HomeMy WebLinkAbout12-153 Resolution No. 12-153
RESOLUTION
AUTHORIZING EXECUTION OF A PRELIMINARY ENGINEERING SERVICES
AGREEMENT WITH TRANSYSTEMS FOR FEDERAL PARTICIPATION
FOR PHASE 2 ENGINEERING SERVICES FOR THE
ELGIN BIKEWAY MASTER PLAN ROUTE 1
BE IT RESOLVED that David J. Kaptain, Mayor, and Kimberly A. Dewis, City Clerk,be
and are hereby authorized and directed to execute a Preliminary Engineering Services Agreement for
Federal Participation on behalf of the City of Elgin with TranSystems for Phase 2 engineering
services for the Elgin Bikeway Master Plan Route 1,a copy of which is attached hereto and made a
part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: September 26, 2012
Adopted: September 26, 2012
Vote: Yeas: 6 Nays: 1
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
•
' Local Agency Consultant
City of Elgin L - IIi17ots Department TranSystems
0 of Transportation c
County C O Address
Kane A N 1475 E.Woodfield Road, Suite 600
Section L s City
09-00175-00-BT Schaumburg
Project No. A Preliminary Engineering State
CMM-Job No 9003(232) G Services Agreement T IL
For
Zip Code
D-91-304-09 E Federal Participation A 60173
Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address
Ron Rudd C T Brian Fairwood
(847)931-6081 Y (847)407-5280
rudd r(@citvofeIain.ora blfairwood(ttransystems.com
THIS AGREEMENT is made and entered into this 26th day of September , 2012 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 Route 1 Route Off-System Length 2.4 mile Structure No. N/A
Termini Douglas Ave and Kimball St to Congdon Ave and Indian Dr via Douglas Ave,Slade Ave, Prospect Blvd, and Congdon Ave
Description Phase 2 Engineering Services for a new bikeway route in the Northeast Quadrant of the City of Elgin, Kane County which will
include mostly on-street shared lanes and a segment of off-street path at the east end. This bikeway route will connect an existing bike
path in the northeast corner of the City to Downtown Elgin.
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 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 bylaw. Plans for structures to be builtas q 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 8/28/2012 1:45:34 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.
El 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 fumished 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 8/28/2012 1:45:34 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(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 8/28/2012 1:45:34 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(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 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 8/28/2012 1:45:34 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 $80,389.82
Sub-Consultants: TIN Number Agreement Amount
Huff&Huff, Inc. 36-3044842 $4,553.22
Sub-Consultant Total: $4,553.22
Prime Consultant Total: $80,389.82
Total for all Work: $84,943.04
Executed by the LA: City of Elgin
(Municipality/Township/County)
:Eb1
ST: /�
y A. D- is N. famtt:S David Ka tain
City ;U 0, `_le: Mayor
is?:•!,-•I.-'q_--0,-'5..r'/,.. iRr - -.:!t;,?t7,2,;-
(SEAL) AJ *c ��� .:
Executed by the ENGINEER:
ATTEST:MokktAA ik (1.60 TranSystems
By: By: �riahp
Martin A. Ross L. Fairwoo
Title: Principal Title: Vice President
Page 5 of 7 BLR 05610(Rev.9/06)
Printed on 8/28/2012 1:45:34 PM
Exhibit A -Preliminary Engineering
Route: Elgin Bikeway Route 1
Local Agency: City of Elgin, Kane County *Firm's approved rates on file with
(Municipality/Township/County) Bureau of Accounting and Auditing:
