Loading...
03-251 Resolution No. 03-251 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH ROBERT H. ANDERSON & ASSOCIATES, INC. FOR THE ILLINOIS ROUTE 31 AND WING STREET IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that David M. Dorgan, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute a Preliminary Engineering Services Agreement on behalf of the City of Elgin with Robert H. Anderson & Associates, Inc . for the Illinois Route 31 and Wing Street Improvement Project, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: September 24, 2003 Adopted: September 24, 2003 Omnibus Vote : Yeas : 6 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk Local Agency Consultant City of Elgin Illinois Department Robert H.Anderson &Associates, Inc. p of Transportation � County C o Address Kane A N 220 West River Drive Section L S City 96-00159-00-CH St. Charles Project No. A Preliminary Engineering State M-7003(960) Services Agreement IL Job No. C' For T Zip Code D-91-031-O0 E Federal Participation A 60174 Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Joseph Evers C T Doug Breunlin (847)931-5955 y (630)584-3530 eversj @cityofelgin.org Type of Funding: STU dbreunlin @rhaengr.com THIS AGREEMENT is made and entered into this .7 y day of u, , 2003 between the above Local Agency(LA)and Consultant(ENGINEER)and covers certain profession I 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 Illinois Route 31 (State St.)at Wing Street Route IL 31/FAU 3887 Length 0.39 mi Structure No. n/a Termini 1021 feet south of Wing Street to 485 feet north of Wing street, and 540 feet west of Illinois Route 31. Description Widening and resurfacing of the pavement to add a center turning lane on the northbound approach, and to widen the eastbound approach to provide right and left turn lanes. Replacement of traffic signal,and modifications to storm sewers to accommodate widening. 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 365 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. 8. That the ENGINEER will comply with applicable federal statutes,state of Illinois statutes, and local laws or ordinances of the LA. BLR 4351(Rev.4/02) Page 1 of 11 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. 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 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. BLR 4351 (Rev.4/02) Page 2 of 11 II. THE LOCAL AGENCY 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 ® cost plus fixed fee or ❑ specific rate. The total compensation for this shall not exceed$ 170.695. 3. To pay the ENGINEER in the following manner: 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. 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. 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 therefrom. These indemnities shall not be limited by the listing of any insurance policy. BLR 4351 (Rev.4/02) Page 3 of 11 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. 