Loading...
95-36 Resolution No. 95-36 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH RUST ENVIRONMENT & INFRASTRUCTURE, INC. FOR THE KIMBALL STREET AND ROUTE 31 IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Rust Environment & Infrastructure, Inc. for the preparation of plans, specifications and cost estimates for the Kimball Street and Route 31 improvement project, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: February 22, 1995 Adopted: February 22, 1995 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT, is made and entered into this d3,4Yday of February, 1995, by and between the CITY OF ELGI , an Illinois municipal corporation (hereinafter referred to as "CITY" ) and Rust Environment & Infrastructure, Inc. (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with improvements to the intersection of Kimball Street and Route 31 (State Street) - ST14 (hereinafter referred to as the "PROJECT" ) . AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged it is hereby agreed by and between, the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR" . B. In general the ENGINEER' S work shall include but may not be limited to the following major categories of engineering activities : Phase I-Planning/Preliminary Engineering . Update traffic counts . Update 20 year traffic projections . Prepare revised Intersection Design Study . Supplemental topographic surveys . Preparation of Structural Inventory Appraisal (SIA) report of Kimball Street Bridge and a bridge condition report . Geotechnical investigations . METRA coordination for railroad crossing design . Pavement design -2- . Storm drainage design . Bridge widening design . Preparation Right-of-Way . Preliminary estimate of cost . Preparation of preliminary plans Phase II - Final Engineering . Preparation of final plans and specifications for bidding . Preparation of final pre-bid cost estimates . Obtain IDOT, Corps of Engineers, Division of Water Resources, and IEPA permits . Prepare easement-right-of-way acquisition plats and discriptions Phase III - Bidding . Provide 25 sets of plans and specifications . Clarify bid documents to bidders . Bid evaluations . Recommendation for award C. A detailed Scope of Services is attached hereto as Attachment A. II . PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: . Notice to Proceed 3/01/95 . Complete Phase I - Planning 5/01/95 . Complete Phase I - Preliminary Eng. 8/01/95 . Complete Phase II - Final Engineering : 11/01/95 . Advertise for Bid : 11/13/95 . Open Bids : 12/06/95 . Recommendation for Award : 12/18/95 B. The Engineer will submit to the Director monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues . III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including, but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the ENGINEER may retain copies of such work products for its records . -3- Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. For services provided the ENGINEER shall be reimbursed at the rate of 2 .5294 times the direct hourly rate of personnel employed on this PROJECT, with the total fee, inclusive of in-house direct costs and profit not to exceed One hundred seventy one thousand four hundred ($171,400 . 00) dollars regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized by CITY through a change order or amendment. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER an amount not to exceed twenty one thousand six hundred ($21,600 . 00) dollars . Services to be provided by other firms will consist of: . Infrared thermographic bridge deck inspection . Topographic surveys . Soils investigations . Easement - ROW plat preparations C. Inclusive of paragraphs IV-A and IV-B above, this agreement shall be in the total amount not to exceed one Hundred Ninety-three Thousand ($193,000 . 00) dollars . D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. E. A detailed hourly analysis and fee breakdown is attached hereto as Attachment B. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports ( IIB above) will be included with all payment requests . B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to -4- inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen ( 15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed following approval of CITY' S corporate authorities and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach hereof by the ENGINEER. VIII. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen ( 15) days after notice -5- thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. X. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including but not limited to Workmen's Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including but not limited to negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services . XI. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the City shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of Comprehensive General Liability Insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty ( 30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article X entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500, 000 per occurrence for damage to property. -6- C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a $1,000, 000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer' s Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $ 1,000,000 . 