Section: 09-00175-00-BT
Project: CMM-9003(232) Overhead Rate (OH) 151.34 %
Job No.: D-91-304-09 Complexity Factor 0.00
Calendar 360
Method of Compensation:
Cost Plus Fixed Fee 1 ® 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 ❑
Cost Estimate of Consultant's Services in Dollars
Employee Man- Payroll Payroll Services by In-House
Element of Work Classification Hours Rate Costs (DL) Overhead* Others Direct Costs Profit Total
(IHDC)
1. Project Cood. and Data Coll. Various (see attached) 40.00 $46.67 $1,866.80 $2,825.21 $167.00 $728.46 $5,587.47
2. Field Survey 132.00 $28.62 $3,777.84 $5,717.38 $369.00 $1,489.48 $11,353.70
3. Preparation of Prefinal Plans 348.00 $34.92 $12,152.16 $18,391.07 $149.00 $4,175.57 $34,867.80
4. Preparation of Prefinal Doc. 128.00 $38.78 $4,963.84 $7,512.27 $287.00 $1,928.55 $14,691.66
5. Final Plans and Doc. 110.00 $38.24 $4,206.40 $6,365.96 $1,049.00 $1,750.84 $13,372.20
6. Env and Hyd Analysis 4.00 $44.67 $178.68 $270.41 $4,553.22 _$0.00 $67.90 $5,070.21
Totals 762.00 $27,145.72 $41,082.30 $4,553.22 $2,021.00 $10,140.80 $84,943.04
Page 6 of 7 BLR 05610(Rev.9/06)
Printed on 8/28/2012 1:45:34 PM
• Exhibit B
Illinois Department
of Transportation Engineering Payment Report
Prime Consultant
Name TranSystems
Address Schaumburg, IL
Telephone (847)605-9600
TIN Number 43-0839725
Project Information
Local Agency City of Elgin
Section Number 09-00175-00-BT
Project Number CMM-9003(232)
Job Number D-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
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 8/28/2012 1:45:34 PM
Average Hourly Project Rates
Route Elgin Bikeway
Section Route 1-Northeast Quadrant
County Kane Consultant TranSystems Date 08/28/12
Job No.
PTB/Item Sheet 1 OF 2
1.Project Coord.and Data 3.Preparation of Prefinal 4.Preparation of Pretinal 5.Final Contract Plans and
Payroll Avg Total Project Rates Coll. _ 2.Field Survey Contract Plans Documents Documents
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 $69.29 6 0.79% 0.55 4 10.00% 6.93 2 0.57% 0.40
Project Manager $63.43 32 4.20% 2.66 _ 16 12.50% 7.93 16 14.55% 9.23
Construction Manager $60.00 2 0.26% 0.16 2 5.00% 3.00
Chief Structural Engineer $60.00 o _ _
Architect $60.00 0 _
Senior Project Engineer $60.00 0
Senior Transportation Planner $55.22 0 _
Transportation Planner $32.24 0
Project Engineer $52.17 6 0.79% 0.41 6 15.00% 7.83
Resident Engineer $55.09 0
Noise and Air Quality Specialis $47.02 0 L.
Design Engineer Ill $44.67 128 16.80% 7.50 10 25.00% 11.17 74 21.26% 9.50 20 15.63% 6.98 20 18.18% 8.12
Design Engineer II $37.20 188 24.67% 9.18 4 10.00% 3.72 112 32.18% 11.97 50 39.06% 14.53 22 20.00% 7.44
Design Engineer I $28.67 100 13.12% 3.76 40 11.49% 3.30 38 29.69% 8.51 22 20.00% 5,73
Construction Engineer III $48.50 0
Construction Engineer II $38.66 0
Construction Engineer I $30.58 0 -
. Land Surveyor $35.64 4 0.52% 0.19 4 3.03% 1.08
Survey Crew Chief $32.10 64 8.40% 2.70 64 48.48% 15.56 ,
Instrument Person $32.10 0 -
Rodman $24.70 64 8.40% 2.07 64 48.48%` 11.98
CADD Technician III $30.50 0
CADD Technician II $28.30 150 19.69% 5.57 120 34.48% 9.76 30 27.27% 7,72
CADD Technician I $24.70 0
Senior Administrator $40.07 14 1.84% 0.74 14 35.00% 14.02
Administrative Assistant $26.64 4 0.52% 0.14 4 3.13% 0.83
0
0
0
TOTALS 762 100% $35.63 40 100% $46.67 132 100% $28.62 348 100% $34.92 128 100% $38.78 110 100% $38.24
Average Hourly Project Rates
Route Elgin Bikeway
Section Route 1-Northeast Quadrant
County Kane Consultant TranSystems Date 08/28/12
Job No.
