'/ /es/Wi1'1L Page 5 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM Exhibit A- Preliminary Engineering Route: Elgin Bikeway Plan Route 4 SW Quadrant Local Agency: City of Elgin, Kane County `Firms approved rates on file with IDOT's (Municipality/Township/County) Bureau of Accounting and Auditing: Section: 09-00176-00-BT Project: CMM-9003(234) Overhead Rate(OH) 156.44 % Job No.: P-91-305-09 Complexity Factor(R; 0.00 Calendar Days 720 Method of Compensation: Cost Plus Fixed Fee 1 al 14.5% [DL + R(DL)+OH(DL)+IHDC] Cost Plus Fixed Fee 2 ❑ 14.5% [DL+ R(DL)+ 1.4(DL)+ IHDC] Cost Plus Fixed Fee 3 ❑ 14.5% [(2.3+ R)DL+ IHDC] Specific Rate ❑ Lump Sum 0 Cost Estimate of Consultant's Services in Dollars Employee Man- Payroll Payroll Services by In-House Element of Work Direct Costs Profit Total Classification Hours Rate Costs (DL) Overhead* Others (IHDC) A-1 Proj Coord and Data Collect Various(attached) 224.00 $ 44.06 $ 9,869.44 $ 15,439.75 $ 2,177.00 $ 3,985.50 $ 31,471.69 A-2 Field Surveys 402.00 $ 31.53 $ 12,675.06 $ 19,828.86 $ 1,615.00 $ 4,947.24 $ 39,066.17 A-3 Preliminary Design Studies 474.00 $ 38.52 $ 18,258.48 $ 28,563.57 $ 137.00 $ 6,809.06 $ 53,768.11 A-4 Soils Investigations 40.00 $ 46.92 $ 1,876.80 $ 2,936.07 $ 26,031.88 $ 12.00 $ 699.61 $ 31,556.35_ A-5 Environmental Studies 172.00 $ 34.82 $ 5,989.04 $ 9,369.25 $ 25,917.00 $ 438.00 $ 2,290.46 $ 44,003.76 A-6 Preferred Improvement Plan 68.00 $ 36.55 $ 2,485.40 $ 3,888.16 $ 149.00 $ 945.77 $ 7,468.33 A-7 Public Mtgs and Coordination 86.00 $ 41.07 $ 3,532.02 $ 5,525.49 $ 73.00 $ 1,323.92 $ 10,454.44 A-8 Project Development Report 118.00 $ 36.45 $ 4,301.10 $ 6,728.64 $ 62.00 $ 1,608.30 $ 12,700.04 Totals 1,584.00 $ 37.24 $ 58,987.34 $ 92,279.79 $ 51,948.88 $ 4,663.00 $ 22,609.87 $ 230,488.88 Subconsultant $ 51,948.88 Direct Costs $ 4,663.00 Page 6 of 7 Printed on 7/17/2009 12:26 PM BLR 05610(Rev.9/06) Exhibit B Illinois Department of Transportation Engineering Payment Report Prime Consultant Name TranSystems Address Schaumburg, IL Telephone (847)605-9600 TIN Number Project Information Local Agency City of Elgin Section Number 09-00176-00-BT Project Number CMM-9003(234) Job Number P-91-305-09 This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below. Sub-Consultant Name TIN Number Actual Payment from Prime Wang Engineering, Inc. 36-3191909 Huff& Huff, Inc. 36-3044842 Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed: Signature and title of Prime Consultant Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. Page 7 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM Average Hourly Rate Tables Direct Costs Hourly Rate Range for Regular Staff Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering City of Elgin Average Hourly Project Rates Route Elgin Bikeway Plan Route 4 SW Quadrant Section 09-00176-00-BT County Kane Consultant TranSystems Date 07/17/09 Job No. P-91-305-09 PTB/Item Sheet 1 OF 2 A-1 Project Coord and Data A-3 Preliminary Design Payroll Avg Total Project Rates Collection A-2 Field Survey Studies A-4 Soils Investigation A-5 Environmental Studies Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 12 0.76% 0.53 4 1.79% 1.25 4 0.84% 0.59 Senior Project Manager $70.00 0 ! Project Manager $57.73 48 3.03% 1.75 12 5.36% 3.09 8 1.99% 1.15 8 1.69% 0.97 4 2.33% 1.34 Construction Manager $65.04 0 Chief Structural Engineer $70.00 54 3.41% 2.39 44 9.28% 6.50 10 25.00% 17.50 Architect $49.43 0 Senior Project Engineer $55.56 76 _ 4.80% 2.67 36 16.07% 8.93 8 1.99% 1.11 8 1.69% 0.94 8 4.65% 2.58 Senior Transportation Planner $57.49 0 Transportation Planner $39.50 0 Project Engineer $50.01 14 0.88% 0.44 _ Resident Engineer $54.81 0 Senior Resident Inspector $46.48 2 0.13% 0.06 Resident Inspector $39.11 0 Assistant Resident Inspector $33.34 0 Design Engineer III $44.43 342 21.59% 9.59 96 42.86% 19.04 40 9.95% 4.42 100 21.10% 9.37 16 40.00% 17.77 40 23.26% 10.33 Design Engineer II $36.04 260 16.41% 5.92 40 17.86% 6.44 40 9.95% 3.59 90 18.99% 6.84 10 25.00% 9.01 20 11.63% 4.19 Design Engineer I $28.86 296 ,18.69% 5.39 20 8.93% 2.58 54 13.43% 3.88 150 31.65% 9.13 20 11.63% 3.36 Construction Inspector V $66.35 0 Construction Inspector IV $40.88 0 Construction Inspector III $31.61 0 Construction Inspector I $18.75 0 Land Surveyor $46.83 16 1.01% 0.47 12 2.99% 1.40 4 2.33% 1.09 Survey Crew Chief $32.36 144 9.09% 2.94 120 29.85% 9.66 24 13.95% 4.52 Instrument Person $32.36 0 _ Rodman $21.23 144 9.09% 1.93 120 29.85% 6.34 24 13.95% 2.96 CADD Technician III $29.64 64 4.04% 1.20 8 3.57% 1.06 40 8.44% 2.50 8 4.65% 1.38 CADD Technician II $26.38 100 6.31% 1.67 30 6.33% 1.67 4 10.00% 2.64 20 11.63% 3.07 CADD Technician I $19.22 0 Senior Administrator $46.81 8 0.51% 0.24 8 3.57% 1.67 Administrative Assistant $24.26 4 0.25% 0.06 TOTALS 1584 100% $37.24 224 100% $44.06 402 100% $31.53 474 100% $38.52 40 100% $46.92 172 100% $34.82 Average Hourly Project Rates Route Elgin Bikeway Plan Route 4 SW Quadrant Section 09-00176-00-BT County Kane Consultant TranSystems Date 07/17/09 Job No. P-91-305-09 PTB/Item Sheet 2 OF 2 A-6 Preferred Improvement A-7 Public Meetings and A-8 Project Development Payroll Avg Plan Coordination Report Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 2 2.33% 1.63 2 1.69% 1.19 Senior Project Manager $70.00 Project Manager $57.73 4 5.88% 3.40 8 9.30% 5.37 4 3.39% 1.96 Construction Manager $65.04 Chief Structural Engineer $70.00_ Architect $49.43 Senior Project Engineer $55.56 8 11.76% 6.54 4 4.65% 2.58 4 3.39% 1.88 Senior Transportation Planner $57.49 Transportation Planner $39.50 Project Engineer $50.01 8 9.30% 4.65 6 5.08% 2.54 Resident Engineer $54.81 Senior Resident Inspector $46.48 2 2.33% 1.08 Resident Inspector $39.11 Assistant Resident Inspector $33.34 Design Engineer III $44.43 10 14.71% 6.53 20 23.26% 10.33 20 16.95% 7.53 Design Engineer II $36.04 10 14.71% 5.30 20 23.26% 8.38 30 25.42% 9.16 Design Engineer I $28.86 12 17.65% 5.09 10 11.63%- 3.36 30 25.42% 7.34 Construction Inspector V $66.35 Construction Inspector IV $40.88 Construction Inspector III $31.61 Construction Inspector I $18.75 Land Surveyor $46.83 Survey Crew Chief $32.36 Instrument Person $32.36 Rodman $21.23 CADD Technician III $29.64 8 11.76% 3.49 CADD Technician II $26.38 16 23.53% 6.21 12 13.95% 3.68 18 15.25% 4.02 CADD Technician I $19.22 Senior Administrator $46.81 Administrative Assistant $24.26 4 3.39% 0.82 TOTALS 68 100% $36.55 86 100% $41.07 118 100% $36.45 0 0% $0.00 0 0% $0.00 0 0% $0.00 Elgin Bikeway Plan Route 4-SW Quadrant City of Elgin Direct Cost Summary TranSystems A-1 Project Coordination and Data Collection Photocopies(8.5"x11") 10 sheets @ 10 copies @ $ 0.12 /sheet $ 12 Aerial Images 8 sheets @ $ 250.00 /sheet $ 2,000 Vehicle 300 miles @ $ 0.55 /mile $ 165 SUBTOTAL $ 2,177 A-2 Field Survey Company Vehicle 20 days @ $ 45.00 /day $ 900 Vehicle 1300 miles @ $ 0.55 /mile $ 715 SUBTOTAL $ 1,615 A-3 Preliminary Design Studies Vehicle 150 miles @ $ 0.55 /mile $ 83 Photocopies(22"x34"full size plan sheets) 10 sheets @ 4 copies @ $ 1.35 /sheet $ 54 SUBTOTAL $ 137 A-4 Soils Investigation Photocopies(8.5"x11") 20 sheets @ 4 copies @ $ 0.12 /sheet $ 10 Photocopies(11"x17" reduced size plans) 2 sheets @ 4 copies @ $ 0.25 /sheet $ 2 SUBTOTAL $ 12 A-5 Environmental Studies Overnight Shipping 6 packages @ $ 25.00 /package $ 150 Photocopies(8.5"x11") 400 sheets @ 6 copies @ $ 0.12 /sheet $ 288 SUBTOTAL $ 438 Elgin Bikeway Plan Route 4-SW Quadrant City of Elgin Direct Cost Summary TranSystems A-6 Preferred Improvement Plan Vehicle 150 miles @ $ 0.550 /mile $ 83 Photocopies(22"x34"full size plan sheets) 3 sheets @ 4 copies @ $ 1.35 /sheet $ 16 Overnight Shipping 2 packages @ $ 25.00 /package $ 50 SUBTOTAL $ 149 A-7 Public Meetings and Coordination Vehicle 100 miles @ $ 0.550 /mile $ 55 Photocopies(22"x34"full size plans) 6 sheets @ 1 copies @ $ 1.35 /sheet $ 8 Photocopies(8.5"x11" handouts) 2 sheets @ 40 copies @ $ 0.12 /sheet $ 10 SUBTOTAL $ 73 A-8 Project Development Report Photocopies(8.5"x11") 20 sheets @ 4 copies @ $ 0.12 /sheet $ 10 Photocopies(11"x17" reduced size plans) 2 sheets @ 4 copies @ $ 0.25 /sheet $ 2 Overnight Shipping 2 packages @ $ 25.00 /package $ 50 SUBTOTAL $ 62 TOTAL $ 4,663 ATTACHMENT A TRANSYSTEMS CORPORATION MIN/MAX RATE RANGES CONSULTANT'S REGULAR STAFF As of 3/4/09 2009 2010 2011 CLASSIFICATION Min Max Min Max Min Max Principal-In-Charge 77.00 163.00 81.00 171.00 85.00 180.00 Senior Project Manager 52.00 129.00 55.00 135.00 58.00 142.00 Project Manager 42.00 81.00 44.00 85.00 46.00 89.00 Chief Structural Engineer 63.00 99.00 66.00 104.00 69.00 109.00 Senior Project Engineer 39.00 75.00 41.00 79.00 43.00 83.00 Architect 41.00 64.00 43.00 67.00 45.00 70.00 Senior Transportation Planner 40.00 108.00 42.00 113.00 44.00 119.00 Transportation Planner 30.00 46.00 32.00 48.00 34.00 50.00 Project Engineer 36.00 68.00 38.00 71.00 40.00 75.00 Design Engineer III 33.00 60.00 35.00 63.00 37.00 66.00 Design Engineer II 26.00 49.00 27.00 51.00 28.00 54.00 Design Engineer I 21.00 40.00 22.00 42.00 23.00 44.00 Construction Manager 52.00 81.00 55.00 85.00 58.00 89.00 Resident Engineer 37.00 81.00 39.00 85,00 41.00 89.00 Senior Resident Inspector 32.00 67.00 34.00 70.00 36.00 74.00 Resident Inspector 29.00 61.00 30.00 64.00 32.00 67.00 Assistant Resident Inspector 23.00 47.00 24.00 49.00 25.00 51.00 Construction Inspector V 46.00 72.00 48.00 76.00 50.00 80.00 Construction Inspector IV 29.00 58.00 30.00 61.00 32.00 64.00 Construction Inspector III 26.00 40.00 27.00 42.00 28.00 44.00 Construction Inspector II 23.00 35.00 24.00 37.00 25.00 39.00 Professional Land Surveyor 38.00 59.00 40.00 62.00 42.00 65.00 Survey Crew Chief 27.00 42.00 28.00 44.00 29.00 46.00 Instrument Person 27.00 42.00 28.00 44.00 29.00 46.00 Rodman 17.00 26.00 18.00 27.00 19.00 28.00 CADD Technician III 24.00 38.00 25.00 40.00 26.00 42.00 CADD Technician II 21.00 34.00 22.00 36.00 23.00 38.00 CADD Technician I 17.00 26.00 18.00 27.00 19.00 28.00 Senior Administrator 27.00 108.00 28.00 113.00 29.00 119.00 Administrative/Clerical 13.00 37.00 14.00 39.00 15.00 41.00 TranSystems Scope of Engineering Services Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering City of Elgin Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant SCOPE OF ENGINEERING SERVICES A. Phase I Engineering Preliminary engineering services for Route 4-Southwest Quadrant of the Elgin Bikeway which is comprised of: Description Limits Length (estimated) Hundee Street Walnut Avenue/National Street to Souster Avenue 0.55 miles Souster Avenue Hundee Street to State of Illinois Property 0.10 miles State of Illinois Property Souster Avenue to Continental Park 0.25 miles Continental Park State of Illinois Property to Middle Road 0.50 miles Middle Road Continental Park to Central Avenue 0.15 miles Central Avenue Middle Road to East Road 0.40 miles East Road Central Avenue to Spartan Drive 0.45 miles Spartan Drive(Existing Bike Path) East Road to McLean Boulevard 1.20 miles McLean Boulevard Spartan Drive to College Green Drive 0.35 miles College Green Drive McLean Boulevard to Annadale Drive 0.55 miles Annadale Drive College Green Drive to Bowes Road 0.55 miles Bowes Road Annadale Drive to Nolan Road 1.65 miles 6.70 miles 1. Project Coordination and Data Collection a. Preliminary conferences with the City, Kane County Forest Preserve, Elgin Parks and Recreation, IDOT BLR&S, and IDNR staff to confirm (estimated as 3 meetings): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Other administrative considerations b. Obtain available existing data for the project area including: 1. Right-of-way data 2. Existing roadway and bikeway plans 3. Conventional and digital map files 4. Aerial photography 5. Jurisdictional boundaries 6. Property boundaries 7. Property owners 8. Pedestrian and vehicular traffic counts(if available) 9. Other area roadway, utility, and signal improvements 10. Current public utility atlases and GIS information 11. Current power, communications, gas, and other private utility atlases 12. Previously prepared plans and reports 13. Development plans 14. FIS, FIRM, FEMA and wetland maps. c. Perform a preliminary field inspection of the proposed corridor. d. Submit State and Sub-state Clearinghouse review forms. e. Meet with IDOT to present the preferred improvement plan and obtain FHWA approval. (estimated as 2 meetings) f. Attend and coordinate meeting with City staff, Elgin Parks and Recreation, Kane County Forest Preserve, and IDOT during preliminary engineering phase to present project status, alternatives and recommendations. (estimated as 4 meetings) 1 Attachment "A" an ('''I' • Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant g. Provide project administration, prepare monthly invoicing, and project status reports. (estimated as 8 months) h. Provide QA/QC reviews. i. All meeting minutes will be distributed via email. No hardcopies will be produced. j. It is anticipated that the City of Elgin will provide high-resolution aerial photography electronically. 2. Field Survey a. Perform topographic design survey for the project including establishment of horizontal and vertical controls;tie points;topography;cross sections at 100-foot increments on the State of Illinois Property, Elgin Shores Forest Preserve, Continental Park, and 50-foot increments on US Route 20 for 500ft in each direction for underpass construction; limited survey for 50ft on all legs of the intersections at State Street and Middle Road, McLean Boulevard and Spartan Drive, and Bowes Road and Randall Road; utilities; drainage;and right-of-way verification. b. Download topographic survey and cross-sections in Microstation and Geopak for use in preliminary design studies. Plot survey at 1"to 50'scale.Conduct a plan-in-hand, walk-through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Request a JULIE utility design stage request. Obtain utility atlases from those utilities within the project area. d. Observe and digitally photograph the project to become acquainted with readily apparent existing conditions. e. Survey pavement marking locations and lane usage. Included will be typical pavement and lane width measurements. f. Draw existing utility information from utility atlases on the project base map. Update as additional information, such as future plans or comments are received. 3. Preliminary Design Studies a. Establish design criteria for horizontal and vertical geometrics and develop typical sections of path, on- street bike lane, and underpass based on bikeway and pedestrian needs. b. Create a basemap for on-street path pavement marking and signing layout using detailed aerial photography. c. Prepare alignment alternatives including turning radii, approach grades, stopping sight distance, and path connection. It is assumed that up to two(2)alignments will be studied. d. Conduct traffic signal and intersection striping review at the following intersections to identify bikeway actuation impacts: • State Street and Middle Road • McLean Boulevard and College Green Drive • Bowes Road and Randall Road • McLean Boulevard and Spartan Drive already has an off-street path crossing McLean Boulevard that has push buttons for activating the traffic signals. Therefore, no traffic signal modifications are required at this location. e. Prepare alternative underpass designs (precast vs. cast-in-place structures) based on clearance requirements,aesthetics,and construction staging. f. Upon selection of the preferred underpass alternative, a TS&L plan and Preliminary Bridge Design and Hydraulic Report Form (BLR 10210) meeting IDOT Bridge Office requirements will be prepared and submitted to the City and IDOT for review and approval. g. Evaluate and summarize environmental issues including tree loss, floodplains, wetlands, and community impacts, as well as construction costs. h. Identify the need for any right-of-way or easement acquisition required for construction or access. Review all available right-of-way and easement documents. It is assumed that this project will be built entirely within public rights-of-way. Right-of-way and easement acquisition has not been included in this project and would be a Supplemental Service. 2 ,�► Attachment "A" , "[Tan Systems • Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant i. Meet with City, IDOT, FHWA, Kane County Forest Preserve, IDNR, Elgin Parks and Recreation, and other affected agencies to select a preferred alignment. (estimated as 3 meetings) j. Prepare a preliminary bike path and underpass plan showing the preferred alignment and underpass structure. k. Develop cost estimates. I. It is not anticipated that any retaining walls outside those necessary at U.S. Route 20, which will be included in the underpass design, will be necessary. 4. Soils Investigation a. Conduct soils investigations and soil borings to identify soils stability and subgrade conditions, as required for the underpass and bike path construction. (Performed by subconsultant:Wang Engineering) b. Prepare a soils and structures investigation report with soil boring profiles and logs meeting City and IDOT guidelines. (Prepared by subconsultant:Wang Engineering) c. Coordinate with geotechnical consultant during Preliminary Design Studies. 5. Environmental Studies a. Prepare early coordination notification and aerial mapping for environmental agencies. Prepare the Environmental Survey Request Form and submit to IDOT. b. Conduct a wetland delineation of the Elgin Shores Forest Preserve and Continental Park. (Performed by subconsultant: Huff&Huff, Inc.) c. Prepare a wetland delineation report. (Prepared by subconsultant: Huff&Huff, Inc.) d. Upon completion of the wetland delineation and report, Wetland Impact Evaluation Forms will be prepare and submitted to IDOT for review and approval. (Prepared and submitted by subconsultant: Huff & Huff, Inc.) e. If wetlands are impacted, wetland banking is typically the preferred mitigation measure. The local wetland bank will be contacted to determine the availability of credits. The actual credits will be secured during Phase II. f. Preparation of the Jurisdiction al Determination form for submittal. (Prepared by subconsultant: Huff& Huff, Inc.) g. It is not anticipated that any hazardous/special waste locations will be encountered during this project. Therefore, no preparation of a Preliminary Environmental Site Assessment (PESA) screening report to identify any potential Hazardous/Special Waste locations near the site has been included and will be a Supplemental Service. The standard environmental surveys necessary for a Project Development Report will be performed, including CERCLIS, LUST,and EcoCAT surveys. h. Summarize the environmental study and incorporate into the Project Development Report. i. Design alternatives will be investigated to minimize or avoid wetland impacts. j. Creation and approval of a Section 4(f) Evaluation Report for impacts to public park and forest preserve land. It has been assumed that the City will provide all usage information required for the report. k. A Joint Application will be required. This joint application will be submitted concurrently to the required agencies. (Prepared and submitted by subconsultant: Huff&Huff, Inc.) I. Conduct a tree survey for the proposed path. (Performed by subconsultant: Huff&Huff, Inc.) m. As this is within an urban environment and the site has been disturbed previously for the creation of the park and US Route 20, it is not anticipated that a Cultural and Archeological signoff will be required. Therefore, no Phase I archaeological reconnaissance survey in this project and will be considered a Supplemental Service. n. It is anticipated that the proposed bike route will attempt to avoid wetland impacts. Therefore, an Individual Section 401 Water Quality Permit is not included in this project and will be a Supplemental Service, if required. o. It is anticipated that the proposed bike route will attempt to avoid wetland impacts. Therefore, an Individual Section 404 Permit is not included in this project and will be a Supplemental Service, if required. 3 Attachment "A" an 1 I l'. • Scope of Services • Elgin Bikeway Plan Route 4 SW Quadrant 6. Preferred Improvement Plan a. Based on design studies,environmental studies,and public input, prepare the Preferred Improvement Plan. b. Develop the Preferred Improvement Plan on aerial photography. c. Prepare typical sections for the proposed improvements. d. Prepare a typical section and plan for the preferred underpass design. e. Analyze construction staging scheme and construction of the underpass. f. Develop right-of-way, permanent easement, and temporary easement requirements based on proposed geometry, review of cross sections, and access during construction. Prepare right-of-way summary tables. No right-of-way or easement impacts are anticipated and are not included in this Scope of Services. 7. Public Meetings and Coordination a. Attend meetings and/or provide information for presentations to the City Council for their review of the recommended improvement plan.(estimated as 1 meeting) b. Submit Notice of Public Improvement in local newspaper to provide ten (10) days for public comment on improvement plans. c. Conduct one (1) Public Meeting to present the project need, preferred improvement plan, project costs, schedules and environmental impacts. The Public Meeting will be conducted as an open house format per IDOT and FHWA requirements. Prepare all notifications, handouts, presentation text, exhibits, and minutes. 8. Project Development Report a. Prepare a Draft Project Development Report in the format of a Categorical Exclusion Type 2 (IDOT Form BLR 22110) summarizing the preliminary engineering efforts including data collection, coordination documentation, alternative analysis, and Preferred Improvement Plan. The report shall meet IDNR, IDOT, and FHWA criteria. It is anticipated that an Environmental Class of Action Determination(ECAD)document will not be required. b. Prepare a preliminary estimate of cost based on the preferred improvement plan. The cost estimate will provide cost participation splits between the City of Elgin, Kane County Forest Preserve, Elgin Parks and Recreation,and IDOT,as applicable. c. Submit the Draft Report for City, Kane County Forest Preserve, Elgin Parks and Recreation, IDNR, and IDOT review. d. Update the Final Report based on agency and public review comments. e. Incorporate the Public Meeting documentation,including disposition of all comments,into the final report. f. Submit the Final Report for final approval by the City and IDOT to obtain Design Approval. 4 w Attachment "A" Tran Systems Subconsultant Agreement Scope and Fee Huff & Huff, Inc. Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering an Systeiiis\ City of Elgin t"> ���j 11 C�1 -� f, 915 Harger Road, Suite 330 - t i lit 1, 1 p t) I ;i I <• t) Oak Brook, IL 60523 Phone: (630) 684-9100 environmental engineers Fax: (630) 684-9120 and consultants Website: http://huffnhuff.corn January 23, 2009 Mr. Eric S. Neubauer, P.E. TranSystems Corporation 222 South Riverside Plaza, Suite 2320 Chicago, Illinois 60606 Re: Environmental Services for Elgin Bikeway Route 4 Project Elgin, Kane County,Illinois Proposal No.: T09-010WT Dear Mr. Neubauer: Huff& Huff, Inc. (H&H) is pleased to submit this proposal to perform a wetland delineation and a tree survey in conjunction with the Elgin Bikeway Route 4 Project in Kane County, Illinois. This proposal presents our project understanding, the scope of services, and cost for completing the project. 