00 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty ( 30) days prior written notice to the DIRECTOR. XIII. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services . XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. -7- XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XVI. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. XVII. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment relationship between the parties hereto. . XVIII . SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof . XX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the -8- entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties . Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois . XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY' s employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXV. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor' s internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department -9- of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act (copy attached) . A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257 . XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows : A. As to CITY: JAMES L. KRISTIANSEN Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: DAVID HESLINGA, P.E. Project Manager Rust Environmental & Infrastructures, Inc. 111 North Canal Street, Suite 305 Chicago, IL 60506 -10- IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By CA.[,,,.-. By ,� _ _ 1�. L. . Dolonna Mecum Richard B. Helwig City Clerk City Manager (SEAL) For the ENGINEER: Dated this_th_day of Ff3RSJ 4I2 , A.D. , 1995 . ATTEST: RUST ENviRon/MG(IT cn 2EEOJG. //j A ' By �_ - /14 4 , By ' I'`tt . Secretary Vice- 'r-sident (SEAL) " OFFICIAL SEAL " JO-ANN M. GENTILE NOTARY PU3LIC, STATE OF ILLINOIS MY OCMMISS:ON EXPIRES 8/13/95 • ATTACHMENT A I. PROJECT DESCRIPTION The project consists of the preparation of plans and specifications for widening the intersection of State Street (Illinois Route 31) with Kimball Street/Lawrence Avenue. Improvements will be done on approximately 2200 lineal feet of State Street from Ball Street to Wing Street and on approximately 900 lineal feet of Kimball Street/Lawrence Avenue from the Chicago & North Western railroad track to the east end of the Kimball Street bridge over the Fox River. Improvements will include pavement widening on State Street, pavement widening and reconstruction on Kimball Street/Lawrence Avenue, curb and gutter, storm sewers, traffic signal modernization, street lighting on Kimball Street east of State Street, bridge widening and rehabilitation, driveway approaches, sidewalks, landscape restoration, signing and pavement striping. Improvements to the Kimball Street grade crossing surface and warning devices for the Metra railroad tracks will also be required as part of this project. Design services will be done under a separate agreement between the City and Metra by railroad forces. II. SCOPE OF SERVICES A. Planning Phase 1. Perform three-hour morning and evening peak hour traffic counts at the State Street intersection with Kimball Street/Lawrence Avenue. Tabulate collected count data and determine the peak morning and evening hours for analysis. 2. Review prior traffic studies prepared for the "Center City" area as furnished by the City and develop twenty-year projections of future traffic volumes at the intersection. Perform a capacity analysis for the intersection to determine widening improvements required. 3. Prepare a revised Intersection Design Study (IDS) for the intersection and submit five copies to the City for review. The IDS will revised in accordance with the City's review comments and then submitted to the Illinois Department of Transportation (IDOT) for their review and approval. 4. Perform additional topographic surveys within the project limits to supplement prior surveys in the vicinity of the intersection. Surveys will include collecting measurements on the location and offset of topographic features within the extended project limits and in right of way areas to be acquired for pavement widening, obtaining cross section elevations at 100-foot intervals and at driveway and cross street approaches, obtaining profiles of the Metra railroad tracks for 300 feet either side of Kimball Street, establishing the alignment of both streets in relationship to right of way monumentation and obtaining 1 measurements on the location and depth of underground utilities at access structures. 5. Perform a field inspection of the Kimball Street bridge to determine existing conditions and deficiencies. Work will include a review of inspection reports from prior years and an infrared thermographic inspection of the bridge deck to identify the extent of deck patching required. 6. Prepare a bridge condition report for review by the City. The report will summarize the findings of the field inspection, identify repair work required, present available rehabilitation options and recommendations and provide a preliminary estimate of the construction cost for improvements. A meeting will be held with the City to review the report and determine the preferred alternative for rehabilitation. B. Preliminary Engineering Phase 1. Gather available data needed for design purposes such as aerial photography, contour mapping, City utility mapping, accident data, prior improvement plans and other pertinent information. 