PTB/Item Sheet 2 OF 2
6.Environmental and Hydraulic
Payroll Avg Anal.
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 $69.29
Project Manager $63.43
Construction Manager $60.00
Chief Structural Engineer $60.00
Architect $60.00
Senior Project Engineer $60.00
Senior Transportation Planner $55.22
Transportation Planner $32.24
Project Engineer $52.17
Resident Engineer $55.09
Noise and Air Quality Specialis $47.02
Design Engineer III $44.67 4 100.00% 44.67
Design Engineer II $37.20
Design Engineer I $28.67
Construction Engineer III $48.50
Construction Engineer II $38.66
Construction Engineer I $30.58
Land Surveyor $35.64
Survey Crew Chief $32.10
Instrument Person $32.10
Rodman $24.70
CADD Technician III $30.50
CADD Technician II $28.30
CADD Technician I $24.70
Senior Administrator $40.07
Administrative Assistant $26.64
TOTALS 4 100% $44.67 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00
Payroll Escalation Table
Fixed Raises
New Formula
FIRM NAME TranSystems DATE 08/28/12
PRIME/SUPPLEMENT Prime PTB NO.
CONTRACT TERM 6 MONTHS OVERHEAD RATE 151.34%
START DATE 9/1/2012 COMPLEXITY FACTOR 0
RAISE DATE 4/1/2013 %OF RAISE 5.00%
ESCALATION PER YEAR
9/1/2012 - 3/1/2013
6
6
100.00%
1.0000
The total escalation for this project would be: o.00°%
Payroll Rates
FIRM NAME TranSystems DATE 08/28/12
PRIME/SUPPLEMENT Prime
PTB NO.
ESCALATION FACTOR 0.00%
CLASSIFICATION CURRENT RATE ESCALATED RATE
Principal in Charge $70.00 $70.00
Senior Project Manager $69.29 $69.29
Project Manager $63.43 $63.43
Construction Manager $60.00 $60.00
Chief Structural Engineer $60.00 $60.00
Architect $60.00 $60.00
Senior Project Engineer $60.00 $60.00
Senior Transportation Planner $55.22 $55.22
Transportation Planner $32.24 $32.24
Project Engineer $52.17 $52.17
Resident Engineer $55.09 $55.09
Noise and Air Quality Specialist $60.00 $47.02
Design Engineer III $44.67 $44.67
Design Engineer II $37.20 $37.20
Design Engineer I $28.67 $28.67
Construction Engineer III $48.50 $48.50
Construction Engineer II $38.66 $38.66
Construction Engineer I $30.58 $30.58
Land Surveyor $35.64 $35.64
Survey Crew Chief $32.10 $32.10
Instrument Person $32.10 $32.10
Rodman $24.70 $24.70
CADD Technician III $30.50 $30.50
CADD Technician II $28.30 $28.30
CADD Technician I $24.70 $24.70
Senior Administrator $40.07 $40.07
Administrative Assistant $26.64 $26.64
Scope of Services
Elgin Bikeway Route 1—Phase 2 Engineering
SCOPE OF ENGINEERING SERVICES
Project Description
Design engineering services for Route 1-Northeast Quadrant of the Elgin Bikeway which is comprised of:
Description Limits Length(estimated)
Douglas Avenue Kimball Street to Slade Avenue 0.80 miles
Slade Avenue Douglas Avenue to Prospect Avenue 0.23 miles
Prospect Avenue Slade Avenue to Congdon Avenue 0.26 miles
Congdon Avenue Prospect Avenue to Indian Drive 1.11 miles
2.40 miles
This bikeway route will be primarily on-street with a segment along Congdon Avenue from Preston Avenue to Indian Drive
as an off-street path.