1. PROJECT UNDERSTANDING The City of Elgin is proposing a 6.7 mile bicycle path in the southwest quadrant of the City that includes both on-street and off-street segments within the City of Elgin, Kane County, Illinois. The western terminus starts at Bowes Road and the city limits. The eastern terminus of the bikeway is at Hendee Street at Walnut Avenue. The bikeway travels through: Hendee Street, State of Illinois property, Continental Park, Middle Road, Central Avenue, East Road, Spartan Drive, McLean Boulevard, College Green Drive,Annadale Drive, and Bowes Road. H&H has been requested to provide a wetland delineation. In the vicinity of the proposed project, seven wetlands are mapped on the National Wetland Inventory (NWI) Map, and 10 wetlands mapped on the Kane County Advanced Identification (ADID) Map of which seven are represented on the NWI map. Those wetlands depicted on the NWI Map are represented by one palustrine, emergent, seasonally flooded, permanently flooded (PEMCH) wetland, two palustrine, emergent, seasonally flooded (PEMC) wetlands, two palustrine, emergent, temporarily flooded, semipermanently flooded (PEMAF) wetlands, two palustrine, unconsolidated bottom, semipermanently flooded (PUBF) wetlands, and one palustrine, emergent, seasonally flooded, seasonally flooded/well drained, temporary-tidal, hyperphaline (PEM/SS1CD) wetland. Wetlands depicted on the Kane County ADID Map include four ADID wetland designated "wetland," four ADID wetlands designated "High Functional Value," one ADID wetland designated as "Farmed Wetlands," and one ADID wetland designated as "Artificial Pond." In addition, the proposed bikeway crosses Otter Creek. If wetlands exist and impacts are proposed, this scope includes Mr.Eric Neubauer,P.E.,TranSystems Page 2 Elgin Bikeway Route 4 Project Proposal No.: T09-010WT obtaining a jurisdictional determination from the Army Corps of Engineers (COE) and necessary permits. H&H has also been requested to provide a limited tree survey only in areas where the bike path will be routed through a tree line, such as under US Route 20, State Road and Middle Road. 2. SCOPE OF SERVICES Task 1 —Wetland Delineation and Report A. Off-site Record/Document Review The following records/documents will be reviewed prior to conducting the field investigation. Soils information will be reviewed to determine the soil types encountered during the delineation procedures. The sources reviewed and to be used include: • U.S. Geological Survey Topographic Maps • National Wetlands Inventory Maps • Kane County ADID Wetland Maps • Kane County Soil Survey • Kane County Flood Insurance Rate Maps • Natural Resource Conservation Service (NRCS) Wetland Maps • Hydric Soils of the United States The NRCS Wetland Maps will be obtained and reviewed to determine if the NRCS has determined wetlands to be present. This will require obtaining a copy of this map from the Kane DuPage Soil and Water Conservation District(SWCD). Since January 2005, the NRCS no longer conducts farmed wetland determinations for areas of agricultural conversion. The project area includes agricultural areas; therefore, a farmed wetland determination has been included in the scope. B. On-Site Investigation (Field Inventory) The on-site investigation will be conducted by our environmental staff experienced in Federal methods for conducting wetland delineations. Our staff will classify and define hydric soils, hydrophytic vegetation, and evidence of hydrology to determine if wetlands are present. The wetland perimeters will be located and flagged for completion of field survey by others. A wetland delineation of the project site will be conducted that will meet the requirements of Executive Order 11990, "Protection of Wetlands;" Section 404 of the Federal Water Pollution Control Act as amended by the Clean Water Act (Corps of Engineers, Section 404 Permit) and the Illinois Environmental Protection Agency (IEPA Section 401 Guidelines) regulations. These regulations pertain to the placement of fill or alterations of drainage within wetlands of any type U:\Proposal 09\Transportation\TranSystcros\Elgin Bikeway Route 4.doc Mr.Eric Neubauer,P.E.,TranSystems Page 3 Elgin Bikeway Route 4 Project Proposal No.: T09-01 OWT and apply to privately as well as publicly owned wetlands. The investigation will meet the requirements of these regulations by identifying the type, functions, and approximate boundaries of the involved wetlands. Wetlands found will be classified according to type using the "Classification of Wetlands and Deep Water Habitats of the United States" by Cowardin. Wetland boundaries will be defined using the Corps of Engineers Interim Regional Supplement to the COE Wetlands Delineation Manual (USACOE, 2008). Using the methodology in this manual may take considerably more time than the previous methodology. There are additional requirements to investigate for all three criteria (vegetation, soils, and hydrology) that were not required prior to fall of 2008. Use of this manual has been required since late fall of 2008. This includes a soil investigation to determine the presence or absence of hydric soils and an analysis of the dominant plant species. Field observations will be made on any evidence indicating the hydrology of the area and on water sources that are supporting these wetlands. Functions of these wetlands will be evaluated from field observations. In addition to the areas mapped as wetlands by the NWI and Kane County ADID Wetland Map, the entire area along the proposed bikeway will be investigated in the event that unmapped wetlands are present. As the NWI maps are developed to be used as a general planning tool, detailed field investigations are required to ascertain whether or not wetlands are present. All areas exhibiting wetland characteristics within the bikeway corridor will be investigated. Any adjacent wetlands along on-street portions of the bikeway will not require wetland delineation. TranSystems will be responsible for surveying the perimeters of all delineated wetlands. H&H will not conduct the survey of the wetlands but will coordinate with TranSystems staff to assure accuracy of the wetland boundaries. This will include a meeting in the field with the survey crew. C. Report A wetland delineation report will be prepared summarizing the findings of the fieldwork. Based upon available information, wetlands are present and this report will be needed. Specific items to be included are as follows: a) Maps showing the wetland project boundaries b)Aerial Photo with the appropriate limits of delineated wetlands c) Floristic Quality Assessment d) Wetland data sheets Task 2. Jurisdictional Determination Submittal Once the delineations have been completed, a draft jurisdictional determination request will be prepared and presented to the City of Elgin. This request will be modified as requested by the City of Elgin and then submitted to the COE. This form requires the signature of a City official. As part of the jurisdictional determination process, an on-site field visit may be required. H&H staff U:\Proposal 09\Transportation\TranSystems\Elgin Bikeway Route 4.doc Mr.Eric Neubauer,P.E.,TranSystems Page 4 Elgin Bikeway Route 4 Project Proposal No.: T09-010WT will accompany COE officials to the site after the delineation is completed. Upon submittal of the jurisdictional determination request, it may take eighteen (18) months to obtain an official jurisdictional determination from the COE. The jurisdictional submittal will determine which wetlands will require COE permitting. Wetlands deemed isolated will not require COE permits. Task 3—Wetland Permitting H&H will complete and submit the Joint Application form and other necessary information to obtain a permit from the COE for impacts to Waters of the US or wetlands. The Joint Application will be simultaneously submitted to the following agencies: US Army Corps of Engineers (COE) US Fish & Wildlife Service (USF&WS) Illinois Department of Natural Resources (IDNR) Illinois Department of Natural Resources/Office of Water Resources (IDNR/OWR) Illinois Environmental Protection Agency(IEPA) Illinois Historic Preservation Agency(IHPA) It is recommended that a pre-application meeting be scheduled with COE and City of Elgin officials prior to submitting permit applications. This meeting will serve to notify them of the project. Agency (IHPA) and Illinois Department Coordination with both the Illinois Historic Preservationg y p of Natural Resources (IDNR) will be conducted. Information in the form of a letter will be forwarded to the IHPA requesting a review of the project area. A Phase I archeological survey could be required by IHPA if portions of the project area are relatively undisturbed. H&H will coordinate with TranSystems to find a qualified firm if a certified Phase I archeologist is required for the project. A cost for such a study is not included in this proposal as the need is undetermined until IHPA responds. Coordination with the IDNR will be conducted through EcoCat to determine if threatened or endangered species are located within the project area. In addition, if state funds are used, coordination with the IDNR for the Interagency Wetland Policy Act(IWPA) may be required. The Regional Permits issued by the COE contain a conditional Section 401 Water Quality Certification built into the permit. It is possible that the project will qualify under the Regional Permit Program and no separate Section 401 review will be required. This scope of work assumes the project will qualify under the Regional General Permit program. This project may require Kane County permitting through the City of Elgin for isolated wetland impacts. H&H will assist TranSystems in obtaining any necessary permits through the City by furnishing necessary wetland information. It is assumed that TranSystems would be assembling any permit package that may be required. U:\Proposal 09\Transportation\TranSystems\Elgin Bikeway Route 4.doc Mr. Eric Neubauer,P.E.,TranSystems Page 5 Elgin Bikeway Route 4 Project Proposal No.: T09-010 WT At this time, no on-site mitigation design is included in the scope of services. If wetland mitigation is required, wetland banking may or may not be an option for this project. If not, a separate proposal will be prepared for wetland mitigation design. Task 4—Vegetation Survey Huff& Huff will prepare a limited tree survey only in areas where the bike path will be routed through a tree line, such as under US Route 20, State Road and Middle Road. It is assumed that no more than 100 trees will need to be identified. This survey will be conducted in accordance with current IDOT policies and D&E-1 8 and will include all trees six (6) inches in diameter or greater and smaller individuals when planted for landscape purposes. TranSystems will be responsible for locating the trees by station and offset during the project survey. Huff& Huff will then assess type, size, health and structure. The tree information will be presented in a memorandum. Task 5—Project Management H&H will attend two client meetings to discuss alternatives, avoidance measurements and impacts. This task covers items necessary to manage the project, including preparation of quarterly reports, scheduling, and coordination with the prime consultant. 3. COST ESTIMATE Costs for these services are presented in the Cost Estimate for Consultant Services. 4. SCHEDULE The formal delineation will be scheduled within four weeks after the Notice to Proceed is given. This proposal assumes that the delineation will be completed during the growing season (approximately April 15 to October 15). The FQI in Kane County can only be completed between June 1st and October 15th. The FQI is required to determine mitigation and buffer requirements. If the delineation is completed outside of the growing season, additional field visits would be required to verify the wetland boundaries. 5. CONTRACT TERMS 1. CONSULTANT'S SERVICES: The Consultant's (Huff& Huff, Inc.) services shall consist of those tasks described in Section 2. U:Pro osal 09\Trans ortation\TranS stemsEI in Bikeway Route 4.doc Mr.Eric Neubauer,P.E.,TranSystems Page 6 Elgin Bikeway Route 4 Project Proposal No.: T09-O IOWT 2. SCHEDULE: The Consultant's work under this Agreement shall begin within two weeks of receipt of written notice to proceed or a signed copy of this Agreement. 3. COMPENSATION: The fee basis for the scope of work, as outlined in Section 3, pertains to the specific scope work. 4. DIRECTION: For work performed under this Agreement, Consultant shall take direction from the CLIENT. 5. CHANGES: This Agreement may only be changed by written amendment which specifies the terms being revised and which has been signed by both parties hereto. 6. PROJECT DATA: The Consultant, in coordination with the CLIENT, shall obtain from the appropriate sources all data and information necessary for the proper and complete execution of the Consultant's services. 7. INDEPENDENT CONSULTANT: The Consultant shall be deemed to be an independent contractor in all its operations and activities hereunder. The employees furnished by Consultant to perform the work shall be deemed to be Consultant employees exclusively, and said employees shall be paid by Consultant for all services in this connection. The Consultant shall be responsible for all obligations and reports covering Social Security, Unemployment Insurance, Workmen's Compensation, Income Tax, and other reports and deductions required by an applicable state or Federal law. 8. RIGHTS OF WORK PRODUCT: CLIENT shall have unlimited rights in all drawings, designs, specifications, notes, and other work developed in the performance of this contract, including the right to use same on any other work without additional cost to the CLIENT. The Consultant shall not be liable for any use or reuse of the drawings, designs, specifications, notes and other work for use other than intended under the terms of this Agreement. 9. INDEMNIFICATION: The Consultant hereby agrees to indemnify and hold harmless the CLIENT and any proper owners whose property it is necessary to access in the performance of this work, against any and all liability, loss, damages, demands, or actions or causes of action, which may result from any damages or injuries sustained by a person or entity in connection with or on account of any negligent act or omission of the Consultant or its employees relating to its obligations pursuant to this Agreement. 10. TERMINATION: CLIENT may terminate this Agreement at any time upon ten (10) days written notice for whatsoever reason, provided CLIENT shall pay the Consultant a reasonable fee for work satisfactorily performed prior to the effective date of termination. In no case, however,shall the total amount paid to Consultant exceed the amount set out above. 11. INSURANCE: The Consultant shall maintain insurance as set forth in the prime contract, if attached, or as set forth below. U:\Proposal 09\Transportation\TranSystems\Elgin Bikeway Route 4.doc Mr.Eric Neubauer,P.E.,TranSystems Page 7 Elgin Bikeway Route 4 Project Proposal No.: T09-010WT a. Worker's Compensation and Employer's Liability Insurance: Worker's Compensation in compliance with applicable State and Federal laws. b. Comprehensive General Liability Insurance for Bodily Injury and Property Damage to a combined single limit of$2,000,000 per occurrence/claim or an umbrella of$3,000,000. c. Comprehensive Automobile Liability Insurance, including owned, hired, and non-owned automobiles, for Bodily Injury and Property Damage to a combined single limit of $1,000,000 per occurrence/$2,000,000 aggregate. d. Professional liability insurance $2,000,000 on a claims made basis. 12. STANDARD OF CARE: Services performed by the Consultant under this Agreement will be conducted in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. 13. RETENTION OF RECORDS: Consultant shall maintain complete records of all hours billed and direct costs incurred under this Agreement so as to accurately reflect the services performed and basis for compensation and reimbursement under this Agreement. 14. LEGAL: This Agreement shall be construed and interpreted solely in accordance with the laws of the State of Illinois. BOTH PARTIES HERETO WARRANT AND REPRESENT that they have full right,power, and authority to execute this Contract. IN WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first specified above. CONSULTANT CLIENT HUFF&HUFF, INC. TRANSYSTEMS CORPORATION Signature Signature By: Linda L. Huff, P.E. Typed Name Typed Name President Officer's Title Officer's Title l Date Date U:\Proposal 09\Transportation\TranSystems\Elgin Bikeway Route 4.doc Client: TranSystems Date: 01/22/09 Project: Elgin Bikeway Route 4 County: Kane Task 1 Task 2 Task 3 Task 4 Task 5 Wetland Delineation& JD Determination Permitting Tree Survey Project Management Report Employee Hours Charge Hours Charge Hours Charge Hours Charge Hours Charge Senior Engineer I EES 4.00 424.00 0.00 0.00 8.00 848.00 16.00 1,696.00 Senior Scientist II AK 65.00 5,330.00 20.00 1,640.00 10.00 820.00 40.00 3,280.00 0.00 Wetland Scientist III LR 65.00 4,030.00 30.00 1,860.00 30.00 1,860.00 0.00 0.00 Wetland Scientist I EM 20.00 1,140.00 0.00 0.00 20.00 1,140.00 0.00 Senior CADD I DMG 4.00 348.00 0.00 0.00 3.00 261.00 0.00 Administrative III ST 3.00 159.00 0.00 2.00 106.00 3.00 159.00 0.00 TOTAL-PROFESSIONAL SERVICE 161.00 11,431.00 50.00 3,500.00 42.00 2,786.00 74.00 5,688.00 16.00 1,696.00 Direct Costs/Inhouse 253.00 21.50 68.50 0.00 407.00 Subconsultants/Outside Services 0.00 0.00 0.00 0.00 0.00 TOTAL 11,684.00 3,521.50 2,854.50 5,688.00 2,103.00 P-Poor i,7.0 j,iraPS.0frr^5 irran^iyg,,Ps Elgin Bikeway Wed x1s11'1000 1 $25,917.00 III SUMMARY OF DIRECT COSTS Project: TranSystems - Elgin Bikeway Route 4 Project DIRECT Task 1 Wetland Delineation & Report Trips 60 miles x 4 x $ 0.55 = $ 132.00 Reproduction 4 sets x 50 x $ 0.10 = $ 20.00 Color copies 4 sets x 10 x $ 0.50 = $ 20.00 Maps/Aerials 10 x $ 5.00 = $ 50.00 Federal Express 2 x $ 15.50 = $ 31.00 Task Total $ 253.00 Task 2 JD Determination Reproduction 4 sets x 15 x $ 0.10 = $ 6.00 Federal Express 1 x $ 15.50 = $ 15.50 Task Total $ 21.50 Task 3 Permitting Trips 50 miles x 1 x $ 0.55 = $ 27.50 Reproduction 1 sets x 50 x $ 0.10 = $ 5.00 Color copies 1 sets x 10 x $ 0.50 = $ 5,00 Federal Express 2 x $ 15.50 = $ 31.00 Task Total $ 68.50 Task 4 Tree Survey Trips 60 miles x 10 x $ 0.55 = $ 330.00 Reproduction 4 sets x 40 x $ 0.10 = $ 16.00 Color copies 4 sets x 15 x $ 0.50 = $ 30.00 Federal Express 2 x $ 15.50 = $ 31.00 Task Total $ 407.00 Task 5 Project Management Trips 60 miles x 2 x $ 0.55 = $ 66.00 Task Total $ 66.00 GRAND TOTAL $ 816.00 R\Proposal-2009\TranSystems\[TranSystems Elgin Bikeway Rte 4.xls]Direct Subconsultant Agreement Scope and Fee Wang Engineering, Inc. Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering ran Systems� City of Elgin - Wang 1145 North Main Street Lombard,Illinois 60148 Engineering Phone(630)953-9928 www.wangeng.com January 26,2009 Mr. Eric Neubauer, P.E. TranSystems Corporation 222 South Riverside Plaza, Suite 2320 Chicago, IL 60606 Reference: Geotechnical Engineering Services Elgin Bikeway Elgin, Illinois Wang No.: P090132 Dear Mr.Neubauer: Wang Engineering, Inc. (Wang) is pleased to submit this proposal for geotechnical investigation and engineering services to support the design and construction of the proposed Route 20 underpass in Elgin, Illinois. The following describes our geotechnical services, as well as our proposed scope of work and cost estimate. Scope of Work: Wang understands that as part of the Elgin Bikeway Master Plan an underpass is proposed to be built under U.S. Route 20, approximately 300 feet west of the Fox River. In addition to the • underpass bridge structure 4 (four) wing walls will be constructed to retain the soil next to the underpass bridge location. If groundwater is encountered, we recommend an additional investigation that will include obtaining groundwater level and in-situ hydraulic conductivity for the design of groundwater lowering system including pump capacity. 1. Install piezometer in a previously drilled boring and record groundwater levels for a period of four weeks. One reading will be taken every other day. A protective cover with a lock will be installed for the safety. It is assumed that piezometer will be installed in a 40 feet deep borehole. After four weeks,the piezometer will be sealed with bentonite chips. 2. Conduct in-situ hydraulic conductivity test (Slug test) and reduce the data. Slug test is a means by which a single bore hole can be utilized to estimate the horizontal hydraulic conductivity of subsurface soil. Geotechnical Drilling Services: Geotechnical • Construction • Environmental Quality Engineering Services Since 1982 Elgin Bikeway WEI No.P090132 January 26,2009 W Nang Page 2 of 3 Engineering Wang will provide equipment, labor, and associated materials to drill and sample six structure borings. Two structure borings will be obtained for the underpass bridge and will extend to 60 feet below ground surface (bgs). The remaining four borings will be obtained at the proposed underpass bridges wing wall locations and will be drilled and sampled to 30 feet bgs. Soil samples will be collected with split barrel samplers according to AASHTO T 206-87, "Penetration Test and Split-Barrel Sampling of Soils." If necessary, undisturbed soil samples will be collected according to AASHTO T 207-87, "Thin Walled Tube Sampling of Soils." Field Supervision: Before drilling, WEI will locate the borings in the field and clear utilities through JULIE. The field engineer will monitor drilling activities, maintain daily field notes and the soil boring logs, as well as receive, classify, and prepare soil samples for laboratory analysis. The field engineer will also perform penetrometer and Rimac unconfined compressive strength tests on cohesive soil samples; he will also monitor the groundwater level in boreholes. Laboratory Testing: After the completion of the drilling phase, all soil samples will be transported to our in-house laboratory in Lombard, Illinois. The soil-testing program will include natural moisture content, Atterberg limits, and particle size analysis. Engineering Analysis and Recommendations: The geotechnical report will include a detailed description of soil and groundwater conditions encountered, field and laboratory testing procedures and results, geotechnical engineering analysis performed, and recommendations and criteria for the design and construction of the new underpass and wingwalls. The report will also include site location map, boring location plan, boring logs, and soil profiles. The boring logs will also be provided in Microstation format to be included with the contract plans. Scheduling: WEI will start the project expediently upon receiving written authorization to proceed. We estimate that the field work would require 4 working days for completion after utilities clearance, permitting, and access agreements. The laboratory tests would be performed concurrent with the field investigation and would extend one week after the completion of field work. The geotechnical report would be provided two weeks after the completion of laboratory program. WEI will expedite the project to our fullest means to meet your submittal deadlines. Assumptions: The cost estimate was prepared assuming the following conditions. • The as-drilled boring locations would be surveyed by TranSystems or their surveying Subconsultant, • Lane closures will not be required. Geotechnical • Construction • Environmental Quality Engineering Services Since 1982 Elgin Bikeway WEI No.P090132 January 26,2009 W Wang Page 3 of 3 E,s karg • WEI standard insurance satisfies the Project/Owner insurance requirements, • No hazardous materials will be encountered, and • Drilling unit costs are required under the prevailing rate under the Prevailing Wage Act (820 ILCS 130/0.01). If any of the above mentioned assumptions are not confirmed during the execution of the described scope of work in this proposal, additional costs might be incurred. Estimated Cost: WEI proposes to provide the above tasks on time and expense basis according to the attached cost estimate. WEI will not exceed this upper limit without TranSystems approval. The following is a breakdown of the total cost. Insurance: Attached is a sample of our Certificate of Insurance. Additional insurance beyond our standard coverage is not included in our cost estimate and will be considered as reimbursement item. Wang Engineering, Inc. appreciates the opportunity to present this proposal. We look forward to continue our work with TranSystem Corporation and the City of Elgin on this project. If you have any questions or require additional information, please contact us at(630) 953-9928. Sincerely, WANG ENGINEERING,INC 6-0-/Z. Corina T. Farez, P.E., P.G. Vice President Nathan Davis Engineering Geologist Attachments: Cost Estimate Insurance Certificate Geotechnical • Construction • Environmental Quality Engineering Services Since 1982 COST ESTIMATE Wang Proposal No.P090132 FOR January 26,2009 GEOTECHNICAL SERVICES U.S.ROUTE 20 UNDERPASS BRIDGE ELGIN,ILLINOIS FOR TRANSYSTEMS CORPORATION FIELD INVESTIGATIONS Task Description Units Unit Price Extended Cost Mobilization(Truck Mounted Drill Rig) $625.00 /Each Drilling Crew Daily Travel&Support Vehicle $145.00 /Day Stand-By Time Drill Mounted on Truck $275.00 /Hour Mobilization(ATV Mounted Drill Rig) 1 Each $950.00 /Each $950.00 ATV Mounted Drill Rig Daily Charge 4 Days $275.00 /Day $1,100.00 Drilling Crew Daily Travel&Support Vehicle 4 Days $145.00 /Day $580.00 Stand-By Time Drill Mounted on ATV 2 Hrs. $275.00 /Hour $550.00 Drilling and Sampling Structure Borints Drilling including split spoon sampling at 2.5'interval (SPT,Penetrometer,Rimac,Visual Classification Included) Between 0 and 30 Feet Normal Working Hours 180 Feet $21.00/Foot $3,780.00 Restricted Hours(6 Hrs) $27.00/Foot Between 30 and 50 Feet Normal Working Hours 40 Feet $24.00/Foot $960.00 Restricted Hours(6 Hrs) $30.00/Foot Between 50 and 75 Feet Normal Working Hours 20 Feet $26.00/Foot $520.00 Restricted Hours(6 Hrs) $33.00/Foot Borehole Abandonment and Surface Restoration Normal Working Hours 240 Feet $8.00 /Foot $1,920.00 Restricted Hours(6 Hrs) $9.00 /Foot Night Work $8.50 /Foot $10,360.00 AAQm LABORATORY TESTING AASHTO ASTM Task Description Units Unit Price Extended Cost Soil Index Tests T265 D22t6 Water Content 84 Tests $6.25/test $525.00 WK3158 Unit Weight(Density) $30.00/test Ties D854 Specific Gravity $55.00/test Particle Size Distribution vas D422 Sieve Analysis $65.00/test T88 D422 Hydrometer Analysis $70.00/test T88 D422 Combined Sieve and Hydrometer 4 Tests $105.00/test $420.00 - D3140 Percent Finer than No.200 Sieve $43.00/test Atterbert Limits Ta9,T90 D4318 Liquid and Plastic Limits 4 Tests $65.00/test $260.00 $1,205.00 Page'012 WANG ENGINEERING,INC. COST ESTIMATE Wang Proposal No.P090132 FOR January 26,2009 GEOTECHNICAL SERVICES U.S.ROUTE 20 UNDERPASS BRIDGE ELGIN,ILLINOIS FOR TRANSYSTEMS CORPORATION OTHER PROJECT RELATED DIRECT EXPENSES Item Description Units Unit Price Extended Cost Field Vehicle Field Vehicle Mileage(>100 Miles per Day) $0.52 /Mile Field Vehicle Daily(<100 Miles per Day) 5 Days $52.00 /Day S26000 Out-of Town Expenses(Lodging) $90.00 /Day Out-of Town Expenses(Per Diem) $45.00 /Day Tolls Report Reproduction Copies,Black&White,8.5"X 11" 300 No $0.20 /Each $60.00 Copies,Color,8.5"X 11" 20 No $2.50 /Each $50.00 Copies,Reproduction or Reduction,24"X 36" $10.00 /Each $370.00 ENGINEERING Field Activities Project Engineer 2 Hrs. $100.17 /Hour $200.34 Field Engineer 26 Hrs. $98.45 /Hour $2,559.70 Field Inspectors/Lab Technician 20 Hrs. $64.94 /Hour $1,298.80 Data Analyses&Engineering Senior Engineer 6 Hrs. $155.89 /Hour $935.34 Project Engineer 8 Hrs. $100.17 /Hour $801.36 Staff Engineer 14 Hrs. $98.45 /Hour $1,378.30 Assistant Staff 15 Hrs. $64.94 /Hour $974.10 Report Preparation Senior Engineer 12 Hrs. $155.89 /Hour $1,870.68 Project Engineer 14 Hrs. $100.17 /Hour $1,402.38 Staff Engineer 15 Hrs. $98.45 /Hour $1,476.75 Project Management Principal in Charge 1 Hrs. $186.78 /Hour $186.78 Project Manager 6 Hrs. $155.89 /Hour $935.34 Project Administrative Assistant 1 Hrs. $77.01 /Hour $77.01 QC/QA Reviewer 1 Hrs. $83.93 /Hour $83.93 $14,096.88 TOTAL ESTIMATE $26,031.88 Page2o'2 WANG ENGINEERING,INC. ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 3/27/2008 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION DS&P Insurance Services Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1530 E Dundee Rd., Suite 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Palatine IL 60074 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (847) 934-6100 (847) 934-6186 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: ACUITY A Mutual Insurance Co. 14184 Wang Engineering Inc INSURERS: Steadfast Insurance Company 26387 1145 N. Main Street INSURER C: Lombard IL 60148 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE IMM/DD/YY1 DATE IMM/DD/YYI LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED B X COMMERCIAL GENERAL LIABILITY GL05E7379805 3/26/2008 3/26/2009 PREMISES(Eaoccurence) $ 100,000 CLAIMS MADE X OCCUR MED EXP(Any one person) $ 5,000 X No Railroad PERSONAL&ADVINJURY $ 1,000,000 X Exclusion GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ EXCLUDED X POLICY PRO LOC jrEC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X ANY AUTO K26141 3/26/2008 3/26/2009 (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY (Per accident) X NON-OWNED AUTOS X No Railroad PROPERTY DAMAGE $ X Exclusion (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND K26141 3/26/2008 3/26/2009 X WCSTATU- OTH- TORY LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER B PROF/POLL LIABILITY PEC587379405 3/26/2008 3/26/2009 LIMIT: $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS SAMPLE CERTIFICATE OF INSURANCE CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN SAMPLE CERTIFICATE OF INSURANCE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 Page 1 of 2 • IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) Page 2 of 2 NINNINNiminum Project Schedule Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering ran Systems\ City of Elgin PROJECT SCHEDULE Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering Section: 09-00176.00-BT CITY OF ELGIN 2009 2010 2011 WORK:?FM J F M A M J J A S 0 N D J F M A M J J A S 0 N D J F PHASE 1 ENGINEERING ENGINEERING AGREEMENT APPROVAL (Estimated notice to proceed August 2009) PROJECT COORDINATION ' ' ■ ' ' , ■ ' ' , FIELD SURVEY PRELIMINARY DESIGN STUDIES SOILS INVESTIGATIONS ENVIRONMENTAL STUDIES . . PREFERRED IMPROVEMENT PLAN PROJECT DEVELOPMENT REPORT , Duration of 12 to 18 months after Design Approval PHASE 2 ENGINEERING Anticipate that protect will take 1 construction season to complete. CONSTRUCTION LETTING 8 ENGINEERING I I (Target January Calendar Year letting) 1111. TranSystems Date July 2009 City/IDOT Review or Processing TranSystems I:IELGIMBike Route 41Contractt7-16-0911Route 4 Schedule 7-17-09 xlsischedule • Local Agency Agreement for Federal Participation for Elgin Bike Bikeway Master Plan Route 1 August 06,2009 Page 2 The total projected project costs are outlined in the following table: Federal Funds City Funds Phase FHWA Local Agency Total Cost Phase I(Preliminary Engineering) $34,040 $8,510 $42,550 Phase II (Design Engineering) $34,120 $8,530 $42,650 Phase III (Construction) $269,100 $67,300 $336,400 Phase III (Construction Observation) $28,800 $7,200 $36,000 Totals $366,060 $91,540 $457,600 CMAQ applications are approved and reviewed by the Metropolitan Planning Organization (MPO) Planning Committee which included this project in the 2009 CMAQ Program. MPO is the decision making body for all regional transportation plans and programs for the Chicagoland Area. In order to utilize the approved CMAQ funds,which will cover 80% of the Phase I portion of the project, a Local Agency Agreement for Federal Participation, attached as Exhibit A, is required to be executed by the local agency. The agreement obligates the local agency to budget the total cost of Phase I of the project (in this case $42,550) with 80% being eligible for reimbursement once proof of payment is submitted to IDOT. The CMAQ program has included the other phases of the project in their fiscal plan which would allow the City to also be reimbursed in a similar manner for the Phase II (Design Engineering) portion of the project (appropriate 100% and be reimbursed 80%). The Phase III portions of the project are paid for by IDOT and the City would be invoiced for 20% thereby reducing the funding required to be budgeted for that portion of the project. Similar Local Agency Agreements for Phase II and Phase III will be presented to the City Council as those portions of the project move forward. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None TiAyINANCIAL IMPACT Presently, no funds have been budgeted for this project in the 2009-2013 Five Year Financial Plan. Approving the execution of the agreement would obligate the City to budget $42,550 for Phase I and $42,650 for Phase II in the 2010 budget with 80%, or $68,160 reimbursed by IDOT. Additionally, $74,500 would be budgeted for Phase III as IDOT up fronts the cost for that portion of the project and subsequently invoices the City. The Park Development Fund has sufficient monies available to fund this initiative. <,c4 O F Ez o G \y City of Elgin Agenda Item No. 61 ./?9TEDFEd August 6, 2009 TO: Mayor and Members of the City Council U inmuially Stable FROM: Sean R. Stegall, City Manager — city 1Government David Lawry, General Services Group Director SUBJECT: Local Agency Agreement for Federal Participation with the Illinois Department of Transportation for Phase I Engineering Services for the Elgin Bikeway Master Plan Route 1 PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider executing an agreement with the Illinois Department of Transportation (IDOT) authorizing the use of federal funds for Phase I Engineering Services for the Elgin Bikeway Plan Route 1. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute the Local Agency Agreement with IDOT at a net cost of$91,540 for Phases I, II and III. BACKGROUND The City's Bikeway Master Plan identified priority segments within each quadrant of the City (i.e. NW, NE, SW, SE). In the NE quadrant, Route 1 is proposed to connect the existing trail at Kimball Street and the Fox River Trail on the west to the existing trail on Congdon Avenue in Cook County on the east. The bikeway will operate via Kimball, Douglas, Prospect, River Bluff Road, and Congdon Avenue. A side path exists on the north side of Congdon Avenue between Indian Drive and Maureen Drive (City limits). At the City limits, the multi-use trail continues eastward providing access to the Shoe Factory Road Woods and the Poplar Creek Preserve in the Village of Hoffman Estates. In January 2008, TranSystems on behalf of the City submitted a funding application for Bike Route 1 to the Chicago Metropolitan Agency for Planning for the Congestion Mitigation and Air Quality Program (CMAQ). In November 2008, the City received official notice that this project was selected to receive 80%in federal funding for the total project costs. EXHIBIT A Local Agency State Contract Day Labor Local Contract RR Force Account Illinois Department Q of Tran ortation City of Elgin X Local Agency Agreement Section Fund Type ITEP Number for Federal Participation 09-00175-00-BT STA Construction Engineering Right-of-Way Job Number Project Number Job Number Project Number Job Number Project Number , • P-91-304-09 CMM-9003(231) This Agreement is made and entered into between the above local agency hereinafter referred to as the"LA"and the state of Illinois, acting by and through its Department of Transportation,hereinafter referred to as"STATE". The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as"FHWA". Location • Local Name Elgin Bikeway Master Plan Route 1 Route Various Length 2.7 miles Termini Kimball Street and Fox River Trail to Congdon Avenue Current Jurisdiction Existing Structure No N/A Project Description All Phase 1 Engineering Services for new bike routes and on-street lanes in the Northeast Quadrant of the city of Elgin,Kane County. Division of Cost • Type of Work FHWA % STATE % LA % Total Participating Construction ( ) ( ) ( ) Non-Participating Construction ( ) ( ) ' ( ) Preliminary Engineering 34,040 ( * ) ( ) 8,510 ( SAL ) - 42,550 Construction Engineering ( ) ( ) ( ) Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 34,040 $ • $ 8,510 $ 42,550 *Maximum FHWA(STA) Participation 80%not to exceed$34,040.00 NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment. If funding is not a percentage of the total,place an asterisk in the space provided for the percentage and explain above. The Federal share of construction engineering may not exceed 15%of the Federal share of the final construction cost. Local Agency Appropriation By execution of this Agreement,the LA is indicating sufficient funds have been set aside to cover the local share of the project cost and additional funds will be appropriated, if required, to cover the LA's total cost. Method of Financing(State Contract Work) METHOD A---Lump Sum(80%of LA Obligation) _ METHOD B--- Monthly Payments of METHOD C---LA's Share divided by estimated total cost multiplied by actual progress payment. (See page two for details of the above methods and the financing of Day Labor and Local Contracts) Printed on 7/8/2009 Page 1 of 4 BLR 05310(Rev.05/28/09) Local Agency Agreement for Federal Participation for Elgin Bike Bikeway Master Plan Route 1 August 06, 2009 Page 3 01/41/ LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to authorize execution of the Local Agency Agreement for Federal Participation with IDOT for the use of federal funds for Phase I Engineering Services for the Elgin Bikeway Master Plan Route 1 2. The City Council may choose not to authorize execution of the Local Agency Agreement for Federal Participation with IDOT for the use of federal funds for Phase I Engineering Services for the Elgin Bikeway Master Plan Route 1 Respectfully submitted for Council consideration. In Attachment (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred,suspended,proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against then' for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain or performing a public(Federa State or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement, theft,forgery, bribery, falsification or destruction of records,making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal,State,local)with commission of any of the offenses enumerated in item (b)of this certification;and (d) have not within a three-year period preceding the Agreement had one or more public transactions(Federal,State, local) terminated for cause or default. • (16) To include the certifications, listed in item 15 above and all other certifications required by State statutes,in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding$100,000 in federal funds, execution of this Agreement constitutes the LA's certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any cooperative agreement, and the extension, continuation, renewal,amendment or modification of any Federal contract, • grant, loan or cooperative agreement; (b) if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract,grant,loan or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying",in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts, subgrants and contracts under grants,loans and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment,certified time sheets,vendor invoices,vendor receipts,and other documentation supporting the requested reimbursement amount. • (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed$1,000,000 (five years if the project costs exceed$1,000,000). (24) Upon completion of this phase of the improvement,the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs,less previous payments,no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement,the most recent invoice may be considered the final invoice and the obligation of the funds closed. (25) (Single Audit Requirements) That if the LA receives$500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget(OMB)Circular No.A-133. LA's that receive less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE with 30 days after the completion of the audit, but no later than one year after the end of the LA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. THE STATE AGREES: (1) To provide such guidance,assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA's certification of compliance with Titles II and Ill requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE(and FHWA, if required) and to award a contract for construction of the proposed improvement,after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved an-' to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer's Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering,right-of-way, utility work and/or construction work: Printed on 7/8/2009 Page 3 of 4 BLR 05310(Rev.05/28/09) • Agreement Provisions THE LA AGREES: (1) To acquire in its name,or in the name of the state if on the state highway system,all right-of-way necessary for this project in accordance with the requirements of Titles 11 and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,and established state policies and procedures. Prior to advertising for bids,the LA shall certify to the STATE that all requirements of Titles II and Ill of said Uniform Act have been satisfied. The disposition of encroachments,if any,will be cooperatively determined by representatives of the LA,and STATE and the FHWA, if required. (2) To provide for all utility adjustments,and to regulate the use of the right-of-way of this improvement by utilities,public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys.and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum(addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction,an addendum is required. (5) To maintain or cause to be maintained,in a manner satisfactory to the STATE and FHWA,the completed improvement,or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) . To maintain,for a minimum of 3 years after the completion of the contract,adequate books,records and supporting documents to verify the amounts,recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books,records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department; and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department;and to provide full access to all relevant materials.Failure to maintain the books,records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books,records and supporting documentation are not available to support their purported disbursement. (8) To provide if required,for the improvemenf of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose(partial or total)Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A- Lump Sum Payment Upon award of the contract for this improvement,the LA will pay to the STATE,in lump sum, an amount equal to 80%of the LA's estimated obligation incurred under this Agreement, and will pay to the STATE the remainder of the LA's obligation(including any nonparticipating costs)in a lump sum, upon completion of the project based upon final costs. • Method B- Monthly Payments. Upon award of the contract for this improvement,the LA will pay to the STATE,a specified amount each month for an estimated period of months,or until 80%of the LA's estimated obligation under the provisions of the Agreement has been paid,and will pay to the STATE the remainder of the LA's obligation(including "any nonparticipating costs)in a lump sum,upon completion of the project based upon final costs. Method C- Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement,the LA will pay to the STATE,an amount equal to the LA's share of the construction cost divided by the estimated total cost, multiplied by the actual•payment(appropriately adjusted for nonparticipating costs) made to the contractor until the entire obligation incurred under this Agreement has been paid. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding, equipment,labor,material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for,or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed,the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed,the LA will repay the STATE any Federal Funds received under the terms of this Agreement. (14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation,2300 South Dirksen Parkway,Springfield, Illinois,62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission(ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOTs District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer's Payment Estimates in accordance with the Division of Cost on page one. Printed on 7/8/2009 Page 2 of 4 BLR 05310(Rev.05/28/09) Addendum. No. I - Location Map City of Elgin Elgin Bikeway Master Plan Route 1 • • • r� " , �;•<+...?.. - 4 a !4• ,•fin' G::�>•, ': .::▪ i �.t. J�� �1��.�.t',•y;9t:n+±.'.�•yr:,�s,:[ 'r'yT. .�%� �; � '1•'t S�.r>~s tl,g a y"'i:9�'vti^'� '.`i,;,i' �, (. ., '� x ,,... v: 'a>: c z: I v4{ Y. w tip. • 6 :1x tix.^ •:i �Ay , lt;:r::: `'.s ��y _- 1w:„.,;.r,'.w.,,. •, .''., - z:. [i•j .vim ' :i.4% - r' '•.�,''Ft„.4 rfw_t••s+; .f ,,•U4r,> r '*1 t•,.- 4..w-•l+� 45,.a>...�.1 ..5 ,-,w•ar...r••e• S a�8 .�., S - •,f r.f '<n f,,�k ' :.- Y t`lr _ .<�"• r. 9. -.,::?~'�Sv. ..f 4 `� 'c ��"IurQn�r '�',���, .3.1; .�+'''< •t.'� ',.7.47,�,3s t • .,. ri,'..ka rr-' •'T{�QUf ,kt?,'. ..4 yy 2„%i... i t:�-',�iy.'y_rt., V-. . '" .fr. '�i x.....rt. S�!..i :q '" ?` ':i;:':"a` '4 `k:1, •4'. '''''r:..•C'::C ::>i`• la 'l4:"-*, ,'fie< 1�z-. 'v: ..� pia ..1,. '�YK� 't^w"?lac, - : ;Lfi 'a.:!i;. +.,,,•S.-i h. .'�''-.W tTi.f i::.'•i:.jaY•.::ny_-`t . ..M.a^(\-`.�t_ :+4.: N.. -I-1;^'X •4 'dK '.1rY+•�fj�?4�' .L.�:.�' ••�� �:'!:'. .a�L� :',.Y •!r'', pp�� .t. Ld :,�.Sa:. t., e.K .+L Y: Y _ .F\ILi.' a' .4`^, f.f:v.: ...: .' f,. •e�.•_ter .i. ;, ;c�h,, r x � ;� >:. =.::' -> e.� ^'»..' .,, . .�• '_ .r'..� l;'`led; ,y- +w.., .1:- `� s.ni•' <•'• 3".:l• u: r•:!v.,.-., t;T:".';, 'si':a'. :tr:. . • m,., v ..,t;`,1 ; ,0?:.4•`,ffytV y aver .v,s.-V' ,.- Y;. •_.... ,r :•"s<' ,'`''n y,�.i- i; • a a. 3''••,✓ r {t1.,: �.�c ." >: e.;<y �;%�:i'"",`•`':�a�U:}r'=::1'�L-'ti ,0,,� .� •:.',f.•'^r '•- .1i::' 7 r ,•t,5; `" • r- ty.rp� - '1. � p � r �."� ._.,.. ::`.:., � '' •:1 5t� t�^•.+[.�:r • .ate ' � �q�`�� � .r, "zd ti '.t�,,.'"G>n'va,�:, < 43-s'= :«:• _ :�;'•• `,•� W�,, . ,:iac�r. ..;,�:- c � 'k�`P"�:y '� e:� v''�- n 'r•c�'; :'�:k•`�': -�i=.-. �,r :.�o ljB1 � ;' �e:;F�• 'r;:: Br�l)• ,=F;.:, •:,:iS :s r i;„r, y, Y` :ia . i�r .. ['B.; ��M3� fe z:�'V►'`at ". " z. tt :,_ � • $a•:s,�ix•? 3, ''k�,r�`i'� r :j!' _ C ;�:[ t i.:�+ �4cy• 7" i` "' :y •F.:• .., .,;i a ��6�w',_{,x�y�-{!n f,▪ . i,,4 >ty4 tx c ;:f i:ti • ..: ,. fie,i<. t'" �; :� _^'.t W:- "'elk' ` Tf5, _ . .-:,...,:»:fyhf�• .'''v ...- a4A i;veto-no .',�1',:q L r ( 1? , . �.-•�.ir �.4�"Cry./2•<, _ 4V%0ft v r' .+ $N, .:. &'°-+ .t,.-.IF � ``r,M t� 'v:4: 'i ?. •,ex.— ,T.,. ay. Ae.t y'.�..,. ) a W: Q. Ilpy X aG, ".a:<.�� t :i.f ,:+,•""y „t �ii lilp.ai�er,r/Rd . ;'+t;; Li,idisw li . :; , i>,:., a�1: , ;'� weod' e`�• "f ?3 > , ; -v- F,` .. b✓-.<.,•... t:,y 5.- - ,r .�. 5,. _ .a1 i. .. >yS>: • ..,, . ,.�.. . • Y � f �7 �,i v:1 .. � �� .. z\kfrF. K. r � ,�' -- a4. ':V..... , , q, `'Srt :P A ,[�' ! , � {„ir.-2 -44 "�. '•1„,,+,''.>: e,,?3 . -a. '.?ei,ks ,[t:•'5 � ;." -',,::; ;yl »:}_;• a.,,.• �i` tAk't' Co. ,:i;k 'tare:" '.'.: .:1. i :ra. `1YC . :t:•• ~:4, .:1.•.W'.1 '..':r.';v Y4..,iR".::... :6;14••r :7 (} M • r. ,.'4 V a�'s'r`.. . W'�. G. .p,..'\.y.�a tti" � �•:",' JY>F � •''v"':.:iy '�..,��' '�SfFv�'-}.�.,.� ;':a. ,•rY '-.v M IF ;uz. n3:..te'�^�,'�•G�,. .c.> > ,.,,.>. 3:f�'d.�:n+ie.. •4 tZr•S ;° is S'`.:-;;r;,. •'Y,�r:�q ens ;" ., i.-s. ,.? I .:IYXs. .r-': ,1..t.' �4 "l l�1 .J '?: y)r •.Ca.,C.^• Y. .9. `� r. r a ^,`y;u.: ter' ti H<: .. k.;:c._z: ;•: as.:` .e. w!tC13 dl,- -•`i.: ',:1• i'i;:V:!`... ...,5z'..:d a. "W4t' �=': " .;{i:":}•_ •. _ a_ �•:• Y: '�V@"Y:1.4,. • .is: : m -r: ,Fj" \ ;. i'l.' t >.L r.. :c. �:,! _ •:.d..,,. Y,i: 9.. .!�..' r I" ...,?..::'\:' hey�'' i.rq. -�:; •-4'...�"-''.S.-i•' ar,: q:...ai1f7r+ � :��. cp L�i{T�; r��[';� ''Y!'r'^T��� ,y c'�... :;;a`. .Q. r.�,-r s"+ "� : '= ..{..,'3. ,;� ��q:.'< .c„...aa'- �i' ,'.` r'AYG;y x,, l' ,:�: •'7" .j r s •^.t: �'nG'`, :F..<•n:.;r:=.. ,• u.." .nii; »s..•. F ;-i••' Z 'f.; >£-:s': +s1. :k< :fir.,, '" 5;: ' "A.",.,,t .:i^ :b.'.. •- 'r .,t` ,:�i,3,. •,; •:KY s, 14§,1 `i*'.'.•:0.t.G• .�., t,'�:•";i' .' rk, :ic .t•.. ::y::..,. .Nt r., ,,,;tt?,'-`1 ,.i' ;L:;:•:, 1,': ;.1" n;fi,;Xy... ,r.i:.€ �.,. .s .T.. ..��' �fb.,?' n :3.:, <�> ..» TF, ` :'• cy,. : :4.4-s1 "w't�,y .�'� \• :��$+ :tc• t,•. 1,.' �a.. 'F,+'- ,v.,.;':�r.�� �i; u 3,., .,5.c �i n .A ... .?.-z.:. .' �nr �.:.us•.r .i •.� •ni =.. .� :�k�' i;. 4h;::.: py: .s- `� :=,t=:t�'t::.F. :c,� �...+.<.,,,' Via. .�:. ;':.at. ":?`. ��'`.>cr.•., ..;8;'; ::�=� .%'�`''�::+' `a::�!t`,4. � ., - :.. • ..�� }.�.�« +his d; ^'.'�_.;;" •;:�;':';,RS• ,:.¢'a ? . x. • :°' RW.",�.:,•• ,..• 'T:'. ..t. ' ..,.r,• ,.r �V!. . `-c,,••"*0,.. 4R •q p,� if;` '"�� F; .Ss '.+,,�� :ti,' '.3;;: (,� �'S:"la��t ..e: �..+,�] .�L:' •.:.�`.i4 's" +.. :t:^#•„k a�� �M.y�'' (:�'.. C• ....t.:.. '�U.. - ta''� .V,•i'%+r S`.:! 'i4[..la+ t '"'i,,+i.!Be ..F ....�v.1� 1,- -,z:t..v,,c ..i'.}', - • ,+q�....,0.` £+,^;_ +s'=w•..w: �yj r� �R:a. .t: �.aj(i >..: ':l:S.�t.':� .�4 _h ( .:!t (s'.s t:.:2." T'`>•:!_k f��, tt((�� y:_.-. .� •';?'y+.s:'-..I• `�EE s?�i`.+ifi:."�.`.' :l:,. :a:'.. ' v.YJ:"' .S_ .-L s..., i,t' �: 'e'?:•..:. ' is:lj i. 7..;-.4.r.r,;;.-1.:-,r... I4� ! it'" frry .,r • .M,•��1� •r. Yil:.. .3 .::'.i .T..;I., --'h`, .` :i:.' w .t•^.•N -.4 i ., y..,o .. :'•'. ' -.7, . :i ' '=y, \ , i' ":� ..•f4 �ytj� '.Iv .y:.4::.4 yti �,: - ..L:iYi4i �,l Y`,... ,f_v. �...,:. \.j •:�: fir' m� ':_:' 1�.}. r+.:. �'..., .. F .:: i•.i a �;¢ .i • ' y;:^ to .n :t! ,a�<: . �"T !��..� aim' 5.`"^ •r. i',......:..-k!",:.... ; �l�rB • '[., v. • �.S4.•D'�,Wirth .t'L[?�1/ �,y� A J% ;4� t� :�:. ;:qq��„fj:te ",_r: y ?� CF• A. ;NkY�' ." 