Loading...
05-43 Resolution No. 05-43 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH TRANSYSTEMS CORPORATION FOR ENGINEERING SERVICES FOR THE LARKIN/AIRLITE/FOOTHILL INTERSECTION IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin, Acting 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 TranSystems Corporation for engineering services for the Larkin/Airlite/Foothill Intersection Improvement Project, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: February 23, 2005 Adopted: February 23, 2005 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT is hereby made and entered into this 23,E day of • ' , 2005, by and between the CITY OF ELGIN, Illinois, a municipal corporation (hereinafter re--rred to as "CITY") and TranSystems Corporation, a Missouri Corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the Larkin/Airlite/Foothill Traffic Signal project (hereinafter referred to as the "PROJECT"); and WHEREAS, the ENGINEER represents that it 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, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the CITY and ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent CITY in the engineering matters involved in the Project as set forth herein, subject to the following terms, conditions and stipulations: 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. This section should be an outline of the services to be provided by the Engineer. C. A detailed Scope of Services is attached. See Attachment A. II. PROGRESS REPORTS A. The outline project milestone schedule attached hereto and made a part hereof as Attachment B shall be adhered to by Engineer as a material term of this Agreement. B. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C to follow. - 2 - C. 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. 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 to the ENGINEER. IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 2.98 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $178,483.53 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus N/A . Any such invoiced fees to ENGINEER shall be included with and construed as part of the above-referenced amount of $178,483.53. C. (list other components of the fee such as reimbursables.) See Attachment C —Cost Estimate of Consultant Services D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. See Attachment C—Cost Estimate of Consultant Services • - 3 - V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports as provided for herein shall 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 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; provided, however, that such payment shall not exceed the rate or total fee provided for herein at Section IV (A). VII. TERM Unless terminated for cause or pursuant to Article VI or IX herein, this Agreement shall terminate on the date the CITY determines that all of the ENGINEER's work under this agreement is completed and accepted by CITY. 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 term or provision of the Agreement. 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. • - 4 - 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 thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. X. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from and against any and all claims, suits,judgments, costs, attorney's fees, damages or other relief, including but not limited to workers' compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any such action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. 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 written in occurrence form 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 Certification 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. - 5 - Such Certificate of Insurance shall include, but not be limited to, coverage for the obligations assumed by ENGINEER pursuant to Article X herein entitled "Indemnification". Such above-referenced insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance written in occurrence form covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. 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 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. - 6 - 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. 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. Any proposed subcontractor shall require the CITY's advanced written approval. XVII. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between the parties hereto, except to such extent as may be specifically provided for herein. 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. • - 7 - XX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the 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. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this agreement shall be in the Circuit Court of Kane County, 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 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or federal statute regarding bid rigging. 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; - 8 - D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department 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. A copy of the policies must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. 