Phase II Engineering
Phase II engineering services for Route 1-Northeast Quadrant of the Elgin Bikeway.
1. Project Coordination and Data Collection
a. Preliminary conference with the City staff to confirm(estimated as 1 meeting):
1. Goals and objectives
2. Schedule
3. Budget
4. Participants
5. Communications
6. Other administrative considerations
b. Meet with IDOT to review project, discuss Phase II requirements, and determine lighting submittal
requirements.(estimated as 2 meetings)
c. It is anticipated that City staff will keep the City Council informed of the plans and project progress.
d. Provide project administration, prepare monthly invoicing, and project status reports. (7 months)
e. All meeting minutes will be distributed via email. No hardcopies will be produced.
2. Field Survey
a. Perform topographic survey for the intersections of Douglas Avenue and Summit Street, Douglas
Avenue and Lovell Street, and Douglas Avenue and Slade Avenue including establishment of tie points;
topography; survey for 100ft on all legs of the intersection; utilities; drainage; and right-of-way
verification. Total survey length for these intersections is 1,200ft.
b. Perform topographic survey for off-street path along the south side of Congdon Avenue from Preston
Avenue to Indian Drive including establishment of tie points;topography; utilities;drainage; lighting;and
right-of-way verification. Total survey length for this segment is approximately 2,050ft.
c. Download topographic survey and cross sections into MicroStation V8 and Geopak for use in design.
Plot survey at 1"to 50'scale.
d. Survey all signage along proposed route.
e. Limited drainage survey to obtain condition, material, pipes, and number of adjustment rings for
structures that will be affected by the improvements.
1 o
Attachment "A" , Tran Systems
Scope of Services
Elgin Bikeway Route 1—Phase 2 Engineering
3. Preparation of Prefinal Contract Plans
a. It is anticipated that the following sheets will be included in the contract plans:
Description Sheets
1. Title Sheet 1
2. Index of Sheets and General Notes 1
3. Summary of Quantities 1
4. Existing&Proposed Typical Sections 2
5. Bikeway Plan(Includes Signing and Striping) 5
6. Bikeway Path Details 3
7. Intersection Details(3 Intersections) 2
8. Lighting Sheets(1"=20') 3
9. Lighting Detail Sheets 5
10. Construction Details 4
11. Cross Sections 6
Total Sheets 33
4. Preparation of Prefinal Documents
a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices.
b. Prepare specifications and checklist of recurring specifications.
c. Prepare estimate of time required.
d. Prepare and submit lighting calculations to IDOT.
e. Submit prefinal plans,special provisions,cost estimate and estimate of time to City and IDOT.
f. Perform a QA/QC of the plans and specifications.
g. Traffic signal modifications are not included and will be a Supplemental Service,if required.
5. Final Contract Plans and Documents
a. Based on comments received from the aforementioned agencies, final contract plans, specifications and
documents will be prepared.
b. Meet with IDOT to discuss prefinal lighting review comments.
c. Process through City the final contract plans and documents for a project letting.
d. Perform a QA/QC of the plans and specifications.
6. Environmental and Hydraulic Analysis
a. Previous soil disposal requirements did not require any environmental,cultural,or hydraulic analysis during
the design phase of the project and thus no testing for these items was included in the Phase I. However,
recent changes in the requirements for soil analysis and disposal necessitate testing for contaminants for
Clean Construction or Demolition Debris (CCDD). Therefore, environmental testing will be performed for
CCDD during this phase for the off-street path (south side of Congdon Avenue from Preston Avenue to
Indian Drive)by our subconsultant,Huff&Huff, Inc.
b. Since no waterways are being impacted by this bikeway route,a hydraulic analysis is not necessary.
c. A Preliminary Site Investigation (PSI) or Preliminary Environmental Site Assessment (PESA) are not
included in the scope since all excavation will occur in local agency right-of-way and it is unlikely that
contaminated soils will be encountered.