3'1.. ?r�T♦'�1IISI' •� ;:a. �" ..r':Y:. -� : .; r:'N?;::i7Rra'i Yr: X:- s<N'.;[(:;:%n $8 �. "': r '• •'i:':`• b,�::• :t �� '� sari' t rRelee 'fit.» z �} •%fit: : ��d': B;` [;,d:. /y .:.:.c,...,vw T..„. ' '.; .,.''M•4„.1. 1,. P.1 .4 vri;.:3}.:; `t'. �y`'a.F: � .•�. .'i:`: ;,j.;,---::•,ft:S:fi- ' i r. Y .7L y }fit . i. :' �•:, Division St::.a�., - �..y.� nip V. s :.i0 'c anfiS 1. - .- ..'.' ..• wyd'f.M."q".. • .: _ '•. ,..-S .,.• '�.'. '. `a' • R . • • • Legend --- Proposed Bikeway Existing Bikeway (a) To reimburse the LA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling,to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel,cement,aggregate,structural steel and other materials customarily tested by the STATE. MUTUALLY AGREED: (1) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the.proposed improvement for Federal-aid participation or the contract coveting the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (2) This Agreement shall be binding upon the parties,their successors and assigns. - (3) For contracts awarded by the LA,the LA shall not discriminate on the basis of race,color,national origin or sex in the award and performance of any USDOT—assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT—assisted contracts. The LA's DBE program,as required by 49 CFR part 26 and as approved by USDOT,is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program,the department may impose sanctions as provided for under part 26 and may,in appropriate cases,refer the matter for enforcement under 18 U.S.C.1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C. 3801 et seq.). In the absence of a USDOT—approved LA DBE Program or on State awarded contracts,this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (4) In cases where the STATE is reimbursing the LA,obligations of the STATE shall cease immediately without penalty or further payment being required if,in any fiscal year,the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (5) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of that Act exempt its application. • ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. _Number 1 Location Mao (Insert addendum numbers and titles as applicable) LA further agrees,as a condition of payment,that it accepts and will comply with the applicable provisions set forth in this Agreement and all addenda indicated above. APPROVED APPROVED State of Illinois Department of Transportation Name • Title County Board Chairperson/Mayor/Village President/etc. Gary Hannig,Secretary of Transportation Date Signature By: (Delegate's Signature) Date (Delegate's Name—Printed) TIN Number 36-6006862 NOTE: If signature is by an APPOINTED official,a resolution authorizing Christine M.Reed,Director of Highways/Chief Engineer Date said appointed official to execute this agreement is required. Ellen J.Schanzle-Haskins,Chief Counsel Date Ann L.Schneider,Director of Finance and Administration Date • Printed on 7/8/2009 Page 4 of 4 BLR 05310(Rev.05/28/09) Engineering Services Agreement TranSystems Bikeway Route 1 August 6, 2009 Page 2 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None 9fric .FINANCIAL IMPACT The cost of Phase I Engineering Services with TranSystem totals $42,536.24. Presently, no funds have been budgeted for this project in the 2009-2013 Five Year Financial Plan. Approving the execution of the agreement would obligate the City to budget $42,550 in the 2010 budget as well as budgeting$42,650 for Phase II and$74,500 for Phase III in the future. LEGAL IMPACT APAilt/The proposed agreement requires an exception to the procurement ordinance thereby requiring approval by two-thirds of the members of the City Council. ALTERNATIVES 1. The City Council may choose to approve the Engineering Services Agreement with TranSystems in the amount of$42,536.24. 2. The City Council may choose not to approve the Engineering Services Agreement with TranSystems in the amount of$42,536.24. Respectfully submitted for Council consideration. Attachments .4OF Et C Agenda Item No. 44 City of Elgin �?ITEDFE�.• ; August 6, 2009 NV k TO: Mayor and Members of the City Council FROM: Sean R. Stegall, CityManager =naCity' oven iewirnt David Lawry, General Services Group Director SUBJECT: Preliminary Engineering Services Agreement for Federal Participation with TranSystems for the Elgin Bikeway Master Plan Route 1 PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider executing an Agreement with TranSystems for Phase I Engineering Services for the Elgin Bikeway Plan Route 1. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute the Engineering Services Agreement with TranSystems in the not to exceed amount of$42,536.24. BACKGROUND In January 2008, TranSystems, on behalf of the City, submitted a funding application for Bike Route 1 to the Chicago Metropolitan Agency for Planning for the Congestion Mitigation and Air Quality Program (CMAQ). In November 2008, the City received official notice that this project was selected to receive 80% in federal funding for the total project costs. On September 10, 2008, the City Council approved an Agreement with TranSystems to provide services to apply for various grant opportunities with respect to the City's capital improvement needs. No initial compensation was to be paid to the engineer to make applications on the City's behalf Essentially, if TranSystems was successful in obtaining the City grant funds, they would have first opportunity to negotiate a contract with the City to provide design and construction related services. Should negotiations fail, staff would initiate a source selection process to complete the design and construction activities. The Engineering Services Agreement is a result of successful negotiations with TranSystems for the engineering services required to meet the obligations of the CMAQ Grant. A copy of the Engineering Services Agreement is attached as Exhibit A. 9.' ThG undersigned certifies neither the ENGINEER nor I have: a. employed or retained for commission,percentage,brokerage,contingent fee or other considerations,any firm or person(other than a bona fide employee working solely for me or the above ENGINEER)to solicit or secure this AGREEMENT, b. agreed,as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid,or agreed to pay any firm,organization or person(other than a bona fide employee working solely for me or the above ENGINEER)any fee,contribution,donation or consideration of any kind for,or in connection with,procuring or carrying out the AGREEMENT. d. are not presently debarred,suspended,proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e. have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining,attempting to obtain or performing a public (Federal,State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery,bribery,falsification or destruction of records,making false statements or receiving stolen property, f. are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal,State or local)with commission of any of the offenses enumerated in paragraph(e)and g. have not within a three-year period preceding this AGREEMENT had one or more public transactions(Federal,State or local) terminated for cause or default. 10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 12. To submit BLR 05613, Engineering Payment Report,to the STATE upon completion of the project(Exhibit B). 13. Scope of Services to be provided by the ENGINEER: ® Make such detailed surveys as are necessary for the planning and design of the PROJECT. ❑ Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and " flood flow histories. ❑ Prepare applications for U.S.Army Corps of Engineers Permit,Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification. ❑ Design and/or approve cofferdams and superstructure shop drawings. ❑ Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report,(including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches). ® Prepare the necessary environmental and planning documents including the Project Development Report,Environmental Class of Action Determination or Environmental Assessment,State Clearinghouse,Substate Clearinghouse and all necessary environmental clearances. ❑ Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction,Bureau of Local Roads and Streets Administrative Policies,Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. ❑ Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. ❑ Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures,and compliance with applicable design requirements and policies. ® Make or cause to be made such traffic studies and counts and special intersection studies as may be required to furnish sufficient data for the design of the proposed improvement. ❑ Complete the general and detailed plans,special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate. ❑ Furnish the LA with survey and drafts in quadruplicate all necessary right-of-way dedications,construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Page 2 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 10:38:19 AM EXHIBIT A • Local Agency Consultant City of Elgin L Illinois Department TranSystems 0 of Transportation c ^ounty C a Address ane A N 1051 Perimeter Dr., Suite 1025 ection L S City 09-00175-00-BT u Schaumburg Project No. Preliminary Engineering • State CMM-- 003(231) G Services Agreement ICode Job No. • For AZip P 91 304 09 E Federal Participation 60173 Contact Name/Phone/E-mall Address N N Contact Name/Phone/E-mail Address Omar Santos, 847-931-5973 C T Brian Fairwood, 847-407-5280 santos_o@cityofelgin.org y blfairwood attransystems.com THIS AGREEMENT is made and entered into this day of between the above Local Agency(LA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the PROJECT. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE)will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. Project Description Name Elgin Bikeway Master Plan Route 1 Route various Length 2.7 mile Structure No. Termini Kimball Street and Fox River Trail to Congdon Avenue Description Phase I engineering for new bike routes and lanes as part of City-wide bikeway system. Agreement Provisions THE ENGINEER AGREES, . To perform or be responsible for the performance,in accordance with STATE approved design standards and policies,of engineering services for the LA for the.proposed improvement herein described. 2. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE. • 3. To'complete the services herein described within 360 calendar days from the date of the Notice to Proceed from the LA,excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER. 4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man- hours shown in EXHIBIT A. If higher-salaried personnel of the firm,including the Principal Engineer,perform services that are indicated in Exhibit A to be performed by lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 5. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT;and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services - enumerated herein. , 6. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER's errors,omissions or negligent acts without additional compensation. Acceptance of work by the STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities. 7. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER's professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required bylaw. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local q Roads and Streets manual published by the STATE. That the ENGINEER will comply with applicable federal statutes,state of Illinois statutes,and local laws or ordinances of the LA. Page 1 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 10:38:19 AM 3. That all reports,plans,estimates and special provisions furnished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE, it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That none of the services to be furnished by the ENGINEER shall be sublet,assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement. 5. To maintain,for a minimum of 3 years after the completion of the contract,adequate books,records and supporting documents to verify the amounts,recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE;and to provide full access to all relevant materials. Failure to maintain the books,records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or negligent act in the prosecution of the ENGINEER's work and shall Indemnify and save harmless the LA,the STATE,and their officers,agents and employees from all suits,claims,actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. 8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LA all drawings,plats,surveys, reports, permits,agreements,soils and foundation analysis,provisions, specifications,partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination. 9. This certification is required by the Drug Free Workplace Act(30lLCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including,but not limited to,suspension of contract or grant payments,termination of a contract o grant and debarment of the contracting or grant opportunities with the State for at least one(1)year but no more than five(5)years. For the purpose of this certification,"grantee"or"contractor means a corporation,partnership or other entity with twenty-five(25)or more employees at the time of issuing the grant,or a department,division or other unit thereof,directly responsible for the specific performance under a contract or grant of$5,000 or more from the State,as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing a statement: (1) Notifying employees that the unlawful manufacture,distribution,dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that,as a condition of employment on such contract or grant,the employee will: (a) abide by the terms of the statement;and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5) days after such conviction. b. Establishing a drug free awareness program to inform employees about (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy of maintaining a drug free workplace; (3) Any available drug counseling,rehabilitation and employee assistance program;and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten(10)days after receiving notice under part(B)of paragraph(3)of subsection(a)above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on,or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. Page 4 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 10:38:19 AM II.'THE LA AGREES, 1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT,on the basis of the following compensation formulas: Cost Plus Fixed Fee ® CPFF= 14.5%[DL+R(DL)+OH(DL)+IHDC],or ❑ CPFF= 14.5%[DL+R(DL)+1.4(DL)+IHDC],or ❑ CPFF= 14.5%[(2.3+R)DL+IHDC] Where: DL= Direct Labor IHDC=In House Direct Costs OH=Consultant Firm's Actual Overhead Factor R=Complexity Factor Specific Rate ❑ (Pay per element) Lump Sum ❑ 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50%of completed work,and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA,monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to 90%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50%of the work is completed,and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA,monthly payments covering work performed shall be due and payable to the ENGINEER,such payments to be equal to 95%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE,a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments—Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER: b) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined In this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. The recipient shall not discriminate on the basis of race,color,national origin or sex in the award and performance of any DOT- assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all - necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The recipient's DBE program,as required by 49 CFR part 26 and as approved by DOT,is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out Its approved program,the Department may impose sanctions as provided for under part 26 and may,in appropriate cases,refer the matter for enforcement under 18 U.S.C.1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C.3801 et seq.). III. IT IS MUTALLY AGREED, 1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed. 2. That tracings,plans,specifications, estimates,maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes,sketches, charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request,to the LA or to the STATE, without restriction or limitation as to their use. Page 3 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 10:38:19 AM Exhibit A- Preliminary Engineering Route: Elgin Bikeway Master Plan Route 1 • Local Agency: City of Elgin, Kane County *Firms approved rates on file with IDOT's (Municipality/Township/County) Bureau of Accounting and Auditing: Section: 09-00175-00-BT Project: CMM-9003(231) Overhead Rate(OH) 156.44 % Job No.: P-91-304-09 Complexity Factor(R; 0.00 Calendar Days 360 Method of Compensation: Cost Plus Fixed Fee 1 12114.5% [DL+R(DL)+OH(DL)+IHDC] Cost Plus Fixed Fee 2 0 14.5% [DL+ R(DL)+ 1.4(DL)+ IHDC] Cost Plus Fixed Fee 3 0 14.5%[(2.3+ R)DL+ IHDC] Specific Rate 0 Lump Sum 0 Cost Estimate of Consultant's Services in Dollars Employee Man- Payroll PayrollServices by In-House Element of Work Classification Hours Rate Costs(DL) Overhead* Others Direct Costs Profit Total (IHDC) A-1 Proj Coord and Data Collect Various(attached) 64.00 $ 42.98 $ 2,750.72 $ 4,303.23 $ 67.00 $ 1,032.54 $ 8,153.48 A-2 Field Surreys 52.00 $ 29.73 $ 1,545.96 $ 2,418.50 $ 418.00 $ 635.46 $ ' 5,017.92 A-3 Preliminary Design Studies 74.00 $ 33.80 $ 2,501.20 $ 3,912.88 r$ 71.00 $ 940.34 $ 7,425.41 A-4 Environmental Studies - $ - $ ' - $ - $ - $ - $ - A-5 Preferred Improvement Plan 74.00 $ 35.30 $ 2,612.20 $ 4,086.53 $ 96.00 $ 985.24 $ 7,779.96 A-6 Public Mtgs and Coordination 40.00 $ 36.39 $ 1,455.60 $ 2,277.14 $ 73.00 $ 551.83 $ 4,357.57 A-7 Project Development Report 93.00 $ 35.74 $ 3,323.82 $ 5,199.78 $ 37.00 $ 1,241.29 $ 9,801.89 Totals 397.00 $ 35.74 $ 14,189.50 $ 22,198.05 $ - $ 762.00 $ 5,386.69 $ 42,536.24 Subconsultant $ - Direct Costs $ 762.00 Page 6 of 7 Prin 7/17/2009 11:58 AM BLS- ---"0(Rev.9/06) 10. The ENGINEER or subconsultant shall not discriminate on the basis of race,color,national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate. Agreement Summary Prime Consultant: TIN Number Agreement Amount TranSystems 43-0839725 $42,536.24 Sub-Consultants: TIN Number Agreement Amount Sub-Consultant Total: Prime Consultant Total: $42,536.24 Total for all Work: $42,536.24 Executed by the LA: City of Elgin (Municipality/Township/County) • TTEST: By: By: Clerk Title: (SEAL) Executed by the ENGINEER: ATTEST: TranSystems By: L P • By: L 7�� Title: /-SCISfiet! (4cL tchvik Title: V1(•K �fi°5i�ttf Page 5 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 10:38:19 AM Average Hourly Rate Tables Direct Costs Hourly Rate Range for Regular Staff • • • • • • • • • • • • • Elgin Bikeway Master Plan Route1 Phase 1 Engineering Tran Systems • City of Elgin CAfliUIL • Illinois Department of Transportation Engineering Payment Report crime Consultant Name TranSystems Address Schaumburg, IL Telephone (847)605-9600 TIN Number • Project Information Local Agency City of Elgin Section Number 09-00175-00-BT Project Number CMM-9003(231) Job Number P-91-304-09 This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification,the undersigned certifies that work was executed by the Sub-consultant for the amount listed below. Sub-Consultant Name TIN Number Actual Payment from Prime • Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed: • Signature and title of Prime Consultant Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. age 7 of 7 BLR 05610(Rev.9/06) Printed on 7/17/200912:00:30 PM Average Hourly Project Rates Route Elgin Bikeway Master Plan Route 1 Section 09-00175-00-BT County Kane Consultant TranSystems Date 07/17/09 Job No. P-91-304-09 PTBlltem • Sheet 2 OF 2 A-6 Public 61eetines and Payroll Avg Coordination A-7 Phase t Report Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates , Part. Avg Part. Avg_ Part. _ Avg Part. Avg Part. Avg Part. Avg , Principal in Charge $70.00 Senior Project Manager . $69.72 _ Project Manager $57.07 4 10.00% 5.71 2 2.15% 1.23 Construction Manager $64.29 Chief Structural Engineer $70.00 Architect $48.86 • Senior Project Engineer $54.92 . _ Senior Transportation Planner $56.83_ • Transportation Planner $39.04 Project Engineer _ $49.43 8 8.60% 4.25 Resident Engineer $54.17 Senior Resident Inspector $45.95 T Resident Inspector $38.65 Assistant Resident Inspector $32.96 Design Engineer III $43.92_ 10 25.00% 10,98 20 21.51% 9.45 Design Engineer II $35.62 10 _ 25.00% 8.90 27 29.03% 10.34 Design Engineer I S28.52 6 _ 15.00% 4.28 '16 _17.20%, 4.91 ` Construction Inspector V $65.58 _ _ Construction Inspector IV $40.40 Construction Inspector tit $31.25 _ _ _ Construction Inspector I $18.53 Land Surveyor $46.29 _ Survey Crew Chief $31.99 _ Instrument Person $31.99 Rodman $20.98 CADD Technician ill $29.29 CADD Technician II $26.07 10 25.00% 6.52 18 19.35% 5.05 CADD Technician I $19.00 Senior Administrator $46.27 _ Administrative Assistant $23.98 2 2.15% 0.52 TOTALS 40 100% $36.39 93 100% $35.74 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Average Hourly Project Rates Route Elgin Bikeway Master Plan Route 1 Section 09-00175-00-BT County Kane Consultant TranSystems Date 07/17/09 Job No. P-91-304-09 PTB/Item Sheet 1 OF 2 A-1 Project Coord and Data. A-3 Preliminary Design A-S Preferred Improvement Payroll Avg Total Project Rates Collectlen A-2 Field Survey Studies A-4 Environmental Studies Plan Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 0 _ _ - Senior Project Manager $69.72 0 Project Manager $57.07 14 3.53% 2.91 4 '6.25% 3.57 2 2.70% 1.54 2 2.70% 1.54 Constriction Manager $64.29 0 . Chief Structural Engineer $70.00 0 , Architect ' $48.86 0 Senior Project Engineer $54.92 12 3.02% 1.66 8 12.50% 6.86 4 5.41% 2.97 . Senior Transportation Planner 656.83 0 Transportation Planner $39.04 0 Project Engineer $49.43 8 2.02% 1.00 Resident Engineer $54.17 0 Senior Resident inspector $45.95 0 Resident Inspector $38.65 0 Assistant Resident Inspector $32.96 0 Design Engineer III. $43.92 92 23.17% 10.18 30 46.88% 20.59 16 21.62% 9.50 16 21.62% 9.50 Design Engineer II $35.62 81 20.40% 7.27 4 6.25% 2.23 8 15.38% 5.48 16 21.62% 7.70 16 21.62% 7.70 Design Engineer I $28.52 84 21.16% 6.03 8 12.50% 3.57 8 15.38% 4.39 24 32.43% 9.25 22 29.73% 8.48 Construction Inspector V $65.58 0 Construction Inspector IV $40.40 0 , Construction Inspector ill $31 25 0 Construction Inspector I $18.53 0 Land Surveyor 546.29 4 1.01% 0.47 4 7.69% 3.56 Survey Crew Chief $31.99 16 4.03% 1.29 16 30.77% 9.84 • Instrument Person $31.99 0 - _ - Rodman $20.98 16 4.03% 0.85 16 30.77% 6.46 CADD Technician III $29.29 12 3.02% 0.89 4 6.25% 1.83 4 5.41% 1.58 4 5.41% 1.58 CADD Technician II $26.07 50 12.59% 3.28 12 16.22% 4.23 10 13.51% 3.52 CADD Technician I $19.00 0 Senior Administrator $46.27 6 1.51% 0.70 6 9.38% 4.34 Administrative Assistant $23.96 2 0.50% 0.12 TOTALS 397 100% $35.74 64 100% $42.98 52 100% $29.73 _ 74 _ 100% $33.80 0 0% $0.00 74 100% $35.30 Elgin Bikeway Master Plan Route 1 City of Elgin Direct Cost Summary TranSystems A-6 Public Meetings and Coordination Vehicle 100 miles @ $ 0.55 /mile $ 55 Photocopies(22"x34"full size plans) 6 sheets @ 1 copies @ $ 1.35 /sheet $ 8 Photocopies(8.5'x11"handouts) 2 sheets @ 40 copies @ $ 0.12 /sheet $ 10 SUBTOTAL $ 73 A-7 Phase I Report Photocopies(8.5"x11") 20 sheets @ 4 copies @ $ 0.12 /sheet $ 10 Photocopies(11"x17" reduced size plans) 2 sheets @ 4 copies @ $ 0.25 /sheet $ 2 Overnight Shipping 1 packages @ $ 25.00 /package $ 25 SUBTOTAL $ 37 TOTAL $ 762 Elgin Bikeway Master Plan Route I City of Elgin Direct Cost Summary TranSystems. A-1 Project Coordination and Data Collection Photocopies(8.5"x11") 10 sheets @ 10 copies @ $ 0.12 /sheet $ 12 Vehicle 100 miles @ $ 0.55 /mile $ 55 SUBTOTAL $ 67 A-2 Field Survey Company Vehicle 5 days @ $ 45.00 /day $ 225 Vehicle 350 miles @ $ 0.55 /mile $ 193 SUBTOTAL $ 418 A-3 Preliminary Design Studies Vehicle 100 miles @ $ 0.55 /mile $ 55 Photocopies(22"x34"full size plan sheets) 3 sheets @ 4 copies @ $ 1.35 /sheet $ 16 SUBTOTAL $ 71 A-4 Environmental Studies SUBTOTAL $ - A-5 Preferred Improvement Plan Vehicle 100 miles @ $ 0.55 /mile $ 55 Photocopies(22"x34"full size plan sheets) 3 sheets @ 4 copies @ $ 1.35 /sheet $ 16 Overnight Shipping 1 packages @ $ 25.00 /package $ 25 SUBTOTAL $ 96 TranSystems Scope of Engineering Services • • Elgin Bikeway Master Plan Route 9 - _ Phase t Engineering 'ran Systems.'