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. BLR 4351 (Rev.4/02) Page 4 of 11 Executed by the LA: City of Elgin (Municipality/Township/County) ATTEST: ,a1--- -tA By: S By:AmA(2__ ______ Clerk Title: (SEAL) Executed by the ENGINEER: ATTEST: Robert H.Anderson&Associates, Inc. By: 1Q e By: Title: Vice P,a.e,S Title: _�S BLR 4351 (Rev.4/02) Page 5 of 11 Exhibit A Preliminary Engineering Route: IL31 Local Agency: City of Elgin *Firm's approved rates on file with (DOT'S (Municipality/Township/County) Bureau of Accounting and Auditing: Section: 96-000159-00-CH Project: M-7003(960) Overhead Rate 140.45% Job No.: D-91-031-00 Complexity Factor ® 0 ❑ 0.035 ❑ 0.07 Funding: STU Calendar Days 365 Structure No. n/a Cost Estimate of Consultant's Services in Dollars Element of Work Employee Man-Hours Avg. Payroll Overhead* Services by In-House Classification Payroll Costs Others Direct Costs Profit Total Rate QC/QA Various 22 $35.18 $774 $1,087 $0 $0 $258 $1,895 Phase III Consultation Various 20 $30.86 $617 $867 $0 $0 $206 $1,512 Data Review Various 12 $33.71 $405 $568 $0 $75 $146 $1,077 Title Sheet Various 10 $29.76 $298 $418 $0 $36 $104 $771 Typical Sections Various 21 $26.03 $547 $768 $0 $36 $187 $1,380 Alignment and Ties Various 24 $27.67 $664 $933 $0 $36 $227 $1,667 Notes/ Index/Standards Various 20 $26.36 $527 $740 $0 $34 $181 $1,330 Summary of Quantities Various 36 $24.15 $870 $1,221 $0 $34 $295 $2,168 Schedule of Quantities Various 72 $24.01 $1,729 $2,428 $0 $68 $586 $4,312 Maintenance of Traffic Various 84 $24.60 $2,067 $2,903 $0 $102 $704 $5,179 Plan and Profile Various 119 $24.25 $2,885 $4,053 $0 $92 $976 $7,172 Drainage and Utilities Various 80 $25.62 $2,050 $2,879 $0 $92 $697 $5,125 Railroad and Utility Various 17 $33.20 $564 $793 $0 $0 $188 $1,382 Coordination Special Provisions Various 51 $26.42 $1,347 $1,893 $0 $21 $452 $3,324 Estimate of Cost&Time Various 18 $22.66 $408 $573 $0 $0 $136 $999 Miscellaneous Details Various 78 • $22.93 $1,789 $2,512 $0 $102 $611 $4,498 Pavement Marking Various 23 $23.70 $545 $765 $0 $34 $187 $1,374 BLR 4351 (Rev 4/02) Page 6 of 11 Erosion Control Plans Various 29 $23.51 $682 $958 $0 $34 $232 $1,709 Landscaping Various 24 $25.11 $603 $846 $0 $34 $206 $1,515 • Cross Sections Various 252 $23.82 $6,002 $8,430 $0 $307 $2,046 $15,050 Mtgs/Fld Chk/Coord _ Various 42 $34.96 $1,468 $2,062 $0 $119 $507 $3,732 _ HorizontalNertical Ctrl Various 21 $24.36 $511 $718 $0 $17 $173 $1,273 _ Supplemental Survey Various 63 $23.73 $1,495 $2,100 $0 $17 $501 $3,681 Traffic Signals Various 234 $26.01 $6,087 $8,549 $0 $341 $2,079 $15,298 Admin/Mgmt Various 71 $39.53 $2,806 $3,942 $0 $0 _ $936 $6,873 SUB-TOTAL DESIGN 1443 $37,740.00 $53,006.00 $0.00 $1633 $12,821.00 $105,200 Right-of-Way Plans _ Various 268 $26.28 $7,044 $9,893 $0 $0 $2,349 $19,286 Plat of Highways Various 361 $26.37 $9,519 $13,369 $0 $0 $3,174 $26,062 Parcel Plats Various 108 $25.38 $2,741 $3,850 $0 $0 $914 $7505 _Legal Descriptions Various 44 $28.57 $1,257 $1,765 $0 $0 $419 $3,441 Prepare Conveyance Various 48 $28.57 $1,371 $1,926 $0 $0 $457 $3,754 Documents Quality Assurance/ Various 26 $37.22 $968 $1,359 $0 $0 $323 $2,650 Quality Control Administration _ Various 28 $36.48 $1,022 $1,435 $0 $0 $341 $2,798 SUB-TOTAL PLATS 883 $23,922.00 $33,597.00 $0.00 $0.00 $7,822.00 $65,496.00 Totals 2326 $61,661 $86,603 $0 $1,633 $20,798 $170,695 BLR 4351 (Rev.4/02) Page 7 of 11 • Section#96-00159-00-CU IL 31 and Wing Street City of Elgin EXHIBIT A DIRECT COST ESTIMATE Description Unit Cost Total 1) QC/QA N/A 2) Phase III Consultation N/A 3) Data Review a) 100 Photographs $ 0.75 $ 75.00 Sub-Total $ 75.00 4) Title Sheet 1 Sheets a) 3 Copies(11"x17") $ 