2
Attachment "A" Tran Systems
1 1 t 1 �� 11 f�. 915 Hargcr Road,Suite 330
" ` " ' i' ' ' '' ` '' Oak Brook,IL 60523
Phone(630)684-9100
environmental engineers Fax(630)684-9120
and consultants Website:http://huffnhuffcom
Via email: ESNeubauer@transystems.com
September 20,2011
Mr. Eric S. Neubauer, P.E.
TranSystems Corporation
222 South Riverside Plaza, Suite 2320
Chicago, Illinois 60606
Re: Soil Management Assistance for Elgin Bikeway Route 1
Proposal No. T11-120
Dear Mr. Neubauer:
Huff & Huff, Inc. (Consultant) is prepared to offer professional engineering services to
TranSystems (Client) regarding assistance with soil management and PE Certification for clean
construction demolition debris (CCDD) facilities for the Elgin Bikeway Route 1, which extends
along Congdon Avenue from approximately N. Preston Avenue to Indian Avenue in Elgin,
Illinois.
1. PROJECT SCOPE
Task 1 —Records Search
The public databases will be searched for recognized environmental conditions (RECs) that
would indicate a potential for contaminated soil along the project route. RECs typically include
things such as leaking underground storage tanks, spills, dry cleaners, or gas stations.
Task 2—Site Reconnaissance
Consultant will walk the site, looking for indications of areas of potential environmental concern,
such as stained soils or dead vegetation. The locations of any RECs identified in the records
search in close proximity to the project area will be confirmed during site reconnaissance.
Task 3—Soil Sampling
Consultant will mobilize to the site and conduct approximately 5 soil borings using a hand auger.
It is understood that the anticipated depth of excavation for the bike path will be 10 inches.
There will also be conduit runs/trenches which will be 30 inches deep. Approximately two of
the soil borings will conducted in areas of proposed conduit runs/trenches to a depth of 30
inches. Approximately 3 soil borings will be advanced to a depth of 10 inches. Soil samples
U:\Proposal 11\Transportation\TranSystems\Elgin Bikeway Route 1\Tl 1-I20_TranSystems_Elgin Bikeway Route 1 CCDD Proposal.doc
will be taken at 0-10 inch and 10-30 inch depth intervals as appropriate. Each individual sample
will be screened with a photoionization detector (PID). Soil samples will be conducted within
the right-of-way in areas of the proposed bike path. If no RECs are identified near the project
corridor, soil borings will be evenly spaced throughout the project corridor. If RECs are
identified along the project corridor, soil borings will be conducted in areas adjacent to the REC.
These samples will be analyzed separately and not included in the composite samples.
Task 4—Analytical
Two composite samples (one from the 0-10 inch depth interval and one from the 10-30 inch
depth interval) will be prepared and analyzed at an accredited laboratory for semi-volatile
organic compounds (SVOCs) and the 8 Resource Conservation and Recovery Act (RCRA)
metals using the synthetic precipitation leaching procedure (SPLP). If the PID meter indicates
that an individual sample contains (VOCs) in concentrations which are significantly higher than
background levels, the individual sample will be submitted for VOC analyses. If an individual
sample displays any visual indications of contamination (odors or staining), the individual
sample(s) will be analyzed for the appropriate parameters. If RECs are identified along the
project route, samples from REC areas will be analyzed for the appropriate parameters based on
the nature of the REC. Individual samples will be held in case further analysis is required.
Consultant will contact a CCDD facility in the vicinity of the project area to determine if the
facility would require any analytical analyses in addition to those mentioned above. If this is the
case, a supplement to this proposal will be prepared, according to the additional testing required.