- City of Elgin t . . ATTACHMENT A TRANSYSTEMS CORPORATION MIN/MAX RATE RANGES CONSULTANTS REGULAR STAFF As of 3/4/09 ,• . .., , .. „ ,,,x,--,trli.,„7"1.:Ww40-‘410;00 imemidotiongintwiareMyretritifitra. '60.0kiatainatatiNerliii.WI L-viratitwmrlaomwp ...._...„,,,,*,4,,,., !A; Principal-In-Charge 77.00 163.00 81.00 171.00 85.00 18000 Senior Project Manager 52.00 129.00 55.00 135.00 58.00 142.00 Project Manager 42.00 81.00 44.00 85.00 46.00 89.00 Chief Structural Engineer 63.00 99.00 66.00 104.00 69.00 109.00 Senior Project Engineer 39.00 75.00 41.00 79.00 43.00 83.00 Architect 41.00 64.00 43.00 67.00 45.00 70.00 Senior Transpbrtation Planner 40.00 108.00 42.00 113.00 44.00 119.00 Transportation Planner 30.00 46.00 32.00 48.00 34.00 50.00 Project Engineer 36.00 68.00 38.00 71.00 40.00 75.00 Design Engineer III 33.00 60.00 35.00 63.00 37.00 66.00 Design Engineer II 26.00 49.00 27.00 51.00 28.00 54.00 Design Engineer I 21.00 40.00 22.00 42.00 23.00 44.00 Construction Manager 52.00 81.00 55.00 85.00 58.00 89.00 Resident Engineer 37.00 81.00 39.00 85.00 41.00 89.00 Senior Resident Inspector 32.00 67.00 34.00 70.00 36.00 74.00 Resident Inspector 29.00 61.00 30.00 64.00 32.00 67.00 Assistant Resident Inspector 23.00 47.00 24.00 49.00 25.00 51.00 Construction Inspector V 46.00 72.00 48.00 76.00 50.00 80.00 Construction Inspector IV 29.00 58.00 30.00 61.00 32.00 64.00 Construction Inspector III 26.00 40.00 27.00 42.00 28.00 44.00 Construction Inspector II 23.00 35.00 24.00 37.00 25.00 39.00 Professional Land Surveyor 38.00 59.00 40.00 62.00 42.00 65.00 Survey Crew Chief 27.00 42.00 28.00 44.00 29.00 46.00 Instrument Person 27.00 42.00 28.00 44.00 29.00 46.00 Rodman 17.00 26.00 18.00 _ 27.00 19.00 28.00 CADD Technician III 24.00 38.00 25.00 40.00 26.00 42.00 CADD Technician II 21.00 34.00 22.00 36.00 23.00 38.00 CADD Technician I 17.00 26.00 18.00 27.00 19.00 28.00 Senior Administrator 27.00 108.00 28.00 113.00 29.00 119.00 Administrative/Clerical 13.00 37.00 14.00 39.00 15.00 41.00 Scope of Services Elgin Bikeway Master Plan Route 1 d. Survey pavement marking locations and lane usage. Included will be typical pavement and lane width measurements. 3. Preliminary Design Studies a. Establish design criteria for horizontal and develop typical sections of path, and on-street bike lane based on bikeway needs. b. Create a basemap for pavement marking and signing layout using detailed aerial photography. c. Prepare an alignment to confirm the route design. d. Conduct traffic signal and intersection striping review at the following intersections to identify bikeway actuation impacts: • Congdon Avenue and Dundee Avenue e. Evaluate and summarize environmental issues and community impacts, as well as construction costs. f. Meet with City, IDOT,and other affected agencies to select a preferred alignment.(est. 1 meeting) g. Prepare a preliminary bike path plan. h. Develop cost estimates. 4. Environmental$tudies- a. This project is anticipated to be processed as a Categorical Exclusion Type 1 and all work is to be performed on existing roadway facilities. Therefore,there are no anticipated environmental impacts and no environmental studies have been included. 5. Preferred Improvement Plan a. Based on design studies,environmental studies,and public input,prepare the Preferred Improvement Plan. b. Develop the Preferred Improvement Plan on aerial photography. c. Prepare typical sections for the proposed improvements. d. No right-of-way or easements are anticipated as the project is to be constructed on publicly owned land. 6. Public Meetings and Coordination a Attend a meeting and/or provide information for a presentation to the City Council for their review of the recommended improvement plan.(estimated as 1 meeting) b. Submit Notice of Public Improvement in local newspaper to provide ten (10) days for public comment on improvement plans. c. Conduct a Public Meeting to present the project need,preferred improvement plan,project costs,schedules and environmental impacts. The Public Meeting will be conducted as an open house format per IDOT and FHWA requirements. Prepare all notifications,handouts,presentation text,exhibits,and minutes. 7. Phase I Report a. Prepare a Draft Phase I Report. The report will be prepared in the format of a Categorical Exclusion Type 1 (IDOT Form BLR 22111) since it has been assumed that no additional right-of-way will be required, no environmental impacts are anticipated, and the project is only to consist of pavement markings, signage, and traffic signal modifications necessary for bikeway installation. This report will summarize the preliminary engineering efforts including data collection, coordination documentation, alternative analysis, and Preferred Improvement Plan. The report shall meet IDOT criteria. It is anticipated that an Environmental Class of Action Determination(ECAD)document will not be required. b. Prepare a preliminary estimate of cost based on the preferred improvement plan. c. Submit the Draft Report for City and IDOT review. d. Update the Final Report based on agency and public review comments. e. Incorporate the Public Meeting documentation,including disposition of all comments,into the final report. f. Submit the Final Report for final approval by the City and IDOT to obtain Design Approval. 2 Attachment"A" TI'aIl 8ystemS) Scope of Services Elgin Bikeway Master Plan Route 1 SCOPE OF ENGINEERING SERVICES A.Phase I Engineering Preliminary engineering services for Route 1-Northeast Quadrant of the Elgin Bikeway which is comprised of: Description Limits Length(estimated) Kimball Street Fox River to Douglas Avenue 0.25 miles Douglas Avenue Kimball Street to River Bluff Road 1.00 mile River Bluff Road Douglas Avenue to Prospect Avenue 0.25 miles Prospect Avenue River Bluff Road to Congdon Avenue 0.05 miles Congdon Avenue Prospect Avenue to Indian Drive 1.10 miles 2.65 miles 1. Project Coordination and Data Collection a. Preliminary conference with the City and!DOT BLR&S staff to discuss(estimated as 1 meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Other administrative considerations b. Obtain available existing data for the project area including: 1. Right-of-way data 2. Existing roadway and bikeway plans 3. Conventional and digital map files 4. Aerial photography 5. Jurisdictional boundaries 6. Property boundaries 7. Property owners 8. Pedestrian and vehicular traffic counts(if available) 9. Other area roadway, utility,and signal improvements 10. Current public utility atlases and GIS information 11. Current power,communications,gas,and other private utility atlases 12. Previously prepared plans and reports 13. Development plans • c. Perform a preliminary field inspection of the proposed corridor. d. Submit State and Sub-state Clearinghouse review forms. e. Meet with IDOT to present the preferred improvement plan and obtain FHWA approval.(est. 1 meeting) f. Attend and coordinate meeting with City staff and IDOT during preliminary engineering phase to present project status,alternatives and recommendations.(est.2 meetings) g. Provide project administration,prepare monthly invoicing, and project status reports. (est.3 months) h. Provide QAIQC reviews. i. All meeting minutes will be distributed via email. No hardcopies will be produced. 2. Field Survey a. Perform topographic design survey for the intersection of Douglas Avenue and Congdon Street including establishment of tie points; topography; survey for 150ft on all legs of the intersection; utilities; drainage; and right-of-way verification. b. Download topographic survey and cross-sections in Microstation and Geopak for use in preliminary design studies. Plot survey at 1"to 50'scale. c. Observe and digitally photograph the project to become acquainted with existing conditions. 1 Attachment "A" Tran Systems\ Systems • PROJECT SCHEDULE Elgin Bikeway Master Plan Route 1 Phase 1 Engineering Section:09-00175.00-BT CITY OF ELGIN 1 2009 2010 2011 No. WORK ITEM J F 1 M T A I 1}It M J f J AI S c 0 N , D J F M A M , J J ASO N D J F PHASE 1 ENGINEERING {1I1 3 j ENGINEERING AGREEMENT APPROVAL l r jg �tS' �' (Estimated notice to proceed August 2009) ' 1 • PROJECT COORDINATION IIII I I II I I I I I FIELD SURVEY I PRELIMINARY DESIGN STUDIES } mitomitizo PREFERRED IMPROVEMENT PLAN a PROJECT DEVELOPMENT REPORT _ _ - _ Durat'an of 8 to 12 months after Design Approval PHASE 2 ENGINEERING Antidpate that proiect WI take 1 constructan season to complete. I CONSTRUCTION LETTING&ENGINEERING (Target January Calendar Year letting) _ ® TranSystems Date: July 2009 IV City/IDOT Review or Processing L TranSystems t1ELGWreke Roble 1'Conlrad 7-16-91tRoute I Schedule 7.17-09ids]schedJe Project Schedule Elgin Bikeway Master Plan Route 1 Phase 1 Engineering Tran ('_..._}._.___.__Systems\ fi City of Elgin /f' Local Agency Agreement for Federal Participation for Elgin Bike Bikeway Master Plan Route 4 August 6,2009 Page 2 The total projected project costs are outlined in the following table: Federal Funds City Funds Phase FHWA Local Agency Total Cost Phase I (Preliminary Engineering) $184,400 $46,100 $230,500 Phase II (Design Engineering $139,600 $34,900 $174,500 Phase III (Construction) $2,159,200 $539,800 $2,699,000 Phase III (Construction Observation) $237,600 $59,400 $297,000 Totals $2,720,800 $680,200 $3,401,000 CMAQ applications are approved and reviewed by the Metropolitan Planning Organization (MPO) Planning Committee which included this project in the 2009 CMAQ Program. MPO is the decision making body for all regional transportation plans and programs for the Chicagoland Area. In order to utilize the approved CMAQ funds,which will cover 80% of the Phase I portion of the project, a Local Agency Agreement for Federal Participation, attached as Exhibit A, is required to be executed by the local agency. The agreement obligates the local agency to budget the total cost of Phase I of the project (in this case $230,500) with 80% being eligible for reimbursement once p proof of payment is submitted to IDOT. The CMAQ program has included the other phases of the project in their fiscal plan which would provide reimbursement to the City in a similar manner for the Phase II (Design Engineering) portion of the project (appropriate 100% and be reimbursed 80%). The Phase III portions of the project are paid for by IDOT and the City would be invoiced for 20% thereby reducing the funding required to be budgeted for that portion of the project. Similar Local Agency Agreements for Phase II and Phase III will be presented to the City Council as those portions of the project move forward. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None eh NANCIAL IMPACT ' Presently, no funds have been budgeted for this project in the 2009-2013 Five Year Financial Plan. Approving the execution of the agreement would obligate the City to budget $230,500 for Phase I and $174,500 for Phase II in the 2010 budget with 80% or $ 324,000 reimbursed by IDOT. The City would be obligated to fund 20% of Phase III costs, or $599,200 as IDOT up fronts the cost for that portion of the project and subsequently invoices the City. There are sufficient monies available in the Park Development Fund to fund this initiative. \ 1. —City of Elgin Agenda Item No. I. ?{TED O- August 6, 2009 a t ' TO: Mayor and Members of the CityCouncil L Y { ' rna wally Stable FROM: Sean R. Stegall, City Manager ..-- 'City-Government David Lawry, General Services Group Director SUBJECT: Local Agency Agreement for Federal Participation with the Illinois Department of Transportation for Phase I Engineering Services for the Elgin Bikeway Master Plan Route 4 PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider executing an agreement with the Illinois Department of Transportation (IDOT) authorizing the use of federal funds for Phase I Engineering Services for the Elgin Bikeway Plan Route 4. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute the Local Agency Agreement with IDOT at a net cost of$680,200 for Phases I, II and III. BACKGROUND The City's Bikeway Master Plan identified priority segments within each quadrant of the City (i.e. NW,NE, SW, SE). In the SW quadrant, Route 4 is proposed to connect a trail from Bowes Road at the City Limits on the west to Hendee Street and National Street on the east. The bikeway travels on or through: Hendee Street, State of Illinois property, Continental Park, Elgin Shores Forest Preserve, West Road, Central Avenue, East Road, Elgin Sports Complex, McLean Boulevard, College Green Drive, Annandale Drive, and Bowes Road. A proposed path under US Route 20 is also being recommended. In January 2008, TranSystems on behalf of the City submitted a funding application for Bike Route 4 to the Chicago Metropolitan Agency for Planning for the Congestion Mitigation and Air Quality Program (CMAQ). In November 2008, the City received official notice that this project was selected to receive 80% in federal funding for the total project costs EXHIBIT A Local Agency State Contract Day Labor Local Contract RR Force Account co Ilinois Department of Transportation City of Elgin X Local Agency Agreement Section Fund Type ITEP Number for Federal Participation 09-00176-00-BT STA • Construction Engineering Right-of-Way Job Number Project Number Job Number Project Number Job Number Project Number P-91-305-09 CMM-9003(234) This Agreement is made and entered into between the above local agency hereinafter referred to as the"LA"and the state of Illinois,acting by and through its Department of Transportation,hereinafter referred to as"STATE". The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as"FHWA". Location Local Name Elgin Bikeway Plan Route 4 SW Quadrant Route Off-System Length 6.70 miles Termini Bowes Road to Hendee Street at Walnut Avenue Current Jurisdiction LA Existing Structure No N/A Project Description Phase I Engineering for a new bikeway facility located in the SW Quadrant of the city of Elgin which will connect regional trails and numerous city facilities,including an underpass of U.S. Route 20 east of Illinois Route 31. Division of Cost Type of Work FHWA % STATE % LA % Total Participating Construction ( ) ( ) ( ) Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering 184,400 ( * ) ( ) 46,100 ( BAL ) 230,500 Construction Engineering ( ) ( ) ( ) Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 184,400 $ $ 46,100 $ 230,500 *Maximum FHWA(STA) Participation 80%not to exceed $184,400.00 NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment. If funding is not a percentage of the total,place an asterisk in the space provided for the percentage and explain above. The Federal share of construction engineering may not exceed 15%of the Federal share of the final construction cost ' Local Agency Appropriation By execution of this Agreement,the LA is indicating sufficient funds have been set aside to cover the local share of the project cost and additional funds will be appropriated,if required, to cover the LA's total cost. Method of Financing(State Contract Work) METHOD A---Lump Sum(80% of LA Obligation) METHOD B--- Monthly Payments of METHOD C---LA's Share divided by estimated total cost multiplied by actual progress payment. (See page two for details of the above methods and the financing of Day Labor and Local Contracts) Printed on 7/8/2009 Page 1 of 4 BLR 05310(Rev.05/28/09) Local Agency Agreement for Federal Participation for Elgin Bike Bikeway Master Plan Route 4 August 6, 2009 Page 3 0191/LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to authorize execution of the Local Agency Agreement for Federal Participation with IDOT for the use of federal funds for Phase I Engineering Services for the Elgin Bikeway Master Plan Route 4 2. The City Council may choose not to authorize execution of the Local Agency Agreement for Federal Participation with IDOT for the use of federal funds for Phase I Engineering Services for the Elgin Bikeway Master Plan Route 4 Respectfully submitted for Council consideration. /rr Attachment (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred, suspended,proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against the, for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain or performing a public(Federe State or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records,making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal,State, local)with commission of any of the offenses enumerated in item(b)of this certification;and (d) have not within a three-year period preceding the Agreement had one or more public transactions(Federal,State, local) terminated for cause or default. (16) To include the certifications, listed in item 15 above and all other certifications required by State statutes,in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding$100,000 in federal funds,execution of this Agreement constitutes the LA's certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any cooperative agreement, and the extension, continuation, renewal,amendment or modification of any Federal contract, grant,loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress,in connection with this Federal contract,grant,loan or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying",in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts,subgrants and contracts under grants, loans and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment,certified time sheets,vendor invoices,vendor receipts,and other documentation supporting the requested reimbursement amount. (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed$1,000,000 (five years if the project costs exceed$1,000,000). (24) Upon completion of this phase of the improvement,the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs, less previous payments, no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement,the most recent invoice may be considered the final invoice and the obligation of the funds closed. (25) (Single Audit Requirements) That if the LA receives$500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget(OMB) Circular No.A-133. LA's that receive less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE with 30 days after the completion of the audit, but no later than one year after the end of the LA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. THE STATE AGREES: (1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA's certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE(and FHWA, if required)and to award a contract for construction of the proposed improvement,after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved an to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer's Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: Printed on 6/24/2009 Page 3 of 4 BLR 05310(Rev.05/28/091 Agreement Provisions THE LA AGREES: f1) To acquire in its name,or in the name of the state if on the state highway system,all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,and established state policies and procedures. Prior to advertising for bids,the LA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments,if any,will be cooperatively determined by representatives of the LA,and STATE and the FHWA,if required. (2) To provide for all utility adjustments,and to regulate the use of the right-of-way of this improvement by utilities,public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum(addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction,an addendum is required. (5) To maintain or cause to be maintained,in a manner satisfactory to the STATE and FHWA,the completed improvement,or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain,for a minimum of 3 years after the completion of the contract,adequate books,records and supporting documents to verify the amounts,recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books,records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the department;and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department;and to provide full access to all relevant materials.Failure to maintain the books,records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books,records and supporting documentation are not available to support their purported disbursement. (8) To provide if required,for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose(partial or total)Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A- Lump Sum Payment. Upon award of the contract for this improvement,the LA will pay to the STATE,in lump sum, an amount equal to 80%of the LA's estimated obligation incurred under this Agreement,and will pay to the STATE the remainder of the LA's obligation(including any nonparticipating costs)in a lump sum, upon completion of the project based upon final costs. Method B- Monthly Payments. Upon award of the contract for this improvement,the LA will pay to the STATE,a specified amount each month for an estimated period of months,or until 80%of the LA's estimated obligation under the provisions of the Agreement has been paid,and will pay to the STATE the remainder of the LA's obligation(including any nonparticipating costs) in a lump sum,upon completion of the project based upon final costs. Method C- Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement,the LA will pay to the STATE,an amount equal to the LA's share of the construction cost divided by the estimated total cost,multiplied by the actual payment(appropriately adjusted for nonparticipating costs)made to the contractor until the entire obligation incurred under this Agreement has been paid. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding,equipment,labor,material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for,or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed,the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed,the LA will repay the STATE any Federal Funds received under the terms of this Agreement. (14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation,2300 South Dirksen Parkway,Springfield, Illinois,62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission(ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOTs District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer's Payment Estimates in accordance with the Division of Cost on page one. Printed on 6/24/2009 _ Pape 2 of 4 BLR 05310(Rev.05/28/09) • Addendum No. 1 -Location Map City of Elgin Route 4— Southwest Quadrant • • • • r.— • y{) x t .4 .. ...„ .,„z,...„ • . :.•,...: risk ' ' ,I,:J• `1. tl. •V.T. + 1 ir•�� - •T3�i. �, .•y. .-f•�.p �j"; ( i Y 1 .,i hy.,!.{ 1111f1tl "- 1y .. r 'r` 1t1 `' � k p„lKg $l �l • :` � - 1 ' itllr ,.:�<..` "� alr , ,y,U �' 1 aE" ,:pF¢. ¢. .`, sc'z«, •• o �' _^. .;.aReAM.Ii' �i11�`i .� tY}.t�� �: ,''_ z f : � �trrtN� ^4.s��q.� �,,� � u� d8 Y'i, { in , : ,�•1?.'' :�� }�h'7*•�.,:^' � ,�•.!. •,.:+i��` 1 ,iey�•.�� .1.�. fT+.�+... ��.� If.. � °� �1wIgAS1 `t.'�i�' :.r a1 }: if _+::�'1.. ti• '. _4("e -hYt,.aav ��Y`.YWBt._ �.!.;�fy A.., ofjp,�YOU11Aj ``r• bR� 3: �t" ��t.w•r,. vJ •��� �; �x . "f41:'•'!��••e. ��: k'6•.�:�:�t �^..a' 'F R :M'��E1e1h �� tf, h' ��.1a"y�[� a trc ,,.� 1i ,,,. .1 ::. • !• �.. .\ .-:,,..•q... fix'' .i` i" !al., 4-tS Mf e l.. ' it r1- t :- k _ igq ,1' .r'- p a r t �t F!Y • ��. �.�. r. F � !> �•t•�%""`"''• 'S �.i 1$ wr: .�yi�.:t��:.,,q'�{ah r j.. yti` Q�. f 7-r . .J, {.. '.1.- • J :i':vi.vy"'i• ���a�A.. •�{ .�.R•i:•�Ai.... :S y, •/ - ..Ss �" �M �'f d.. • �:, .r ..2'4r:1 .. !'<.','rf..,,,g ,1. ri, ,,-• .. ° r : .r a �.....f "1 'R �� �'` ;.`�' .�7 i.'.r.fi•(";�.:it.- y r 1 :a^ �,;•�,; :9�� ., •.j - � ,f 1 .:F :.i('�":JZ`: -r^$'.: .. ,,i �y . .`�R.. i r +iay>?11 r'� • y a J '1 ..� ,l >.l ' l.wle 11 y �'r• i• x- 1NOf r i *: `_ i.�t•r ��:i § Nwty:ttd�ri.( ! � a �xA° - . 4 , 4„ ` 1 • .,..._..,...:-....,-,..:- . 4a• :. �H ... ... ;.: '"mil y j . 11SJ. • irk Q. .........-.:,. .„,.,.,.. ,,.. . . • • • • • Legend NM 111111 MN Proposed Bikeway �- Existing Bikeway (a) To reimburse the LA for the Federal and/or State share on the basis of periodic billings,provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling, to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel, cement,aggregate, structural steel and other materials customarily tested by the STATE. MUTUALLY AGREED: (1) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation or the contract covering the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (2) This Agreement shall be binding upon the parties,their successors and assigns. (3) For contracts awarded by the LA,the LA shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any USDOT—assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT—assisted contracts. The LA's DBE program,as required by 49 CFR part 26 and as approved by USDOT,is incorporated by reference in this Agreement. Upon notification to the recipient of its failure to carry out its approved program,the department may impose sanctions as provided for under part 26 and may,in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C.3801 et seq.). In the absence of a USDOT—approved LA DBE Program or on State awarded contracts,this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (4) In cases where the STATE is reimbursing the LA,obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year,the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (5) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of that Act exempt its application. ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1 Location Map (Insert addendum numbers and titles as applicable) LA further agrees,as a condition of payment,that it accepts and will comply with the applicable provisions set forth in this Agreement a u all addenda indicated above. APPROVED APPROVED State of Illinois Department of Transportation Name • Title County Board Chairperson/Mayor/Village President/etc. Gary Hannig,Secretary of Transportation Date Signature By: (Delegate's Signature) Date (Delegate's Name-Printed) TIN Number 36-6006862 NOTE: If signature is by an APPOINTED official,a resolution authorizing Christine M.Reed,Director of Highways/Chief Engineer Date said appointed official to execute this agreement is required. " • Ellen J.Schanzle-Haskins,Chief Counsel Date Ann L.Schneider,Director of Finance and Administration Date Printed on 6/24/2009 Page 4 of 4 BLR 05310(Rev.05/28/09) Engineering Services Agreement TranSystems Bikeway Route 4 August 6, 2009 Page 2 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The cost of Phase I Engineering Services with TranSystems totals $230,488.88. Presently, no funds have been budgeted for this project in the 2009-2013 Five Year Financial Plan. Approving the execution of the agreement would obligate the city to budget $230,500 in the 2010 budget along with funding in the amounts of$174,500 for Phase II and $599,200 for Phase III of the project in the future. MPIEGAL IMPACT The proposed agreement requires an exception to the procurement ordinance thereby requiring approval by two-thirds of the members of the City Council. , ALTERNATIVES 1. The City Council may choose to approve the Engineering Services Agreement with TranSystems in the amount of$230,488.88. Agreement The City Council may choose not to approve the Engineering Services with TranSystems in the amount of$230,488.88 Respectfully submitted for Council consideration. /rr Attachments ,., .OF F( 1, C it of E I I t1 Agenda Item No. la' z Y 9 , 11 ff?7TCDFE�' August 6, 2009 TO: Mayor and Members of the City Council tabl FROM: Sean R. Stegall, City Manager [�- � ncia na City C;ovi-r.oken< t wtrnt David Lawry, General Services Group Director SUBJECT: Preliminary Engineering Services Agreement for Federal Participation with TranSystems for the Elgin Bikeway Master Plan Route 4 PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider executing an Agreement with TranSystems for Phase I Engineering Services for the Elgin Bikeway Plan Route 4. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute the Engineering Services Agreement with TranSystems in the not to exceed amount of$230,488.88. BACKGROUND In January 2008, TranSystems on behalf of the City submitted a funding application for Bike Route 4 to the Chicago Metropolitan Agency for Planning for the Congestion Mitigation and Air Quality Program (CMAQ). In November 2008, the City received official notice that this project was selected to receive 80% in federal funding for the total project costs. On September 10, 2008, the City Council approved an Agreement with TranSystems to provide services to apply for various grant opportunities with respect to the City's capital improvement needs. No initial compensation was to be paid to the engineer to make applications on the City's behalf. Essentially, if TranSystems was successful in obtaining the City grant funds, they would have first opportunity to negotiate a contract with the City to provide design and construction related services. Should negotiations fail, staff would initiate a source selection process to complete the design and construction activities. The Engineering Services Agreement is a result of successful negotiations with TranSystems for the engineering services required to meet the obligations of the CMAQ Grant. A copy of the Engineering Services Agreement is attached as Exhibit A. 9. The undersigned certifies neither the ENGINEER nor I have: a. employed or retained for commission,percentage,brokerage,contingent fee or other considerations, any firm or person(other than a bona fide employee working solely for me or the above ENGINEER)to solicit or secure this AGREEMENT, b. agreed,as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid,or agreed to pay any firm,organization or person(other than a bona fide employee working solely for me or the above ENGINEER)any fee,contribution,donation or consideration of any kind for,or in connection with,procuring or carrying out the AGREEMENT. d. are not presently debarred,suspended,proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e. have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal,State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery,bribery,falsification or destruction of records, making false statements or receiving stolen property, f. are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal,State or local)with commission of any of the offenses enumerated in paragraph(e)and g. have not within a three-year period preceding this AGREEMENT had one or more public transactions(Federal,State or local) terminated for cause or default. 10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 12. To submit BLR 05613, Engineering Payment Report,to the STATE upon completion of the project(Exhibit B). 13. Scope of Services to be provided by the ENGINEER: ® Make such detailed surveys as are necessary for the planning and design of the PROJECT. ❑ Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories. ® Prepare applications for U.S.Army Corps of Engineers Permit,Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification. ❑ Design and/or approve cofferdams and superstructure shop drawings. ❑ Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report,(including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches). ® Prepare the necessary environmental and planning documents Including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse,Substate Clearinghouse and all necessary environmental clearances. ® Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction,Bureau of Local Roads and Streets Administrative Policies,Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. ® Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. ❑ Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures,and compliance with applicable design requirements and policies. ❑ Make or cause to be made such traffic studies and counts and special intersection studies as may be required to furnish sufficient data for the design of the proposed improvement. ❑ Complete the general and detailed plans,special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained In the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate. ® Furnish the LA with survey and drafts in quadruplicate all necessary right-of-way dedications,construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Page 2 of 7 BLR 05610(Rev.9/06, Printed on 7/17/2009 12:08:34 PM Local Agency Consultant EXHIBIT A City of Elgin L Illinois Department TranSystems 0 of Transportation C County C 0 Address "are A N 1051 Perimeter Dr., Suite 1025 ection L S City ..9-00176-00-BT U Schaumburg Project No. A Preliminary Engineering State GMM-9003(234} G Services Agreement T ZiIL Code Job No. For p P-91-305-0960173 A E Federal Participation N Contact Name/Phone/E-mail Address Contact Name/Phone/E-mail Address N Omar Santos, 847-931-5973 C T Brian Fairwood, 847-407-5280 santos_o@cityofelgin.org Y blfairwood@transystems.com THIS AGREEMENT is made and entered into this day of between the above Local Agency(LA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the PROJECT. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE)will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. Project Description • Name Elgin Bikeway Plan Route 4 SW Quadrant Route Off-System Length 6.7 mile Structure No. Termini Bowes Road to Hendee Street at Walnut Avenue Description Phase I engineering for new bikeway facility located in the SW Quadrant of the City of Elgin which will connect regional trails and numerous City facilities,including an underpass at U.S.Route 20 Agreement Provisions I. THE ENGINEER AGREES, • To perform or be responsible for the performance,in accordance with STATE approved design standards and policies,of engineering services for the LA for the proposed improvement herein described. 2. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE. 3. To complete the services herein described within 720 calendar days from the date of the Notice to Proceed from the LA,excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER. 4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man- hours shown in EXHIBIT A. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are indicated in Exhibit A to be performed by lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 5. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT;and that the ENGINEER has sufficient properly trained,organized and experienced personnel to perform the services enumerated herein. 6. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER's errors,omissions or negligent acts without additional compensation. Acceptance of work by the STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities. 7. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER's professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required by law. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE. R. That the ENGINEER will comply with applicable federal statutes,state of Illinois statutes,and local laws or ordinances of the LA. rage 1 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM 3. That all reports,plans,estimates and special provisions furnished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction,Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE,it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That none of the services to be furnished by the ENGINEER shall be sublet,assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet,assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement. 5. To maintain,for a minimum of 3 years after the completion of the contract,adequate books,records and supporting documents to verify the amounts,recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE;and to provide full access to all relevant materials. Failure to maintain the books,records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books,records and supporting documentation are not available to support their purported disbursement. 6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LA,the STATE,and their officers,agents and employees from all suits,claims,actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. 8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LA all drawings,plats,surveys,reports, permits,agreements,soils and foundation analysis,provisions, specifications,partial and completed estimates and data, if anyfrom P � 9 Y P P soil survey and subsurface Investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination. 9. This certification is required by the Drug Free Workplace Act(30ILCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including,but not limited to,suspension of contract or grant payments,termination of a contractor grant and debarment of the contracting or grant opportunities with the State for at least one(1)year but no more than five(5)years. For the purpose of this certification,"grantee"or"contractor"means a corporation,partnership or other entity with twenty-five(25)or more employees at the time of issuing the grant,or a department,division or other unit thereof,directly responsible for the specific performance under a contract or grant of$5,000 or more from the State,as defined In the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing a statement: (1) Notifying employees that the unlawful manufacture,distribution,dispensing, possession or use of a controlled substance, including cannabis,is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that,as a condition of employment on such contract or grant,the employee will: (a) abide by the terms of the statement;and • (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5) days after such conviction. b. Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy of maintaining a drug free workplace; (3) Any available drug counseling,rehabilitation and employee assistance program;and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten(10)days after receiving notice under part(B)of paragraph(3)of subsection(a)above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on,or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. Page 4 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM II. THE LA AGREES, 1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT,on the basis of the following compensation formulas: Cost Plus Fixed Fee ® CPFF= 14.5%[DL+R(DL)+OH(DL)+IHDC],or ❑ CPFF= 14.5%DL+R(DL)+1.4(DL)+IHDC],or ❑ CPFF= 14.5%[(2.3+R)DL+IHDC] Where: DL= Direct Labor IHDC=In House Direct Costs OH=Consultant Firm's Actual Overhead Factor R=Complexity Factor Specific Rate ❑ (Pay per element) Lump Sum ❑ 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50%of completed work,and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA,monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to 90%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50%of the work is completed,and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA,monthly payments covering work performed shall be due and payable to the ENGINEER,such payments to be equal to 95%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE,a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments—Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE,a sum o money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. The recipient shall not discriminate on the basis of race,color,national origin or sex in the award and performance of any DOT- assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The recipient's DBE program,as required by 49 CFR part 26 and as approved by DOT,is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program,the Department may impose sanctions as provided for under part 26 and may,in appropriate cases,refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31U.S.C.3801 et seq.). III. IT IS MUTALLY AGREED, 1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed. 2. That tracings,plans, specifications,estimates,maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes,sketches,charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request,to the LA or to the STATE, without restriction or[imitation as to their use. . age 3 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 12:08:34 PM • Exhibit A- Preliminary Engineering Route: Elgin Bikeway Plan Route 4 SW Quadrant • Local Agency: City of Elgin, Kane County *Firms approved rates on file with IDOT's (Municipality/Township/County) Bureau of Accounting and Auditing: Section: 09-00176-00-BT Project: CMM-9003(234) Overhead Rate(OH) 156.44 % Job No.: P-91-305-09 Complexity Factor(R; 0.00 Calendar Days 720 Method of Compensation: Cost Plus Fixed Fee 1 8s1 14.5% [DL+ R(DL)+OH(DL)+IHDC] Cost Plus Fixed Fee 2 0 14.5% [DL+ R(DL)+ 1.4(DL)+ IHDC] Cost Plus Fixed Fee 3 0 14.5%[(2.3+ R)DL+ IHDC] Specific Rate 0 Lump Sum ❑ Cost Estimate of Consultant's Services in Dollars Employee Man- Payroll PayrollServices by In-House Element of Work Classification Hours Rate Costs(DL) Overhead* Others Direct Costs Profit Total (IHDC) A-1 Proj Coord and Data Collect Various(attached) 224.00 $ 44.06 $ 9,869.44 $ 15,439.75 $ 2,177.00 $ 3,985.50 $ 31,471.69 A-2 Field Surveys 402.00 $ 31.53 $ 12,675.06 $ 19,828.86 $ 1,615.00 $ 4,947.24 $ 39,066.17 A-3 Preliminary Design Studies 474.00 $ 38.52 $ 18,258.48� $ 28,563.57 $ 137.00 $ 6,809.06 $ 53,768.11 A-4 Soils investigations 40.00 $ 46.92 $ 1,876.80 $ 2,936.07 $ 26,031.88 $ 12.00 $ 699.61 $ 31,556.35_ A-5 Environmental Studies 172.00 $ 34.82 $ 5,989.04 $ 9,369.25 $ 25,917.00 $ 438.00 $ 2,290.46 $ 44,003.76 A-6 Preferred Improvement Plan 68.00 $ 36.55 $ 2,485.40 $ 3,888.16 $ 149.00 $ 945.77 $ 7,468.33 A-7 Public Mtgs and Coordination 86.00 $ 41.07 $ 3,532.02 $ 5,525.49 $ 73.00 $ 1,323.92 $ 10,454.44 A-8 Project Development Report 118.00 $ 36.45 $ 4,301.10 $ 6,728.64 $ 62.00 $ 1,608.30 $ 12,700.04 Totals 1,584.00 $ 37.24 $ 58,987.34 $ 92,279.79 $ 51,948.88 $ 4,663.00 $ 22,609.87 $ 230,488.88 Subconsultant $ 51,948.88 Direct Costs $ 4,663,00 Pa 7 Prii i 7/17/2009 12:26 PM BL 10(Rev.9/06) 10. The ENGINEER or subconsultant shall not discriminate on the basis of race,color,national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate. Agreement Summary Prime Consultant: TIN Number Agreement Amount TranSystems 43-0839725 $178,540.00 Sub-Consultants: TIN Number Agreement Amount Wang Engineering, Inc 36-3191909 $26,031.88 Huff&Huff, Inc 36-3044842 $25,917.00 Sub-Consultant Total: $51,948.88 Prime Consultant Total: $178,540.00 Total for all Work: $230,488.88 Executed by the LA: City of Elgin (Municipality/Township/County) TEST: py: By: Clerk Title: (SEAL) • Executed by the ENGINEER: ATTEST: TranSystems By: C;e7.....„/::' By: Title: / Sf. 0GG- Pees(4.4 Title: k*1e Page 5 of 7 BLR 05610(Rev.9/06) Printed on 7/17/2009 1:16:42 PM • Average Hourly Rate Tables • Direct Costs •• Hourly Rate Range for Regular Staff • • • • • • • • • • Elgin Bikeway Plan Route 4 SW Quadrant • Ph ase e igineering Tra n Systems !f City Elgin Ln111 IJTL LJ 1. Illinois Department of Transportation Engineering Payment Report .'rime Consultant Name TranSystems Address Schaumburg, IL Telephone _(847)605-9600 TIN Number Project information Local Agency City of Elgin Section Number 09-00176-00-BT Project Number CMM-9003(234) Job Number P-91-305-09 This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below. Sub-Consultant Name TIN Number Actual Payment from Prime Wang Engineering, Inc. 36-3191909 Huff&Huff, Inc. 36-3044842 Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed: Signature and title of Prime Consultant Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. 'age 7 of 7 BLR 05610(Rev.9/06) Anted on 7/17/2009 12:08:34 PM Average Hourly Project Rates Route Elgin Bikeway Plan Route 4 SW Quadrant Section 09-00176-00-BT County Kane Consultant TranSystems Date 07/17/09 Job No. P-91-305-09 PTB/Itom Sheet 2 OF 2 A-6 Preferred Improvement A-7 Public Meetings and A-8 Protect Development Payroll Avg Plan Coordination Repent Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 2 2.33% 1.63 2 1.69% 1.19 - Senior Project Manager $70.00 _ _ Project Manager $57.73 4 5.88% 3.40 8 9.30% 5.37 4 3.39% 1.96 _ Construction Manager $65.04 Chief Structural Engineer $70.00 Architect $49.43 Senior Project Engineer $55.56 8 11.76% 6.54 4 4.65% 2.58 4 3.39% 1.88 Senior Transportation Planner $57.49 , • Transportation Planner $39.50 _ Project Engineer $50.01 8 9.30% 4.65 6 5,08i% 2.54 Resident Engineer $54.81 Senior Resident Inspector $46.48 _ 2 2.33% 1.08 Resident Inspector $39.11 Assistant Resident Inspector $33.34 Design Engineer Ill $44.43 10 14.71% 6.53 20 23.26% 10.33 20 16.95% 7.53 Design Engineer II 436.04 10 14.71% 5.30 20 23.26% 8.38 30 25.42% 9.16 , Design Engineer I $28.66 12 17.65% 5.09 10 11.63% 3.36 30 25.42% 7.34 Construction Inspector V $66.35 Construction Inspector IV $40.88 Construction Inspector III $31.61 - Construction Inspector I $18.75 - Land Surveyor $46.83 _ Survey Crew Chief $32.36 Instrument Person $32.36 _ , Rodman $21.23 CADD Technician III $29.64 8 11.76% 3.49 • CADD Technician II $26.38 16 23.53% 6.21 12 13.95% 3.68 18 15.25% 4.02 CADD Technician I $19.22 Senior Administrator $46.81 _ Administrative Assistant $24.26 4 3.39% 0.82 TOTALS 68 100% $36.55 86 100% $41.07 118 100% $36.45 0 0% $0.00 0 0% $0.00 0 0% $0.00 ) Average Hourly Project Rates Route Elgin Bikeway Plan Route 4 SW Quadrant Section • 09-00176-00-BT County Kane Consultant TranSystems Date 07/17/09 Job No. P-91-305-09 PTBlltem Sheet 1 OF 2 A 1 Project Coord and Data A-3 Preliminary Design Payroll Avg Total Project Rates Collection A-2 Field Survey Studies A-4 Soils Investigation A-5 Environmental Studlee Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification • Rates Part. Avg Part. Avg Part, Avg Part. Avg Part. Avg Part. Avg Principal in Charge $70.00 12 0.76% 0.53 _ 4 1.79%. 1.25 , 4 0.84% 0.59 Senior Project Manager $70.00 0 . Project Manager $57.73 48 3.03% 1.75 12 5.36% 3.09 8 1.99% 1.15 8 1.69% 0.97 4 2.33% 1.34 Construction Manager $65.04 0 Chief Structural Engineer $70.00 54 3.41% 2.39 44 9.28% 6.50 10 25.00% 17.50 Architect $49.43 0 _ Senior Project Engineer $55.56 76 4.80% 2.67 36 16.07% 8.93 8 1.99% 1.11 8 1.69% 0.94. 8 4.65% 2.58 Senior Transportation Planner $57.49 0 . Transportation Planner $39.50 0 Project Engineer $50.01 14 0.88% 0.44 , Resident Engineer $54.81 0 . Senior Resident Inspector $46.48 2 0.13% 0.06 , • Resident Inspector $39.11 0 _ Assistant Resident Inspector $33.34 0 Design Engineer III $44.43 342 21.59% 9.59 96 42.86% 19.04 40 9.95% 4.42 100 21.10% 9.37 16 40.00% 17.77 40 23.26% 10.33 Design Engineer II $36.04 260 16.41% 5.92 40 17.86% 6.44 40 9.95% 3.59 _ 90 18.99% 6.84 10 25.00% 9.01 20 11.63% 4.19 Design Engineer I $26.86 296 18.69% 5.39 20 8.93% 2.58 54 13.43% 3.88 150 31.65% 9.13 20 11.63% 3.36 Construction Inspector V $66.35 0 . Construction Inspector IV $40.88 0 _ . Construction Inspector III $31.61 0 Construction Inspector I $18.75 0 Land Surveyor $46.83 16 1.01% 0.47 12 2.99% 1.40 4 2.33% 1.09 Survey Crew Chief $32.36 144 9.09% 2.94 120 29.85% 9.66 24 13.95% 4.52 Instrument Person $32.36 0 Rodman $21.23 144 9.09% 1.93 120 29.85% 6.34 24 13.95% 2.96 CADD Technician III $29.64 64 4.04% 1.20 8 3.57% 1.06 40 8.44% 2.50 8 4.65% 1.38 CADD Technician II $26.38 100 6.31% 1.67 30 6.33% 1.67 4 10.00% 2.64 20 11.63% 3.07 CADD Technician I $19.22 0 . Senior Administrator $46.81 8 0.51% 0.24 8 3.57% 1.67 . Administrative Assistant $24.26 4 0.25% 0.06 , TOTALS 1584 100% $37.24 224 100% $44.06. 402 100% $31.53 474 100% $38.52 40 100% $46.92 172 100% $34.82 Elgin Bikeway Plan Route 4-SW Quadrant City of Elgin Direct Cost Summary TranSystems A-6 Preferred Improvement Plan Vehicle 150 miles @ $ 0.550 /mile $ 83 Photocopies 22"x34"full size plan sheets) p ( 3 sheets @ 4 copes @ $ 1.35 /sheet $ 16 Overnight Shipping 2 packages @ $ 25.00 /package $ 50 SUBTOTAL $ 149 A•7 Public Meetings and Coordination Vehicle 100 miles @ $ 0.550 /mile $ 55 Photocopies(22"x34"full size plans) 6 sheets @ 1 copies @ $ 1.35 /sheet $ 8 Photocopies(8.5"x11"handouts) 2 sheets @ 40 copies @ $ 0.12 /sheet $ 10 SUBTOTAL $ 73 A-8 Project Development Report Photocopies(8.5"x11") 20 sheets @ 4 copies @ $ 0.12 /sheet $ 10 Photocopies(11"x17"reduced size plans) 2 sheets @ 4 copies @ $ 0.25 /sheet $ 2 Overnight Shipping 2 packages @ $ 25.00 /package $ 50 SUBTOTAL $ 62 • TOTAL $ 4,663 Elgin Bikeway Plan Route 4-SW Quadrant City of Elgin Direct Cost Summary TranSystems A-1 Project Coordination and Data Collection Photocopies(8.5"x11") 10 sheets @ 10 copies @ $ 0.12 /sheet $ 12 Aerial Images 8 sheets @ $ 250.00 /sheet $ 2,000 Vehicle 300 miles @ $ 0.55 /mile $ 165 SUBTOTAL $ 2,177 A-2 Field Survey Company Vehicle 20 days @ $ 45.00 /day $ 900 Vehicle 1300 miles @ $ 0.55 /mile $ 715 SUBTOTAL $ 1,615 A-3 Preliminary Design Studies Vehicle 150 miles @ $ 0.55 /mile $ 83 Photocopies(22"x34"full size plan sheets) 10 sheets @ 4 copies @ $ 1.35 /sheet $ 54 SUBTOTAL $ 137 A-4 Soils Investigation Photocopies(8.5"x11") 20 sheets @ 4 copies @ $ 0.12 /sheet $ 10 Photocopies(11"x17"reduced size plans) 2 sheets @ 4 copies @ $ 0.25 /sheet $ 2 SUBTOTAL $ 12 A-5 Environmental Studies Overnight Shipping 6 packages @ $ 25.00 /package $ 150 Photocopies(8.5"x11") 400 sheets @ 6 copies @ $ 0.12 /sheet $ 288 SUBTOTAL $ 438 . . TranSystems Scope of Engineering Services • • • • • • Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering Iran Systems City of Elgin ATTACHMENT A TRANSYSTEMS CORPORATION MIN/MAX RATE RANGES CONSULTA:tts"k: T'S GULAR STAFF s of /09 `�f .