2. Contact utility companies to obtain information on existing facilities within the street right of way. 3. Provide for a soils investigation through a geotechnical subconsultant to determine recommendations for subgrade preparation, pavement structure, subbase drainage and bridge foundation design. 4. Assist the City in coordination with Metra for the design of Kimball Street grade crossing improvements by providing exhibits, survey data, vehicular traffic counts and other field data to describe existing and proposed conditions. The design of the grade crossing surface and warning devices will be performed by Metra railroad forces. 5. Prepare pavement designs and existing and proposed typical roadway sections for State Street and Kimball Street/Lawrence Avenue. 6. Prepare the proposed plan and profile of roadway improvements and determine the extent of right of way and easements needed for construction. 7. Determine existing watersheds and drainage patterns and calculate stormwater runoff rates. Identify existing storm sewers and outfall locations and determine their adequacy for proposed runoff volumes. Develop a preliminary layout of drainage improvements and pipe diameters of storm sewer mains. 8. Prepare type, size and location (TS&L) drawings for the bridge widening and rehabilitation. TS&L drawings will include the proposed bridge plan, elevation and cross section and details for widening the bridge superstructure and substructure elements and for cofferdams in the river. 9. Perform computer analyses to determine the proposed street lighting layout that will meet the project's design criteria for level of illumination, uniformity ratios and pavement and veiling luminance. 10. Prepare an estimate of quantities and probable construction cost for roadway and bridge improvements. 11. Submit five copies of preliminary plans and estimates to the City for their review. If appropriate, the TS&L drawings will also be submitted to IDOT for their review. One meeting will be held with both agencies to discuss review comments on the preliminary plans. C. Final Engineering Phase 1. Prepare final plans for improvements consisting of the following plans and details: a. Title sheet b. Index of sheets, state standards and general notes c. Typical existing and proposed roadway sections d. Summary and schedule of quantities e. Alignment ties and benchmarks f. Plan and profile of roadway and drainage improvements g. Construction staging and maintenance of traffic h. Temporary traffic signal i. Proposed traffic signal plans and details j. Pavement marking, signing and landscaping k. Street lighting plans and details 1. Construction details m. Bridge structure plans and details n. Cross sections o. IDOT standards It is estimated there will be 50 sheets needed to show the required improvements excluding the IDOT standards. 2. Prepare technical specifications and bid documents and calculate quantities for pay items. Prepare a final estimate of probable construction cost. 3. Submit final plans, specifications and cost estimates to the City for review. Final plans for State Street improvements will be submitted concurrently to IDOT for their review. One meeting will be held with each agency to discuss review comments and resolve any remaining design issues. 4. Submit permit request applications to the U.S. Army Corps of Engineers, IDOT- Division of Water Resources and Illinois Environmental Protection Agency for bridge widening improvements. A meeting will be held with the Corps prior to submitting the permit request to review the proposed project and determine their concerns that need to be addressed in the permit request. 5. Prepare right of way and easement plats and legal descriptions for temporary easements and property acquisition needed for construction of improvements. This information will be furnished to the City for their use in negotiating and acquiring the easements and property. D. Bidding Phase 1. Provide 25 copies of final plans and project manuals to the City for bidding purposes. Assist the City as needed in conducting a pre-bid meeting with prospective bidders and at the bid opening. 2. Prepare a bid tabulation and written recommendation for award based on a review of bids received and background checks of the low bidder's qualifications,previous performance,equipment available,ongoing workload and references. III. ASSUMPTIONS/CONDITIONS This Agreement is subject to the following assumptions and conditions: A. Design services will begin in February, 1995 and be completed for bidding purposes by November, 1995. B. The City will be responsible for negotiating and acquiring right of way or easements needed for construction of improvements. Costs for preparing right of way and easement documents have been based on the need to acquire two right of way parcels and five easements. C. Grade crossing improvements will be designed and cost estimates prepared by railroad forces. D. Payment of any permit, review or agreement fees will be the responsibility of the City. MWGELGIN-2.DPH\9003 8 ATTACHMENT B COST ESTIMATE OF CONSULTANT SERVICES ROUTE: State Route 31 DATE: 1/13/95 PROJECT: State & Kimball/Lawrence Intersection SECTION: COUNTY: Kane JOB NO.: RUST ENVIRONMENT & INFRASTRUCTURE INC. Estimated