Task 5—CCDD Permitting
Analytical results will be compared to remedial objectives found in Illinois Administrative Code,
Title 35, Part 742: Tiered Approach to Corrective Action Objectives (TACO). If the results meet
the TACO objectives, then Consultant will complete and stamp Form 663 that the subject
material is clean material, noting any exceptions, with the understanding that the Client will
contact Consultant if any odors, colors, etc. are noted during excavations or if a load is rejected
from the areas certified clean. If soil in a particular area is not suitable for a CCDD facility,
Consultant will provide a Form 663 Certification for the remainder of the project area which
would be suitable for disposal at a CCDD facility.
If the analytical results do not meet the TACO objectives, a supplemental proposal will be
prepared to cover additional analytical testing and landfill permitting as appropriate.
2. PROJECT COST
The estimated costs are summarized in the attached CECS forms.
3. CONTRACT CONDITIONS
1. CONSULTANT'S SERVICES: The Consultant's (Huff& Huff, Inc.) services shall consist
of those tasks described in Section 1.
U:\Proposal 11\Transportation\TranSystems\Elgin Bikeway Route 1\T11-120_TranSystems_Elgin Bikeway Route 1 CCDD Proposal.doc
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 2, 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.
a. Worker's Compensation and Employer's Liability Insurance: Worker's Compensation in
compliance with applicable State and Federal laws.
U:\Proposal 1 t\Transportation\TranSystems\Elgin Bikeway Route 1\Tl 1-120_TranSystems_Elgin Bikeway Route 1 CCDD Proposal.doc
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. RR Protection Liability Insurance for Asbestos Sub is required.
e. 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
r.44.04 xxitii
Signature Signature
By: Linda L. Huff,P.E.
Typed Name Typed Name
President
Officer's Title Officer's Title
7/4 7//
Date Date
U:\Proposal 11\Transportation\TranSystems\Elgin Bikeway Route 1\T11-120_TranSystcros_Elgin Bikeway Route 1 CCDD Proposal.doc
6 Illinois Department Cost Estimate of
Of Transportation Consultant Services
(CPFF)
Firm Huff& Huff, Inc. Date 09/21/11
Route Elgin Bikeway Route 1
Section Overhead Rate 155.87%
County Kane
Job No. Complexity Factor 0
PTB & Item
Overhead In-House Outside Services % of
Item Manhours Payroll & Direct Fixed Direct By Total Grand
Fringe Benefits Costs Fee Costs Others Total
Records Search 3 78.59 122.50 0.00 29.16 150.00 0.00 380.24 8.35%
Site Reconnaissance 4 104.79 163.33 36.20 44.13 0.00 0.00 348.44 7.65%
Soil Sampling 8 209.57 326.66 141.20 98.23 0.00 0.00 775.66 17.04%
Analytical 1 26.20 40.83 0.00 9.72 2,348.40 0.00 2,425.15 53.26%
CCDD Permitting 6 188.76 294.23 7.60 71.14 62.00 0.00 623.73 13.70%
TOTALS 22 607.91 947.54 185.00 252.37 2,560.40 0.00 4,553.22 100.00%
Method of Compensation:
Cost Plus Fixed Fee 1 X 14.5%[DL + R(DL) + OH(DL) + IHDC]
Cost Plus Fixed Fee 2 n 14.5%[DL+ R(DL) + 1.4(DL) + IHDC]
Cost Plus Fixed Fee 3 14.5%[(2.3 + R)DL+ IHDC]
Specific Rate I
Lump Sum
PRINTED 09/21/11, 11:59 AM
Page 3 BDE 025 (Rev. 2/06)
Illinois Department
of Transportation
Average Hourly Project Rates
Route Elgin Bikeway Route 1
Section
County Kane Consultant Huff&Huff,Inc. Date 09/21/11
Job No.