� +{c � m.�.;. �i�t��r�.�,�.�v�w � y.+,r .,C�rNrn4 .'�'S.c:i� .M��t'z.4`Sc.,w�:rx cY;-�,�.A��yJ+ t+ ii3 e_:,ri ti�'-ar.c,,�+�s�,�: a'i 4° .F. a1.�� �''�k� , `E- ♦ t �ST"�'Y 2�C � � "� �`' �� 4A i NI41 aTti ,e pF + � ^ t' + l a. eZf�,c7 w s A�'; '• „men: 0...., c' ti0".�. -.0.4:C-0 t t 70n, ', :'}`,.Rr .'1�. ::., F06- `'„g,„y°s a:r, 4,, . , r, J-%,„,...p re MF � � k _ l �Y l n rnnt i x. Principal-In-Charge 77.00 163.00 81.00 171.00 85.00 180.00 Senior Project Manager 52.00 129.00 55.00 135.00 58.00 142.00 Project Manager 42.00 81,00 44.00 85.00 46.00 89.00 Chief Structural Engineer 63.00 99.00 66.00 104.00 69.00 109.00 Senior Project Engineer 39.00 75.00 41.00 79.00 43.00 83.00 Architect 41.00 64.00 43.00 67.00 45.00 70.00 Senior Transportation Planner 40.00 108.00 42.00 113.00 44.00 119.00 Transportation Planner 30.00 46.00 32.00 48.00 34.00 50.00 Project Engineer 36.00 68.00 38.00 71.00 40.00 75.00 Design Engineer III 33.00 60.00 35.00 63,00 37.00 66.00 Design Engineer II 26.00 49.00 27.00 51.00 28.00 54.00 Design Engineer I 21.00 40.00 22.00 42.00 23.00 44.00 Construction Manager 52.00 81.00 55.00 85.00 58.00 89.00 Resident Engineer 37.00 81.00 39.00 85.00 41.00 89.00 Senior Resident Inspector 32.00 67.00 34.00 70.00 36.00 74.00 Resident Inspector 29.00 61.00 30.00 64.00 32.00 67.00 Assistant Resident Inspector 23.00 47.00 24.00 49.00 25.00 51.00 Construction inspector V 46.00 72.00 48.00 76.00 50.00 80.00 Construction Inspector IV 29.00 58.00 30.00 61.00 32.00 64.00 Construction Inspector III 26.00 40.00 27.00 42.00 28.00 44.00 Construction Inspector II 23.00 35.00 24.00 37.00 . 25.00 39.00 Professional Land Surveyor 38.00 59.00 40.00 62.00 42.00 65.00 Survey Crew Chief 27.00 42.00 28.00 44.00 29.00 46.00 Instrument Person 27.00 42.00 28.00 44.00 29.00 46.00 Rodman 17.00 26.00 18.00 27.00 19.00 28.00 CADD Technician III 24.00 38.00 25,00 40.00 26,00 42.00 CADD Technician II 21.00 34.00 22.00 36.00 23.00 38.00 CADD Technician I 17.00 26.00 18.00 27.00 19.00 28.00 Senior Administrator 27.00 108.00 28.00 113.00 29.00 119.00 Administrative/Clerical 13.00 37.00 14.00 39.00 15.00 41.00 Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant g. Provide project administration, prepare monthly invoicing, and project status reports. (estimated as 8 months) h. Provide QA/QC reviews. i. All meeting minutes will be distributed via email. No hardcopies will be produced. j. It is anticipated that the City of Elgin will provide high-resolution aerial photography electronically. 2. Field Survey a. Perform topographic design survey for the project including establishment of horizontal and vertical controls;tie points;topography;cross sections at 100-foot increments on the State of Illinois Property,Elgin Shores Forest Preserve, Continental Pare, and 50-foot increments on US Route 20 for 500ft in each direction for underpass construction; limited survey for 50ft on all legs of the intersections at State Street and Middle Road, McLean Boulevard and Spartan Drive, and Bowes Road and Randall Road; utilities; drainage;and right-of-way verification. b. Download topographic survey and cross-sections in Microstation and Geopak for use in preliminary design studies. Plot survey at 1"to 50'scale.Conduct a plan-in-hand,walk-through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Request a JULIE utility design stage request. Obtain utility atlases from those utilities within the project area. d. Observe and digitally photograph the project to become acquainted with readily apparent existing conditions. e. Survey pavement marking locations and lane usage. Included will be typical pavement and lane width measurements. f. Draw existing utility information from utility atlases on the project base map. Update as additional information,such as future plans or comments are received. 3. Preliminary Peskin Studies a. Establish design criteria for horizontal and vertical geometries and develop typical sections of path, on- street bike lane, and underpass based on bikeway and pedestrian needs. b. Create a basemap for on-street path pavement marking and signing layout using detailed aerial photography. c. Prepare alignment altematives including turning radii, approach grades, stopping sight distance, and path connection. It is assumed that up to two(2)alignments will be studied. d. Conduct traffic signal and intersection striping review at the following intersections to identify bikeway actuation impacts: • State Street and Middle Road • McLean Boulevard and College Green Drive • Bowes Road and Randall Road • McLean Boulevard and Spartan Drive already has an off-street path crossing McLean Boulevard that has push buttons for activating the traffic signals. Therefore, no traffic signal modifications are required at this location. e. Prepare alternative underpass designs (precast vs. cast-in-place structures) based on clearance requirements, aesthetics,and construction staging. f. Upon selection of the preferred underpass alternative, a TS&L plan and Preliminary Bridge Design and Hydraulic Report Form (BLR 10210) meeting IDOT Bridge Office requirements will be prepared and submitted to the City and IDOT for review and approval. g. Evaluate and summarize environmental issues including tree loss, floodplains, wetlands, and community impacts,as well as construction costs. h. Identify the need for any right-of-way or easement acquisition required for construction or access. Review all available right-of-way and easement documents. It is assumed that this project will be built entirely within public rights-of-way. Right-of-way and easement acquisition has not been included in this project and would be a Supplemental Service. 2 Attachment "A" Iran Systems Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant SCOPE OF ENGINEERING SERVICES A.Phase I Engineering Preliminary engineering services for Route 4-Southwest Quadrant of the Elgin Bikeway which is comprised of: Description Limits Length(estimated) Hundee Street Walnut Avenue/National Street to Souster Avenue 0.55 miles Souster Avenue Hundee Street to State of Illinois Property 0.10 miles State of Illinois Property Souster Avenue to Continental Park 0.25 miles Continental Park State of Illinois Property to Middle Road 0.50 miles Middle Road Continental Park to Central Avenue 0.15 miles Central Avenue Middle Road to East Road 0.40 miles East Road Central Avenue to Spartan Drive 0.45 miles Spartan Drive(Existing Bike Path) East Road to McLean Boulevard 1.20 miles McLean Boulevard Spartan Drive to College Green Drive 0.35 miles College Green Drive McLean Boulevard to Annadale Drive 0.55 miles Annadale Drive College Green Drive to Bowes Road 0.55 miles Bowes Road Annadale Drive to Nolan Road 1.65 miles 6.70 miles 1. Protect Coordination and Data Collection a. Preliminary conferences with the City,Kane County Forest Preserve, Elgin Parks and Recreation, IDOT BLR&S,and IDNR staff to confirm(estimated as 3 meetings): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6, Other administrative considerations b. Obtain available existing data for the project area including: 1. Right-of-way data 2. Existing roadway and bikeway plans 3. Conventional and digital map files 4. Aerial photography 5. Jurisdictional boundaries 6. Property boundaries 7. Property owners 8. Pedestrian and vehicular traffic counts(if available) 9. Other area roadway, utility,and signal improvements 10. Current public utility atlases and GIS information 11. Current power,communications,gas, and other private utility atlases 12. Previously prepared plans and reports 13. Development plans 14. FIS, FIRM, FEMA and wetland maps. c. Perform a preliminary field inspection of the proposed corridor. d. Submit State and Sub-state Clearinghouse review forms. e. Meet with IDOT to present the preferred improvement plan and obtain FHWA approval. (estimated as 2 meetings) f. Attend and coordinate meeting with City staff, Elgin Parks and Recreation, Kane County Forest Preserve, and IDOT during preliminary engineering phase to present project status, alternatives and recommendations.(estimated as 4 meetings) 1 Attachment"A" fanS9steii' Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant 6. Preferred Improvement Plan a. Based on design studies,environmental studies,and public input,prepare the Preferred Improvement Plan. b. Develop the Preferred Improvement Plan on aerial photography. c. Prepare typical sections for the proposed improvements. d. Prepare a typical section and plan for the preferred underpass design. e. Analyze construction staging scheme and construction of the underpass. f. Develop right-of-way, permanent easement, and temporary easement requirements based on proposed geometry,review of cross sections,and access during construction. Prepare right-of-way summary tables. No right-of-way or easement impacts are anticipated and are not included in this Scope of Services. 7. Public Meetings and Coordination a. Attend meetings and/or provide information for presentations to the City Council for their review of the recommended improvement plan. (estimated as 1 meeting) b. Submit Notice of Public Improvement in local newspaper to provide ten (10) days for public comment on improvement plans. c. Conduct one (1) Public Meeting to present the project need, preferred improvement plan, project costs, schedules and environmental impacts. The Public Meeting will be conducted as an open house format per IDOT and FHWA requirements. Prepare all notifications, handouts, presentation text, exhibits, and minutes. 8. Project Development Report a. Prepare a Draft Project Development Report in the format of a Categorical Exclusion Type 2(IDOT Form BLR 22110) summarizing the preliminary engineering efforts including data collection, coordination documentation,alternative analysis,and Preferred Improvement Plan. The report shall meet IDNR, IDOT, and FHWA criteria. It is anticipated that an Environmental Class of Action Determination(EGAD)document will not be required. b. Prepare a preliminary estimate of cost based on the preferred improvement plan. The cost estimate will provide cost participation splits between the City of Elgin, Kane County Forest Preserve, Elgin Parks and Recreation,and IDOT,as applicable. c. Submit the Draft Report for City, Kane County Forest Preserve, Elgin Parks and Recreation, IDNR, and I DOT review. d. Update the Final Report based on agency and public review comments. e. Incorporate the Public Meeting documentation,including disposition of all comments,into the final report f. Submit the Final Report for final approval by the City and IDOT to obtain Design Approval. 4 Attachment "A" Trap Systems Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant i. Meet with City, IDOT, FHWA, Kane County Forest Preserve, IDNR, Elgin Parks and Recreation, and other affected agencies to select a preferred alignment.(estimated as 3 meetings) j. Prepare a preliminary bike path and underpass plan showing the preferred alignment and underpass structure. k. Develop cost estimates. I. It is not anticipated that any retaining walls outside those necessary at U.S. Route 20, which will be included in the underpass design,will be necessary. 4. Soils Investigation a. Conduct soils investigations and soil borings to identify soils stability and subgrade conditions, as required for the underpass and bike path construction. (Performed by subconsultant Wang Engineering) b. Prepare a soils and structures investigation report with soil boring profiles and logs meeting City and IDOT guidelines.(Prepared by subconsultant Wang Engineering) c. Coordinate with geotechnical consultant during Preliminary Design Studies, 5. Environmental Studies a. Prepare early coordination notification and aerial mapping for environmental agencies. Prepare the Environmental Survey Request Form and submit to IDOT. b. Conduct a wetland delineation of the Elgin Shores Forest Preserve and Continental Park. (Performed by subconsultant Huff&Huff,Inc.) c. Prepare a wetland delineation report.(Prepared by subconsultant: Huff&Huff,Inc.) d. Upon completion of the wetland delineation and report, Wetland Impact Evaluation Forms will be prepare and submitted to IDOT for review and approval. (Prepared and submitted by subconsultant Huff& Huff, Inc.) e. If wetlands are impacted,wetland banking is typically the preferred mitigation measure. The local wetland bank will be contacted to determine the availability of credits. The actual credits will be secured during Phase II. f. Preparation of the Jurisdiction al Determination form for submittal. (Prepared by subconsultant: Huff& Huff,Inc.) g. It is not anticipated that any hazardous/special waste locations will be encountered during this project. Therefore, no preparation of a Preliminary Environmental Site Assessment (PESA) screening report to identify any potential Hazardous/Special Waste locations near the site has been included and will be a Supplemental Service. The standard environmental surveys necessary for a Project Development Report will be performed,including CERCLIS,LUST,and EcoCAT surveys. h. Summarize the environmental study and incorporate into the Project Development Report. i. Design alternatives will be investigated to minimize or avoid wetland impacts. j. Creation and approval of a Section 4(f) Evaluation Report for impacts to public park and forest preserve land. It has been assumed that the City will provide all usage information required for the report. k. A Joint Application will be required. This joint application will be submitted concurrently to the required agencies.(Prepared and submitted by subconsultant: Huff&Huff,Inc.) I. Conduct a tree survey for the proposed path.(Performed by subconsultant: Huff&Huff, Inc.) m. As this is within an urban environment and the site has been disturbed previously for the creation of the park and US Route 20, it is not anticipated that a Cultural and Archeological signoff will be required. Therefore, no Phase I archaeological reconnaissance survey in this project and will be considered a Supplemental Service. n. It is anticipated that the proposed bike route will attempt to avoid wetland impacts. Therefore, an Individual Section 401 Water Quality Permit is not included ih this project and will be a Supplemental Service, if required. o. It is anticipated that the proposed bike route will attempt to avoid wetland impacts. Therefore, an Individual Section 404 Permit is not included in this project and will be a Supplemental Service, if required. 3 Attachment "A" Tran Systems '/ �.if c JHUf : 915 Harger Road, Suite 330 Oak Brook, IL 60523 ` • - `£ '. `" Phone: (630)684-9100 environmental engineers Fax: (630)684-9120 and consultants Website: http://huffnhuff.com January 23,2009 Mr.Eric S.Neubauer,P.E. . TranSystems Corporation 222 South Riverside Plaza,Suite 2320 Chicago;Illinois 60606 ' • Re;.. . Environmental Services for Elgin Bikeway Route 4 Project • • Elgin,Kane Count ,Illinois • .• Proposal No T09-b10WT • • • t • ear.Mr.Neu�uer:.• : • :.: . . •: •T-•lmtff&Huff;Inc.(&H)is plea•sed to submi• t thi•s proposal to perfornm.a wetland.delineation and a • • • • :. tree survey iri conjunction.with the.:BlginBflieWay.:Route 4 project in Kaneconnty,Illinois: This •• .proposal presents our project understanding,the scope of services,.'and cost for.completing die proje . • • •• 1: PROJECT-UNDERSTANDING ' .• •••• :: : • ... The._C'...COY:of Elgin.n is prop•sing.a:6,7 Mile:bicycle.path in the southwest quadrant.of the:City:that •':... . : nY , 8m P Im .. . • includes both.onstreet and.•off-street':segments within the City of Elgin, Kane:County;:.Illinois. The.-western:te•rminus starts.:at.Bowes Road'and the:•city. °limits. The:eastern termimts of the : . • bikeway-is at*Hendee Street.:at Walnut Avenue.: The:bikeway travels ;through::: Hendee:.l;treet, :• • . State of:Iilinois:property, •CQntuiental Park, Middle Road;.Central Avenue, Bast Road,:Spartan : ::.: :. .::Drive • ,McLean.Boulevard,College Grreen:Drive„A dale•Drive,,and Bow.esRoad.. H&H`has been to� ...ested to oxide:a::wetland delineation. In:the•vicini, of the; sed:p of ds; • qu • ... . :.. . t3' l?n?po.. Prei :seven wetlands. are ma :d :on the..National Wetland:Invent Map, :and'1 0:we .. •- Pp .. oTY C'lWn . mapped on the Kane County Advanced Identification(ADM)Map of which seven are represented on the NWI•:map..•:Those•wetlands depicted on th• e NWI Map:are represented-by one palustrine, . emergent; seasonally flooded;permanently flooded.(PEMCH)wetland; two palusi nine,.emergent, seasonally : flooded: (PEMC) wetlands,: two palustrine, emergent, temporarily flooded, • semipermanently flooded (PEMAF)- wetlands, two palustrine, unconsolidated bottom, • semipernianently flooded(PUBF) wetlands; and one palustrine, emergent, seasonally flooded, • seasonally flooded/well drained,.temporary-tidal, hyperphaline (PEM/SS 1CD) wetland. Wetlands depicted on the Kane•County ADD Map include four ADIDwetland designated "wetland," four • • 1DID wetlands designated "High Functional._Value,"'one:ADID wetland designated as "Farmed • Wetlands,7 and one ADID wetland designated as•"Artificial Pond." In addition, the proposed bikeway crosses Otter Creek. If wetlands exist and impacts are proposed, this:scope:includes Subconsultant Agreement Scope and Fee Huff & Huff, Inc. Elgin Bikeway Plan Route 4 SW Quadrant °::: Phase 1 Engineering Tra n Systems `. City of Elgin Mr.Eric Neubauer,P.E.,TranSystems Page 3 Elgin Bikeway Route 4 Project Proposal No.: T09-010WT and apply to privately as well as publicly owned wetlands. The investigation will meet the requirements of these regulations by identifying the type, functions, and approximate boundaries of the involved wetlands. Wetlands found will be classified according to_type using the "Classification of Wetlands and Deep Water Habitats of the United States" by Cowardin. Wetland boundaries will be defined using the Corps of Engineers Interim Regional Supplement to the COE Wetlands Delineation Manual (USACOE, 2008). Using the methodology in this manual may take considerably more time than the previous methodology. There are additional requirements to investigate for all three criteria (vegetation, soils, and hydrology) that were not required prior to fall of 2008. Use of this manual has been required since late fall of 2008. This includes a soil investigation to determine the presence or absence of hydric soils and an analysis of the dominant plant species. Field observations will be made on any evidence indicating the hydrology of the area and on water sources that are supporting.these wetlands. Functions of these wetlands will be evaluated from field observations. In addition to the areas mapped as wetlands by the NWI and Kane County ADID Wetland Map, the entire area along the proposed bikeway will be investigated in the event that unmapped wetlands are present. As the NWI maps are developed to be used as a general planning tool, detailed field investigations are required to ascertain whether or not wetlands are present. All areas exhibiting wetland characteristics within the bikeway corridor will be investigated. Any adjacent wetlands along on-street portions of the bikeway will not require wetland delineation. TranSystems will be responsible for surveying the perimeters of all delineated wetlands. H&H will not conduct the survey of the wetlands but will coordinate with TranSystems staff to assure accuracy of the wetland boundaries. This will include a meeting in the field with the survey crew. C.Report A wetland delineation report will be prepared summarizing the findings of the fieldwork. Based upon available information,wetlands are present and this report will be needed. Specific items to be included are as follows: a)Maps showing the wetland project boundaries b)Aerial Photo with the appropriate limits of delineated wetlands c)Floristic Quality Assessment d) Wetland data sheets Task 2. Jurisdictional Determination Submittal Once the delineations have been completed, a draft jurisdictional determination request will be prepared and presented to the City of Elgin. This request will be modified as requested by the City of Elgin and then submitted to the COE. This form requires the signature of a City official. As part of the jurisdictional determination process, an on-site field visit may be required. H&H staff U:\Proposal 09\Transportation\TranSystems\ lgin Bikeway Route 4.doe Mr.Eric Neubauer,P.E.,TranSystems Page 2 Elgin Bikeway Route 4 Project Proposal No.: T09-0l OWT obtaining a jurisdictional determination from the Army Corps of Engineers(COE) and necessary permits. H&H has also been requested to provide a limited tree survey only in areas where the bike path will be routed through a tree line,such as under US Route 20, State Road and Middle Road. 2. SCOPE OF SERVICES Task 1—Wetland Delineation and Report A.Off-site Record/Document Review The,following records/documents will be reviewed prior to conducting the field investigation. Soils information will be reviewed to determine the soil types encountered during the delineation procedures. The sources reviewed and to be used include: • U.S. Geological Survey Topographic Maps • National Wetlands Inventory Maps • Kane County ADID Wetland Maps •: Kane County Soil Survey • Kane County Flood Insurance.Rate Maps • Natural Resource Conservation Service(NRCS)Wetland Maps • Hydric Soils of the United States The NRCS Wetland Maps will be obtained and reviewed to determine if the NRCS has determined wetlands to be present. This will require obtaining a copy of this map from the Kane DtPage Soil and Water Conservation District(SWCD). Since January 2005, the NRCS no longer conducts farmed wetland determinations for areas of agricultural conversion. The project area includes agricultural areas; therefore, a farmed wetland determination has been included in the scope. B. On-Site Investigation(Field Inventory) The on-site investigation will be conducted by our environmental staff experienced in.Federal methods for conducting wetland delineations. Our staff will classify and define hydric soils, hydrophytic vegetation, and evidence of hydrology to determine if wetlands are present. The wetland perimeters will be located and flagged for completion of field survey by others. A wetland delineation of the project site will be conducted that will meet the requirements of Executive Order 11990, "Protection of Wetlands;" Section 404 of the Federal Water.Pollution Control Act as amended by the Clean Water Act(Corps of Engineers, Section 404 Permit) and the Illinois Environmental Protection Agency (IEPA Section 401 Guidelines) regulations. These regulations pertain to the placement of fill or alterations of drainage within wetlands of any type U:Proposa1091TransportationVFranSystemalgin Bikeway Rome4.doc Mr.Eric Neubauer,P.E.,TranSystems Page 5 Elgin Bikeway Route 4 Project Proposal No.: T09-010WT At this time, no on-site mitigation design is included in the scope of services. If wetland mitigation is required, wetland banking may or may not be an option for this project. If not, a separate proposal will be prepared for wetland mitigation design. Task 4—Vegetation Survey Huff& Huff will prepare a limited tree survey only in areas where the bike path will be routed through a tree line,such as under US Route 20, State Road and Middle Road. It is assumed that no more than 100 trees will need to be identified. This survey will be conducted in accordance with current IDOT policies and D&E-1 8 and will include all trees six (6) inches in diameter or greater and smaller individuals when planted for landscape purposes. TranSystems will be responsible for locating the trees by station and offset during the project • survey. Huff&Huff will then assess type, size,health and structure. The tree information will be presented in a memorandum. Task 5—Protect Management H&H will attend two client meetings to discuss alternatives, avoidance measurements and impacts. This task covers items necessary to manage the project,including preparation of quarterly reports, scheduling, and coordination with the prime consultant. 3. COST ESTIMATE Costs for these services are presented in the Cost Estimate for Consultant Services. 4. SCHEDULE The formal delineation will be scheduled within four weeks after the Notice to Proceed is given. This proposal assumes that the delineation will be completed during the growing season • (approximately April 15 to October 15). The FQI in Kane County can only be completed between June lst and October 15th. The FQI is required to determine mitigation and buffer requirements. If the delineation is completed outside of the growing season, additional field visits would be required to verify the wetland boundaries. 