Cost in Dollars NUMBER OVERHEAD ITEM OF & IN-HOUSE SERVICE % OF MAN PAYROLL FRINGE DIRECT SUBTOTAL PROFIT BY TOTAL GRAND HOURS BENEFITS COSTS OTHERS TOTAL (A) (B) (C) (D) (E) (F) (G) (H) (I) Bridge Condition Report 88 2,081.08 3,182.80 400.00 5,663.88 762.60 5,000.001 11,426.48 5.9 Intersection Design Study 112 2,885.28 4,412.75 _ 344.00 7,642.03 1,026.76 10,000.002 18,668.79 9.7 Preliminary Roadway Plans 734 16,101.48 24,625.60 4,324.00 45,051.08 6,078.54 5,000.00' 56,129.62 29.1 T.S. & L Drawings 80 F 1,913.72 2,926.84 424.00 5,264.56 709.42 5,973.98 3.1 Final Roadway Plans 857 18,208.06 27,847.41 6,000.00 52,055.47 7,034.79 1,600.004 60,690.26 31.5 Final Bridge Plans 476 10,894.70 16,662.35 3,440.00 30,997.05 4,187.47 35,184.52 18.2 Bidding Phase 36 994.88 1,521.57 1,800.00 4,316.45 597.84 4,914.29 2.5 2,383 53,079.20 81,179.32 16,732.00 150,990.52 20,397.42 21,600.00 192,987.94 100.0 (C) Overhead & Fringe = 152.94% (G) 1. Infrared thermographic deck inspection - RUST E&I (1994 IDOT provisional rate) (G) 2. Topographic Survey - Survey Systems of America (D) CADD, Printing & Reproduction Expenses (G) 3. Soils Investigation - Professional Service Industries (G) 4. R.O.W./Easements - Survey Systems of America R\ELGIN\STATE.R31 n Agenda Item No. L January 27, 1995 TO: Mayor and Members of the City Council FROM: Richard B. Heiwig, City Manager SUBJECT: Engineering Agreement for Route 31 at Kimball Street Improvements (ST14) PURPOSE This memorandum will provide the Mayor and members of the City Council with information to consider entering into and Agreement with Rust Environmental & Infrastructures, Inc. , for the preparation of plans, specifications, estimates, permits and easement rights-of-way plats for the improvements to the intersection of Route 31 at Kimball Street. BACKGROUND The Kimball Street corridor has been identified as one of two east-west transportation corridors that will require substantial improvements due to the elimination of the proposed North End Bridge corridor. Improvement to Kimball Street between Dundee Ave. and the east abutment of the Kimball Street bridge are anticipated to begin in 1997 . This project widens and improves the vehicular capacity of the intersection of Kimball Street at Route 31 . In general, the work anticipated will consist of the following major components . . Adding an additional right turn lane from westbound Kimball Street onto northbound Route 31. This will require the widening of the Kimball Street Bridge on the north side for a distance of about 400 feet. . Adding an additional left turn bay from southbound Route 31 onto eastbound Kimball Street. This will provide a dual left turn configuration. . — Adding a new right turn bay from northbound Route 31 onto eastbound Kimball Street. . Adding a new left turn bay from northbound Route 31 onto westbound Lawrence Ave. Mayor and Members of the City Council January 27 , 1995 Page 2 In addition to the added turn bays, new traffic signals, street lighting, street markings, widening of the METRA railroad at-grade crossing, bridge repairs as needed, will be included in the project. Rust Environmental & Infrastructures, Inc. , are the engineers who prepared the initial Intersection Design Study ( IDS) for the City as a component of the Kimball Street project. Rust is currently under contract for the preparation of the Kimball Street civil engineering work as a subconsultant to Johnson, Johnson & Roy, Inc . The initial IDS has been submitted to IDOT who have accepted the plan with modifications . A revised IDS will be prepared and resubmitted under this Agreement. As Rust is the engineer of record for the Route 31 at Kimball Street intersection, they were asked to submit a proposal for the preparation of final plans and specifications for issuance to bid. The proposed Agreement for engineering services with Rust is in the not-to-exceed amount of $193,000. 00. The budget estimate for engineering was $185,000. The City' s budget estimate did not include the Kimball Street bridge inspection and infrared thermographic deck inspection or the work necessary to revised the IDS submission. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The Agreement proposed is in the amount not-to-exceed $193,000 . An amount of $285,000 has been included in the 1995 budget for this project. Additional expenditures anticipated under this 1995 funding are reimbursements to METRA for their engineering of the new at-grade railroad crossing at an estimated $25,000 and easement costs at the corners of Route 31 at Lawrence Ave. estimated at $10, 000. Project construction has been included for 1996 in the 1995-1999 Five Year Financial Plan in the amount of $1,610,000 . LEGAL IMPACT r None. • Mayor and Members of the City Council January 27, 1995 Page 3 RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an Agreement with Rust Environmental and Infrastructures, Inc. , 111 North Canal Street, Chicago, Illinois, in the not-to-exceed amount of $193, 000, for the preparation of plans, specifications, cost estimates, and other activities necessary to bid and recommend for award the construction for the improvements to the intersection of Route 31 at Kimball Street. ' Respectfully s bm4ted, i • adge J i/J /! James L. Kristiansen ' / Public Works Director Richard B. Helwig City Manager JLK/do r