0.17 $ 0.51 b) 9 Prints (24"x36" Blueline) $ 0.60 $ 5.40 c) 3 Plots (24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars(24"x36") $ 9.00 $ 18.00 Sub-Total $ 35.91 5) Typical Sections 1 Sheets a) 3 Copies(11"x17") $ 0.17 $ 0.51 b) 9 Prints (24"x36"Blueline) $ 0.60 $ 5.40 c) 3 Plots (24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars (24"x36") $ 9.00 $ 18.00 Sub-Total $ 35.91 6) Alignment and Ties 1 Sheets a) 3 Copies(11"x17") $ 0.17 $ 0.51 b) 9 Prints (24"x36"Blueline) $ 0.60 $ 5.40 c) 3 Plots (24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars(24"x36") $ 9.00 $ 18.00 Sub-Total $ 35.91 7) Notes/ Index/Standards 1 Sheets a) 3 Copies (11"x17") $ 0.17 $ 0.51 b) 6 Prints (24"x36" Blueline) $ 0.60 $ 3.60 c) 3 Plots (24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars(24"x36") $ 9.00 $ 18.00 Sub-Total $ 34.11 8 OF 11 Date Printed 08/22/2003 Section#96-00159-00-CH IL 31 and Wing Street City of Elgin Description Unit Cost Total 8) Summary of Quantities 1 Sheets a) 3 Copies (11"x17") $ 0.17 $ 0.51 b) 6 Prints(24"x36" Blueline) $ 0.60 $ 3.60 c) 3 Plots(24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars (24"x36") $ 9.00 $ 18.00 Sub-Total $ 34.11 9) Schedule of Quantities 2 Sheets a) 3 Copies (11"x17") $ 0.17 $ 1.02 b) 6 Prints(24"x36" Blueline) $ 0.60 $ 7.20 c) 3 Plots(24"x36"Bond) $ 4.00 $ 24.00 d) 2 Mylars (24"x36") $ 9.00 $ 36.00 Sub-Total $ 68.22 10) Base Sheets N/A 11) Maintenance of Traffic 3 Sheets a) 3 Copies(11"x17") $ 0.17 $ 1.53 b) 6 Prints(24"x36"Blueline) $ 0.60 $ 10.80 c) 3 Plots (24"x36" Bond) $ 4.00 $ 36.00 d) 2 Mylars (24"x36") $ 9.00 $ 54.00 Sub-Total $ 102.33 12) Signing Strip Map N/A 13) Plan and Profile 2 Sheets a) 3 Copies(11"x17") $ 0.17 $ 1.02 b) 6 Prints(24"x36" Blueline) $ 0.60 $ 7.20 c) 6 Plots (24"x36" Bond) $ 4.00 $ 48.00 d) 2 Mylars (24"x36") $ 9.00 $ 36.00 Sub-Total $ 92.22 14) Drainage and Utilities 2 Sheets a) 3 Copies (11"x17") $ 0.17 $ 1.02 b) 6 Prints(24"x36" Blueline) $ 0.60 $ 7.20 c) 6 Plots(24"x36" Bond) $ 4.00 $ 48.00 d) 2 Mylars(24"x36") $ 9.00 $ 36.00 Sub-Total $ 92.22 9 OF 11 Date Printed 08/22/2003 • Section#96-00159-00-CH IL 31 and Wing Street City of Elgin Description Unit Cost Total 15) Not used N/A 16) Special Provisions 50 Sheets a) 6 Copies (8.5"x11") $ 0.07 $ 21.00 Sub-Total $ 21.00 17) Estimate of Time N/A 18) Miscellaneous Details 3 Sheets a) 3 Copies (11"x17") $ 0.17 $ 1.53 b) 6 Prints (24"x36" Blueline) $ 0.60 $ 10.80 c) 3 Plots (24"x36" Bond) $ 4.00 $ 36.00 d) 2 Mylars(24"x36") $ 9.00 $ 54.00 Sub-Total $ 102.33 19) Pavement Marking 1 Sheets a) 3 Copies(11"x17") $ 0.17 $ 0.51 b) 6 Prints (24"x36" Blueline) $ 0.60 $ 3.60 c) 3 Plots(24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars(24"x36") $ 9.00 $ 18.00 Sub-Total $ 34.11 20) Erosion Control Plans 1 Sheets a) 3 Copies (11"x17") $ 0.17 $ 0.51 b) 6 Prints (24"x36"Blueline) $ 0.60 $ 3.60 c) 3 Plots (24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars(24"x36") $ 9.00 $ 18.00 Sub-Total $ 34.11 21) Landscaping 1 Sheets a) 3 Copies (11"x17") $ 0.17 $ 0.51 b) 6 Prints (24"x36" Blueline) $ 0.60 $ 3.60 c) 3 Plots (24"x36" Bond) $ 4.00 $ 12.00 d) 2 Mylars(24"x36") $ 9.00 $ 18.00 Sub-Total $ 34.11 10 OF 11 Date Printed 08/22/2003 Section#96-00159-00-CH IL 31 and Wing Street City of Elgin Description Unit Cost Total 