5. CONTRACT TERMS • 1. CONSULTANT'S SERVICES: The Consultant's (Huff& Huff, Inc.) services shall consist of those tasks described in Section 2. U:\Proposal 091Transportation\TranSysterns\Elgin Bikeway Route 4.doe • Mr.Eric Neubauer,P.E.,TranSystems Page 4 Elgin Bikeway Route 4 Project Proposal No.: T09-010WT will accompany COE officials to the site after the delineation is completed. Upon submittal of the jurisdictional determination request, it may take eighteen (18) months to obtain an official jurisdictional determination from the COE. The jurisdictional submittal will determine which wetlands will require COE permitting. Wetlands deemed isolated will not require COE permits. Task 3--Wetland Permitting H&H will complete and submit the Joint Application form and other necessary information to obtain a permit from the COE for impacts to Waters of the US or wetlands. The Joint Application - will be simultaneously submitted to the following agencies: US Army Corps of Engineers(COE) US Fish&Wildlife Service(USF&WS) Illinois Department of Natural Resources(IDNR) Illinois Department of Natural Resources/Office of Water Resources (IDNR/OWR) Illinois Environmental Protection Agency(IEPA) Illinois Historic Preservation Agency(IHPA) It is recommended that a pre-application meeting be scheduled with COE and City of Elgin officials prior to submitting permit applications. This meeting will serve to notify them of the project. Coordination with both the Illinois Historic Preservation Agency (IHPA) and Illinois Department of Natural Resources (IDNR) will be conducted. Information in the form of a letter will be forwarded to the IHPA requesting a review of the project area. A Phase I archeological survey . could be required by IHPA if portions of the project area are relatively undisturbed H&H will coordinate with TranSystems to find a qualified firm if a certified Phase I archeologist is required for the project. A cost,for such a study is not included in this proposal as the need is undetermined until IHPA responds. Coordination with the IDNR will be conducted through EcoCat to determine if threatened or endangered species are located within the project area. In addition,, if state funds are used, coordination with the IDNR for the Interagency Wetland Policy Act(IWPA)may be required. The Regional Permits issued by the COE contain a conditional Section 401 Water Quality Certification built into the permit. It is possible that the project will qualify under the Regional Permit Program and no separate Section 401 review will be required. This scope of work assumes the project will qualify under the Regional General Permit program. This project may require Kane County permitting through the City of Elgin for isolated wetland impacts. H&H will assist TranSystems in obtaining any necessary permits through the'City by furnishing necessary wetland information. It is assumed that TranSystems would be assembling any permit package that may be required. U:\Proposa109\Transportation\TranSystems\Elgin Bikeway Route 4.doc Mr.Eric Neubauer,P.E.,TranSystems Page 6 Elgin Bikeway Route 4 Project Proposal No.: T09-010WT . 2. SCHEDULE: The Consultant's work under this Agreement shall begin within two weeks of receipt of written notice to proceed or a signed copy of this Agreement. 3. COMPENSATION: The fee basis for the scope of work, as outlined in Section 3,pertains to the specific scope work 4. DIRECTION: For work performed under this Agreement, Consultant shall take direction from the CLIENT. 5. CHANGES: This Agreement may only be changed by written amendment which specifies the terms being revised and which has been signed by both parties hereto. • 6. PROJECT DATA: The Consultant, in coordination with the CLIENT, shall obtain from the appropriate sources all data and information necessary for the proper and complete execution of the Consultant's services. 7. INDEPENDENT CONSULTANT: The Consultant shall be deemed to be an independent contractor in all its operations and activities hereunder. The employees furnished by Consultant to perform the work shall be deemed to be Consultant employees exclusively,and said employees shall be paid by Consultant for all services in this connection, The Consultant shall be responsible for all obligations and reports covering Social Security, Unemployment Insurance, Workmen's Compensation, Income Tax, and other reports and deductions required by an applicable state or Federal law. 8. RIGHTS OF WORK PRODUCT:. CLIENT shall have unlimited rights.in all drawings, designs, specifications, notes, and other work developed in the performance of this contract, including the right to use same on any other work without additional cost to the CLIENT. The Consultant shall not be liable for any use or reuse of the drawings,designs,specifications, notes and other work for use other than intended under the terms of this Agreement. 9. INDEMNIFICATION: The Consultant hereby agrees to indemnify and hold harmless the CLIENT and any proper owners whose property it is necessary to access in'the performance of this work, against any and all liability, loss, damages, demands, or actions Or causes of action, which may result from any damages or injuries sustained by a person or entity in connection with or on account of any negligent act or omission of the Consultant or its employees relating to its obligations pursuant to this Agreement. 10. TERMINATION: CLIENT may terminate this Agreement at any time upon ten (10) days written notice for whatsoever reason, provided CLIENT shall pay the Consultant a reasonable fee for work satisfactorily performed prior to the effective date of termination. In no case, however,shall the total amount paid to Consultant exceed the amount set out above. 11. INSURANCE: The Consultant shall maintain insurance as set forth in the prime contract, if attached,or as set forth below. U:lProposal 09lTransportatioa\TranSystemslElgiu Bikeway Route 4.doc • • • Mr.Eric Neubauer,P.E.,TranSysteins • Page 7 Elgin Bikeway Route 4 Project . Proposal No.: T09-010WT • a. Worker's Compensation and Employer's Liability Insurance:. Worker's Compensation in compliance with.applicable State and Federal laws. : b. Comprelierisive General Liability Insurance for.Bodily Injury and Property Damage to a • combined single timit•:of S2,000,000 per•occurrenceiclaiui or an umbrella of$3,000;000. c. Comprehensive Automobile Liability Insurance, including, owned, hired, and non-owned . •. . automobiles;•for Bodily .Injury and Property Damage to a combined single limit of . • $1,000,000 per occurrence/$2;000,)00:aggregate: • . Professional liability insurance S2,000,000 on a claims made,basis. . 12. STANDAR])OF CARE:. Services performed by the Consultant-under this Agreement will be • • conducted in a.manner consistent-with the level:of care and.skill:ordinarily:exercised by . inenibeers of the.profession:currently_practicing in the satire locality under similar conditions. . 13. RETENTIOQN OF RECORDS Consultant shall:maintain complete records of all hours billed. . : : . • .. and direct ':costs .,incurred .under this Agreement so :.as to•.accurately :reflect the services. : •• performed and:basis::for compensation and reimbiyrselnent under,iiiio.Agreement. 14; LEGAL:.;..: 'his:..Agreement shall.be construed.and mterprete l.solely:in accordance with the • • . : .::: laws'ofthe State:of Illinois :: • BO PARTIES EiERETO.WARRi NTiAND REPREW that.they have full.right,:power, . . . :and:authority to.c cecute this Contract;. :. WITNESS THEREOF,:the parties.hereta.have executed this Agreement.as.of the day and.y.ear. . Dist speMfied:above: _ . . • • : •: CONSULTA T: :•• .: ::CLIE1N'•• • • • •. • • .: . . ..• .; HUFF it`H ,INC •TRANSYSTEMS.CORPORATION - • ' • - • .:•.:. .,... .. s, • • . . Linda L.•Fluff,,PE: . . ..•.. . :..Typed Name -- _ . ypeName • . • • - President. . • Officer's Title . • :• . . Officer's Title • • late .• • . .. • • . 1J; 0ed 09\Transportation\TranSystems\Elgin Bikeway Route 4.doc . SUMMARY OF DIRECT COSTS Project: TranSystems - Elgin Bikeway Route 4 Project DIRECT Task I Wetland Delineation &Report Trips 60 miles x 4 x $ 0.55 = $ 132.00 Reproduction 4 sets x 50 x $ 0.10 = $ 20.00 Color copies 4 sets x 10 x $ 0.50 = $ 20.00 Maps/Aerials 10 x $ 5.00 = $ 50.00 Federal Express 2 x $ 15.50 = $ 31.00 Task Total $ 253.00 Task 2 JD Determination Reproduction 4 sets x 15 x $ 0.10 = $ 6.00 Federal Express 1 x $. 15.50 = $ 15.50 Task Total $ 21.50 Task 3 Permitting Trips 50 miles x 1 x $ 0.55 = $ 27.50 Reproduction 1 sets x 50 x $ 0.10 = $ 5.00 Color copies 1 sets x 10 x $ 0.50 = $ 5.00 Federal Express 2 x $ 15.50 = $ 31.00 Task Total $ 68.50 Task 4 Tree Survey Trips 60 miles x 10 x $ 0.55 = $ 330.00 Reproduction 4 sets x 40 x $ 0.10 = $ 16.00 Color copies 4 sets x 15 x $ 0.50 = $ 30.00 Federal Express 2 x $ 15.50 = $ 31.00 Task Total $ 407.00 Task 5 Project Management Trips 60 miles x 2 x $ 0.55 = $ 66.00 Task Total $ 66.00 GRAND TOTAL $ 816.00 P;\Proposal-20091TranSystemsl[TranSystems Elgin Bikeway Rte 4.xis}Direct • Client: TranSystems Date: 01/22/09 ` Project: Elgin Bikeway Route 4 County: Kane , Task 1 Task 2 Task 3 Task 4 Task 5 Wetland Delineation& JD Determination Permitting Tree Survey Project Management Report Employee Hours Charge` Hours Charge, Hours Charge Hours Charge Hours Charge Senior Engineer I EES_ ti '4.00 424.00 0.00 0.00 8.00 848.00 16.00 1,696.00 Senior Scientist Il AK 65.00 5,330.00 20.00 1,640.00 10.00 820.00 40.00 - 3,280.00 0.00 Wetland Scientist III LR 65.00 4,030.00 30.00,.. 1,860.00. 30.00 1,860.00 0.00 0.00 Wetland Scientist I EM .,.,._. 20,00 1;140.00- OAO . 0.00 20.00. 1,140.00 0.00 Senior.GADD I __ . DMG 4.00 348.00- 0.00 0.00 3.00 261.00 0.00 Administrative Ill ST 3.00 ... . 159.00- „ ._0.00 2.00_. 106.00. _. . 3.00 159.00 0.00 TOTAL-PROFESSIONAL SERVICE 161.00 11,431.00. 50.00. 3,500 00. 42.00 2,786.00 . 74.00 5,688.00 16.00 1,696.00 Direct Costs/Inhouse 253.00 21.50 68.50 0.00 407.00. Subconsultants/Outside Services 0.00 0.00 0.00 0.00 0.00 TOTAL 11.684.00 . 3,521.50 2,854.50 5,688.00 2,103.00 P44opota42099h,dIIrdemfi[<mtsSr+p.s�Wm.,�e+.h}vioyoar - $25,917.00 • 1145 North Main Street Wang Lombard,Illinois 60148 EiBQIfl 'ling Phone(630)953-9928 www.wangeng.com January 26,2009 Mr.Eric Neubauer,P.E. TranSystems Corporation 222 South Riverside Plaza,Suite 2320 Chicago,IL 60606 Reference: Geotechnical Engineering Services Elgin Bikeway Elgin, Illinois • Wang No.:P090132 Dear Mr.Neubauer: • Wang Engineering, Inc. (Wang) is pleased to submit this proposal for geotechnical investigation and engineering services to support the design and construction of the proposed Route 20 underpass in Elgin,Illinois. The following describes our geotechnical services, as well as our proposed scope of work and cost estimate. • Scope of Work: - Wang understands that as part of the Elgin Bikeway Master Plan an underpass is proposed to be built under U.S. Route 20, approximately 300 feet west of the Fox River. In addition to the underpass bridge structure 4 (four) wing walls will be constructed to retain the soil next to the underpass bridge location. If groundwater is encountered, we recommend an additional investigation that will include obtaining groundwater level and in-situ hydraulic conductivity for the design of groundwater lowering system including pump capacity. • 1. Install piezometer in a previously drilled boring and record groundwater levels for a period of four weeks.One reading will be taken every other day.A protective cover with a lock will be installed for the safety. It is assumed that piezometer will be installed in a 40 feet deep borehole. After four weeks,the piezometer will be sealed with bentonite chips. 2. Conduct in-situ hydraulic conductivity test (Slug test) and reduce the data. Slug test is a means by which a single bore hole can be utilized to estimate the horizontal hydraulic conductivity of subsurface soil. Geotechnical Drilling Services: s:ear.P.'Msotl-aX+tVYcn..-:�y,;at:::..>,•ams_I;nr Wxwor1po4,fJ:were Ja' Geotechnical Construction Environmental Quality Engineering Services Since 1982 Subconsultant Agreement Scope and Fee Wang Engineering, Inc. • • • • Elgin Bikeway Plan Route 4 SW Quadrant " '. _ Phase t Engineering ® 'Fran Syste s City of Elgin Elgin Bikeway WEI No.P090132 - January 26,2009 W Wang Page 3 of 3 • WEI standard insurance satisfies the Project/Owner insurance requirements, • No hazardous materials will be encountered, and • Drilling unit costs are required under the prevailing rate under the Prevailing Wage Act (820 ILCS 130/0.01). If any of the above mentioned assumptions are not confirmed during the execution of the described scope of work in this proposal,additional costs might be incurred. Estimated Cost: WEI proposes to provide the above tasks on time and expense basis according to the attached cost estimate. WEI will not exceed this upper limit without TranSystems approval. The following is a breakdown of the total cost. Insurance: Attached is a'sample of our Certificate of Insurance.Additional insurance beyond our standard coverage is not included in our cost estimate and will be considered as reimbursement item. Wang Engineering, Inc. appreciates the opportunity to present this proposal. We look forward to continue our work with TranSystem Corporation and the City of Elgin on this project. If you have any questions or require additional information,please contact us at(630)953-9928. Sincerely, WANG ENGINEERING,INC Corina T.Farez,P.E.,P.G. Vice President Nathan Davis Engineering Geologist Attachments: Cost Estimate Insurance Certificate Geotechnical Construction • Environmental Quality Engineering Services Since 1982 Elgin Bikeway WO No.P090132 January 26,2009 Wang Page 2 of 3 Engineering Wang will provide equipment, labor, and associated materials to drill and sample six structure borings. Two structure borings will be obtained for the underpass bridge and will extend to 60 feet below ground surface (bgs). The remaining four borings will be obtained at the proposed underpass bridges wing wall locations and will be drilled and sampled to 30 feet bgs. Soil samples will be collected with split barrel samplers according to AASHTO T 206-87, "Penetration Test and Split-Barrel Sampling of Soils." If necessary, undisturbed soil samples will be collected according to AASHTO T 207-87, "Thin Walled Tube Sampling of Soils." Field Supervision: Before drilling, WEI will locate the borings in the field and clear utilities through JULIE. The field engineer will monitor chilling activities,maintain daily field notes and the soil boring logs, as well as receive,classify, and prepare soil samples for laboratory analysis. The field engineer will also perform penetrometer and Rimac unconfined compressive strength tests on cohesive soil samples;he will also monitor the groundwater level in boreholes. Laboratory Testing: After the completion of the drilling phase, all soil samples will be transported to our in-house laboratory in Lombard,Illinois. The soil-testing program will include natural moisture content, Atterberg limits, and particle size analysis. Engineering Analysis and Recommendations: The geotechnical report will include a detailed description of soil and groundwater conditions encountered, field and laboratory testing procedures and results, geotechnical engineering analysis performed, and recommendations and criteria for the design and construction of the new underpass and wingwalls. The report will also include site location map, boring location plan,boring logs,and soil profiles.The boring logs will also be provided in Microstation format to be included with the contract plans. Scheduling: WEI will start the project expediently upon receiving written authorization to proceed. We estimate that the field work would require 4 working days for completion after utilities clearance, permitting, and access agreements. The laboratory tests would be performed concurrent with the field investigation and would extend one week after the completion of field work. The geotechnical report would be provided two weeks after the completion of laboratory program. WEI will expedite the project to our fullest means to meet your submittal deadlines. Assumptions: The cost estimate was prepared assuming the following conditions. • The as-drilled boring locations would be surveyed by TranSystems or their surveying Subconsultant, • Lane closures will not be required. Geotechnical • Construction • Environmental Quality Engineering Services Since 1982 pr>A:,:--y,�"Y da:U')�'li'./'.21,ml cm.%Ne-,t**v:r,%[+''.:V(<<.0 . . • COST ESTIMATE . WigProposal No.P090132 . . . • FOR January 26,2009 GEOTECHNICAL SERVICES •. . U.S.ROUTE 20 UNDERPASS BRIDGE • ELGIN,ILLINOIS • FOR TRANSYSTEMS CORPORATION ci...' 1,,-;?:?,.....7:.frk?:',`...!-.:', .,.!-::'.-.:'.:t,,•'..:, :p*ERMROJECT:RELATE:1),D1REcT EXPENSES :1 : . ...'-;:,:i:;!'::.:, ::...- . '.,...:LI.:•:: ..-.;;, Item Description Units Unit Price Extended Cost . . • Field Vehicle Field Vehicle Mileage(>100 Miles per Day) $0.52 /Mile . . Field Vehicle Daily(<100 Miles per Day) 5 Days $52.00 May $260.00 Out-of Town Expenses(Lodging) $90.00 /Day Out-of Town Expenses(Per Diem) $45.00 /Day Tolls Report Reproduction Copies,Black&White,8.5"X II" 300 No $0.20 /Each $60.00 Copies,Color,8.5"X 11" 20 No $2.50 /Each $850.00 1 Copies,Reproduction or Reduction,24"X 36" . $10.00 /Each . ' • S370.00 . ra.:4,-,...N.',....1.4.41.ifi`:::::.',:!::...;...!';.1.t.:;f: :.:::!.:;,ffilliti.?4:4N,,„...1.1,7,1,1''i';''.1,.,gts*M-..-Ifalltk. ."....-0,.;',7,.. :-'':':::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: • Field Activities . • . Project Engineer 2 lira $100.17 /Hour $200.34 • Field Engineer •- 26 Hrs.• $98.45 /Hour S2,559.70 Field Inspectors/Lab Technician 20 Hrs $64.94 /Hour $1,298.80 . • Data Analyses&Engineering Senior Engineer 6 Hrs. $155.89 /Hour $935.34 - Project Engineer 8 Hrs. $100.17 /Hour $801.36 Staff Engineer 14 Hrs. $98.45 /Hour $1,378.30 Assistant Staff 15 Hrs. $64.94 /Hour $974.10 Report Preparation Senior Engineer 12 Hrs. $155.89 /Hour $1,870.68 Project Engineer 14 Hrs. $100.17 /Hour $1,402.38 Staff Engineer 15 Hrs. $98.45 /Hour $1,476.75 Project Management • Principal in Charge 1 Hrs. $186.78 /Hour $186.78 • Project Manager 6 Hrs. S155.89 /Hour $935.34 Project Administrative Assistant 1 Hrs. $77.01 /Hour $77.01 QC/QA Reviewer 1 Hrs. $83.93 /Hour $83.93 $14,096.88 TOTAL ESTIMATE $26,031.88 • Page 2 of 2 WANG ENGINEERING,INC. • • • COST ESTIMATE Wang Proposal No.P090132 FOR January 28,2009 GEOTECHNICAL SERVICES U.S.ROUTE 20 UNDERPASS BRIDGE ELGIN,ILLINOIS FOR TRANSYSTEMS CORPORATION ;'�y''i.:.'..••:.1 �� ''Jti''- ::'FIELIYIIVNESTIGATEONS .. .--...e.:-r. ... . Task Description Units Unit Price Extended Cost Mobilization Muck Mounted Drill Rig) $625.00 /Each Dulling Crew Daily Travel&Support Vehicle $145.00 /Day Stand-By Time Drill Mounted on Truck $275.00 /Hour Mobilization(ATV Mounted Drill Rig) 1 Each $950.00 /Each S950.00 ATV Mounted Drill Rig Daily Charge 4 Days $275.00 /Day $1,100.00 ' Drilling Crew Daily Travel&Support Vehicle 4 Days $145.00 /Day S580.00 Stand-By Time Drill Mounted on ATV 2 Hrs. $275.00 /Hour S550.00 Drilling and Sampling • ,Structure Berthas Drilling including split spoon sampling at 2.5'interval (SPE Penetrometer,Rlmac,Visual Classification Included) Between 0 and 30 Feet Normal Working Hours 180 Feet $21.00/Foot S3,780.00 Restricted Hours(6 Hrs) $27.00/Foot Between 30 and 50 Feet . Normal Working Hours 40 Feet $24.00/Foot S960.00 Restricted Hours(6 Hrs) $30.00/Foot Between 50 and 75 Feet Normal Working Hours 20 Feet . $26.00/Foot $520.00 Restricted Hours(6 Hrs) $33.00/Foot Borehole Abandonment and Surface Restoration Normal Working Hours 240 Feet S8.00 /Foot $1,920.00 Restricted Hours(6 Hrs) S9.00 /Foot Night Work $8.50 /Foot - S10,360.00 AAQ• .... ...��:......... �TOI2X� '�STING• . ... ... .....r_..Fr�s......._....... .. � . .,. AASnTo ASTsl Task Descriptbn Units Unit Price Extended Cat ,SoRindex Tests nes D2216 Water Content 84 Tests $6.25/test $525.00 - wx315s Unit Weight(Density) $30.00 hest moo eeK Specific Gravity $55.00/test Particle Size Distribution m5 ten Sieve Analysis $65.00 hest Tics D422 HydronleterAnalysis S70.00 hest ma D422 Combined Sieve and Hydrometer 4 Tests $105.00 hest S420.00 - D1140 Percent Finer than No.200 Sieve S43.00/test rttterberaLimits rag,T90 D4318 Liquid and Plastic Limits 4 Tests $65.00 hest •S260.00 S1,205.00 P°9e 1 of 2 WANG ENGINEERING,INC. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. • ACORD 25(2001/08) Page 2 of 2 ACORD,, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/27/2008 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 3s&P Insurance Services Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE L530 E Dundee Rd., Suite 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Palatine IL 60074 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (847) 934-6100 (847) 934-6186 INSURERS AFFORDING COVERAGE NAIC# INSURED - INSURER A: ACUITY A Mutual Insurance Co. 14184 Wang Engineering Inc INSURER B: Steadfast Insurance Company 26387 1145 N. Main Street INSURER C: Lombard IL 60148 INSURER D: INSURER E: _COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IADD•L POLICY EFFECTIVE POLICY EXPIRATION LTR NSRD TYPE OF INSURANCE POLICY NUMBER DATFJMMA?O/YYI DATEIMM/DD/YYl UMITS GENERAL LIABILITY - EACH OCCURRENCE $ 1,000,000 DAGE TO RENTED B X COMMERCIAL GENERAL LIABILITY G0587379805 3/26/2008 3/26/2009 PRREM L SES(Ea occurence) $ 100,000 CLAIMS MADE I X 1 OCCUR MED EXP(Anyone person) $ 5,000 X No Railroad PERSONAL&ADVINJURY $ 1,000,000 X Exclusion GENERAL AGGREGATE $ 2,000,000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ EXCLUDED RO- X POLICY POT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X ANY AUTO K26141 3/26/2008 3/26/2009 (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ • X No Railroad PROPERTY DAMAGE X Exclusion (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ • AUTO ONLY: AGE $ EXCFSSA/MBRELLALIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WC A WORKERSCDMPENSATION AND }L26141 - 3/26/2008 3/26/2009 X ORY LIMITS ¶ TORY LIMITS ER EMPLOYERS'UABILITY E.L.EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below • E.L.DISEASE•POLICY LIMIT $ 1,000,000 OTHER B PROF/POLL LIABILITY PEC587379405 3/26/2008 3/26/2009 LIMIT: $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS SAMPLE CERTIFICATE OF INSURANCE CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN SAMPLE CERTIFICATE OF INSURANCE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,TIE AGENTS OR REPRESENTATIVES. { AUTHORIZED REPRESENTATIVE --•� I I ACORD 25(2091/08) ©ACORD CORPORATION 1988 Page 2 of 2 SyStel11S• PROJECT SCHEDULE Elgin Bikeway Plan Route 4 SW Quadrant Phase 1 Engineering Section:09.00176.00-BT CITY OF ELGIN — __ - 2009 2010 2011 • No. WORK!TEN', I1111111111131O®011111011© 0 © D 0=E1111011©Q1311©© 0 ® D MIR 1 PHASE 1 ENGINEERING ENGINEERING AGREEMENT APPROVAL 4 {Estimated notice b proceed August 2W9) 1110111:1 ' , ' ' ■ ,1PRECTC0ORDINAT.0N 11111 II FIELD SURVEY i III i i11111.1111 t1111111111111111. .1 all PRELIMINARY DESIGN STUDIES '+ II Ilii 111111111::: :I111II1H1 SOILS INVESTIGATIONS iii iiiiIIi i. i . 1111 ENVIRONMENTAL 1. 11 El: r 1: r ., 11111111111 PREFERRED IMPROVEMENT PLAN 11I111II1Uh1I::ia 11111111 I NUM PROJECT DEVELOPMENT REPORT ' . c16 _iiii _I iIiiiiiiuiauiii:: _ r CTT 18monttu aF,er Design Approva!PHASE 2 ENGINEERING i • I ULTI0N1ENNEERING Anticipate that project 41 take 1 construction season to complete.'. 11111111111111111 MITranSystems Date: July 2009 Ems"%&11 CityI IDOT Review or Process :;:s::a:a N9 TranSysterns IiELGIMeae Rout*I1Cailrad17-16-09rdne 4 Schedule 7-17-06.A*hedWe Project Schedule • • • Elgin Bikeway Plan Route 4 SW Quadrant }Q. PhaseP EI ngineering ® !Ia 9 a )ySt8rnS ty g _..__ .<4 OF.EGG City of Elgin Memorandum Date: September 2, 2009 To: Ron Rudd, Engineer II From: Jennifer Quinton, Deputy City Clerk Subject: Resolution Nos. 09-186& 09-188, Adopted at the August 26, 2009, Council Meeting Enclosed you will find the agreement listed belo s?.e retain a copy for your records. If you have any questions please feel free to contact our o e 847-931-5660 and we will do our best to assist you. Thank you. • Preliminary Engineering Services Agreement with TranSystems Corporation for Federal Participation for the Elgin Bikeway Master Plan Route 1 • Preliminary Engineering Services Agreement with TranSystems Corporation for Federal Participation for the Elgin Bikeway Master Plan Route 4 �J .• .