PTB/Item Sheet 1 OF 1
Payroll Total Project Rates Records Search Site Reconnaissance Soil Sampling Analytical CCDD Permitting
Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
Classification Part. Avg Part. Avg Part Avg Part. Avg Part. Avg Part Avg
Principal 1 4.55% 2.90 1 16.67% 10.63
Project Engineer I 20 90.91% 23.81 3 100.00% 26.20 4 100.00% 26.20 8 100.00% 26.20 1 100.00% 2620 4 66.67% 17.46
Administrative IV 1 4.55% 0.92 1 16.67% 3.37
0
0
TOTALS 22 100% $27.63 3 100% $26.20 _ 4 100% $26.20 8 100% $26.20 1 100% $26.20 6 100% $31.46
BDE 025(Rev.2/06)
PRINTED 09/21/11, 11:59 AM
PAGE 4
rIuii .System \ PROJECT SCHEDULE
Elgin Bikeway Route 1
Section: 00-00175.00-BT
City of Elgin
2012 2013
No. WORK ITEM S O . N D . J F M A M J J A S 0 N
PHASE 2 ENGINEERING
ENGINEERING AGREEMENT APPROVAL
(Notice to Proceed February 2013)
PROJECT COORDINATION AND DATA COLLECTION - • I I I
FIELD SURVEY •
PREPARATION OF PREFINAL CONTRACT PLANS AND DOCUMENTS
FINAL CONTRACT PLANS AND DOCUMENTS
ENVIRONMENTAL AND HYDRAULIC ANALYSIS
Anticipate that project will take 2 construction seasons to complete.
CONSTRUCTION LETTING&ENGINEERING I I (Target August Calendar Year letting)
(Target October Calendar Year Construction Start)
TranSystems,Huff&Huff
Date: August 2012
City/IDOT Review or Processing
TranSystems
C:\Users\esneubauer\Desktop\[Elgin Bikeway Route 1 Phase 2 Schedule 2012-08-28.xls]schedule
SUMMARY OF INHOUSE DIRECT COSTS
Project: TranSystems - Elgin Bikeway Route 1
DIRECT
Task 01 - Records Search
Task Total $ -
Task 02- Site Reconnaissance
Trips - Company 70 miles x 1 x $ 0.51 = $ 35.70
Tolls 2 x $ 0.25 = $ 0.50
Task Total $ 36.20
Task 03- Soil Sampling
Trips - Company 70 miles x 1 x $ 0.51 = $ 35.70
Tolls 2 x $ 0.25 = $ 0.50
PID Meter 1 x $ 75.00 = $ 75.00
Field Kit 1 x $ 30.00 = $ 30.00
Task Total $ 141.20
Task 04 -Analytical
Task Total $ -
Task 05- CCDD Permitting
Reproduction 4 sets x 30 x $ 0.03 = $ 3.60
Color copies 4 sets x 10 x $ 0.10 = $ 4.00
Task Total $ 7.60
GRAND TOTAL $ 185.00
P:\Proposal-2011\TranSystems\[TS Elgin Bikeway Route 1 DC.xls]Inhouse Direct Costs
SUMMARY OF OUTSIDE DIRECT COSTS
Project: TranSystems - Elgin Bikeway Route 1
OUTSIDE
Task 01 - Records Search
Records Search 1 x $ 150.00 = $ 150.00
Task Total $ 150.00
Task 02 - Site Reconnaissance
Task Total $ -
Task 03 - Soil Sampling
Task Total $ -
Task 04 -Analytical
Analytical
SVOCs 2 x $ 210.00 = $ 420.00
SPLP Metals 2 x $ 88.20 = $ 176.40
VOCs 2 x $ 126.00 = $ 252.00
REC Samples 3 x $ 500.00 = $ 1,500.00
Task Total $ 2,348.40
Task 05 - CCDD Permitting
Federal Express 4 x $ 15.50 = $ 62.00
Task Total $ 62.00
GRAND TOTAL $ 2,560.40
P:\Proposal-2011\TranSystems\[TS Elgin Bikeway Route 1 DC.xls]Inhouse Direct Costs