22) Cross Sections 9 Sheets a) 3 Copies (11"x17") $ 0.17 $ 4.59 b) 6 Prints (24"x36" Blueline) $ 0.60 $ 32.40 c) 3 Plots(24"x36" Bond) $ 4.00 $ 108.00 d) 2 Mylars (24"x36") $ 9.00 $ 162.00 Sub-Total $ 306.99 23) Mtgs/Fld Chk/Coord a) City/field reviews(5 mtgs, 25 miles) $ 0.34 $ 42.50 b) IDOT meetings (5 mtgs,45 miles) $ 0.34 $ 76.50 Sub-Total $ 119.00 24) HorizontalNertical Ctrl a) Field visits (2 trips, 25 miles) $ 0.34 $ 17.00 Sub-Total $ 17.00 25) Supplemental Survey a) Field visits(2 trips, 25 miles) $ 0.34 $ 17.00 Sub-Total $ 17.00 26) Traffic Signals 10 Sheets a) 3 Copies(11"x17") $ 0.17 $ 5.10 b) 6 Prints (24"x36" Blueline) $ 0.60 $ 36.00 c) 3 Plots(24"x36" Bond) $ 4.00 $ 120.00 d) 2 Mylars (24"x36") $ 9.00 $ 180.00 Sub-Total $ 341.10 27) Admin/Mgmt N/A TOTAL IN-HOUSE DIRECT COSTS $ 1,632.69 11 OF 11 Date Printed 08/22/2003 Section#96-00159-00-CH IL 31 and Wing Street City of Elgin Description Unit Cost Total 22) Cross Sections 9 Sheets a) 3 Copies(11"x17") $ 0.17 $ 4.59 b) 6 Prints(24"x36" Blueline) $ 0.60 $ 32.40 c) 3 Plots (24"x36" Bond) $ 4.00 $ 108.00 d) 2 Mylars(24"x36") $ 9.00 $ 162.00 Sub-Total $ 306.99 23) Mtgs/Fld Chk/Coord a) City/field reviews (5 mtgs, 25 miles) $ 0.34 $ 42.50 b) IDOT meetings (5 mtgs,45 miles) $ 0.34 $ 76.50 Sub-Total $ 119.00 24) HorizontalNertical Ctrl a) Field visits (2 trips, 25 miles) $ 0.34 $ 17.00 Sub-Total $ 17.00 25) Supplemental Survey a) Field visits (2 trips, 25 miles) $ 0.34 $ 17.00 Sub-Total $ 17.00 26) Traffic Signals 10 Sheets a) 3 Copies (11"x17") $ 0.17 $ 5.10 b) 6 Prints (24"x36" Blueline) $ 0.60 $ 36.00 c) 3 Plots (24"x36" Bond) $ 4.00 $ 120.00 d) 2 Mylars(24"x36") $ 9.00 $ 180.00 Sub-Total $ 341.10 27) Admin/Mgmt N/A TOTAL IN-HOUSE DIRECT COSTS $ 1,633 11 OF 11 Date Printed 08/22/2003 RHA&A Robert H.Anderson&Associates,Inc. Timbers Professional Center Consulting Engineers 220 West River Drive St.Charles,IL 60174 telephone-630.584.3530 • facsimile-630.584.3047 email—rha @rhaengr.corn RANGE OF HOURLY RATES FOR EMPLOYEE CLASSIFICATIONS - 2003 CLASSSIFICATION FROM TO Principal $47.45 $60.00 Sr. Project Engineer $34.20 $40.40 Project Engineer $26.60 $29.10 Design Engineer $18.90 $22.00 CADD Technician $16.00 $25.80 Senior Resdent Engineer $33.70 $33.70 Resident Engineer $24.00 $30.60 Licensed Land Surveyor $26.00 $33.00 Survey Party Chief $25.00 $26.00 Survey Technician $16.00 $18.90 Clerical $14.80 $15.00 PROJECT SCHEDULE Illinois Route 31 (State St.) at Wing Street Route IL 31/FAU 3887 Section 96-00159-00-CH Project No. M-7003(960) Job No. D-91-031-00 Kane County Phase II Engineering: Item Date Authorization to Proceed October 1, 2003 Final Plans,Plats, Specifications and Estimates complete October 1, 2004 r c,.t° E( �� �" w,,� Agenda Item No. o : - City of Elgin j*4TLoW' -` E i L ,.0 -� L . Gi ii • i September 5, 2003 N FINANCIALLY STABLE CITY GOVERNMENT /-� EF FK IENT SERVICES, TO: Mayor and Members of the City COU CZ AND OWLITVIN FRASTRUCTURE FROM: David M. Dorgan, City Manager John M. Loete, Public Works Director SUBJECT: Engineering Services Agreement with RH Anderson for Wing Street and State Street Intersection Improvements - Phase II Engineering PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with Robert H. Anderson to provide r Phase II (final) engineering services for the Wing Street and State Street Intersection Project . BACKGROUND In July 1999 the City entered into a Phase I (preliminary) engineering services agreement ($74 , 056) with Robert H. Anderson and Associates (RHA) for improving the Illinois Rt 31 and Wing Street intersection. This intersection was identified as needing capacity improvements in past regional transportation plans following the abandonment of the North End Bridge project . The proposed improvements, and the engineering necessary to complete the improvements, are included in the Federal "Surface Transportation Program" for cost sharing. Because the project is included in this program, all engineering must be completed in accordance with Federal and State rules and regulations . As in many Federal programs, the State is considered the project administrator. RHA has completed the Phase I engineering and the City received the State' s approval of same on June 17, 2003 . This process was quite slow due to the extensive requirements added by the federal funding. The City may now proceed with Phase II (final F design) engineering. In accordance with the requirements, the work for Phase II is added as a separate engineering services Engineering Service Agreement with R.H. Anderson September 5, 2003 Page 2 agreement rather than as an amendment to the original agreement . The attached agreement with RHA is in the State' s format and has been approved by the Illinois Department of Transportation (IDOT) . It includes all the engineering services necessary to complete final design plans and specifications, bid documentation and right-of-way plats for the project . A separate agreement with IDOT for their participation in the funding of the Phase II engineering is also on tonight' s agenda. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED R. H. Anderson Illinois Department of Transportation IMPACT DkFINANCIAL Funds for this project have been budgeted in the Riverboat Fund account number 275-0000-791 . 93-80, project number 339590 in the amount of $580, 000 . This budget is comprised of funds from the 1999 Budget for Phase I engineering ($80, 000) , from 2000 Budget for Phase II engineering ($125, 000) and from the 2001 Budget for right of way acquisition ($375, 000) . A total of $37, 028 has been committed to date representing the City' s share (50%) of Phase I (preliminary) engineering. The attached agreement with RHA is in the amount of $170, 695 . 00, which results in a revised total contract amount of $244 , 751 . The City will pay the consultant as they complete the final engineering and then request a lump sum reimbursement for 50% of the cost from the State upon their approval of the Phase II engineering submittal . Sufficient funds are available to enter into a Phase II engineering contract with RHA. 01346-al IMPACT None ALTERNATIVES 1 . Execute the agreement with RHA. 2 . Reject the agreement with RHA and terminate project . rEngineering Service Agreement with R.H. Anderson September 5, 2003 Page 3 RECOMMENDATION It is recommended that the City Council approve the engineering services agreement with R.H. Anderson for the final design of the Wing St . and Route 31 Intersection Improvements for a cost not to exceed $170, 695 . 00 . Respectfully submitted for Council consideration. do Attachments fek rft.