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: JOHN LOETE, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: GRACE DYSICO, P.E. Vice President TranSystems Corporation 1051 Perimeter Drive, Suite 1025 Schaumburg, Illinois 60173-5058 - 9 - 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 By6 . '1111111" City Clerk Cit anage (SEAL) For the ENGINEER: Dated this 31st day of January , A.D., 2005 ATTEST: By By Z Asst. Vice-President Vice-Presid (SEAL) Attachment A - Scope of Services Larkin/Airlite/Foothill Traffic Signal Project SCOPE OF ENGINEERING SERVICES We offer the following general scope of engineering services for Phase II engineering based on our understanding of the project and our recent experience on similar projects. The scope was prepared using the Base Improvements-traffic signal installation design. (See Exhibit E, sheet 1 of 4). If during the preliminary design studies another more involved alternative is selected, supplemental services may be required. Base Improvements-Traffic Signal Design Elements • 2 signal installations (Larkin/Airlite and Airlite/Foothill intersections) • new right turn lane along the east approach of Larkin Avenue • new northbound left turn along Airlite Street between Larkin Avenue and Foothill Road • new left turn lane along the west approach of Foothill Road • new right turn lane along the north approach of Airlite/Foothill intersection Phase II—Preliminary and Final Design 1. Project Coordination and Data Collection a. Attend a project kick off meeting with City staff to discuss project requirements, scope of work and schedule (1 meeting). b. Obtain existing right-of-way data, applicable plans, and utility data from the City and utility companies. c. Coordinate the project with private utility companies, obtain utility atlases, arrange a JULIE design locate and record the JULIE markings on the design plans (2 meetings). d. Coordinate with IDOT-Bureau of Traffic to obtain approval of Intersection Design Study and Construction Permit. e. Meet with the City to discuss preliminary review submittal, estimate of cost, project schedule and contract bidding procedures (1 Meeting). f. Conduct Informational Meeting for local residents, businesses, hospital and school. The meeting would follow an open house format and review project scope, limits, schedule, and impacts. 1 no/VSYSTEMS CO1r2F"01?AT/ON//,/ Attachment A - Scope of Services Larkin/Airlite/Foothill Traffic Signal Project 2. Field Survey a. Conduct a full topographic design survey of Foothill Road (400 ft), Airlite Street (400 ft; 300 ft north leg and 100 ft south leg), and Larkin Avenue (400 ft; 300 ft east leg and 100 ft west leg) based on English system including establishment of horizontal and vertical controls, topography, cross sections (at 100-foot increments), drainage, culverts and right-of-way verification. b. Download topographic survey and cross sections in Microstation for use in the contract plans. Plot survey at 1"=20' scale. c. Review utility data and plot all utilities onto topographic survey. d. Perform photographic survey of the project. e. A soil and pavement investigation is not included in the scope of services. 3. Preliminary Design Studies a. Conduct 12-hour traffic counts at the Airlite Street intersections with Foothill Road and Larkin Avenue. b. Reduce traffic count data and prepare traffic volume summary sheets for use in the Intersection Design Study. c. Review vehicular traffic, pedestrian traffic, and accident data obtained from the City. d. Perform traffic signal warrant analysis for the Airlite Street intersections with Foothill Road and Larkin Avenue. e. Coordinate with City, IDOT, and CATS to receive concurrence on projected (2030) design hourly and average daily traffic volumes. f. Analyze the feasibility of the Base Improvements and the three alternative alignments identified below: 1. Alternative 1- Realigned North Leg 2. Alternative 2- Realigned West Leg with slip ramp 3. Alternative 3- Roundabout(Single Lane) g. Review capacity and operation requirements for the Base Improvements and the three alternatives of the Airlite Street intersections with Foothill Road and Larkin Avenue. h. Identify right-of-way and easement requirements for each alternative. 2 Te v ,.SvsrEnvzs CG72P01- T/ON Attachment A - Scope of Services Larkin/Airlite/Foothill Traffic Signal Project i. Based on evaluation of current traffic data, conduct a capacity analysis utilizing current HCS and SYNCHRO software, and prepare an Intersection Design Study for the Base Improvements design. j. The need for a Location Drainage Study is not anticipated. 4. Preparation of Preliminary Contract Plans a. It is anticipated that the following sheets will be included in the contract Plans for the Base Improvement—Traffic Signal Design: Sheet Count Title Sheet 1 General Notes, Index and Standards 1 Summary of Quantities 1 Existing and Proposed Typical Sections 1 Alignment, Ties, and Benchmarks Roadway, Utility, Pavement Marking, Signing, Landscaping 3 and Profile (1"=20') Maintenance of Traffic Typical Sections and Staging Notes 1 Maintenance of Traffic Plans - Detour Route - Traffic Signal Installation Plan, 1"=20' 1 Cable Plan, Sequence of Operations, and 1 Schedule of Quantities Cable Plan, Sequence of Operations, and 1 Schedule of Quantities Street Lighting Plans and Details 2 Cross Sections 3 Traffic Signal Details 2 Mast Arm Mounted Sign Detail 1 Construction and Drainage Details 1 TOTAL 20 * - included with Roadway Plan b. Perform independent Quality Assurance/Quality Control review of plans. The review will be performed by a member of another TranSystems highway team. c. Submit preliminary plans for review and approval to the City and IDOT-Bureau of Traffic. d. Submit preliminary plans to utility companies for verification of utility conflicts. 3 Tao,ISYSTEM.S C��PO/?AT/ON n,/ ,::: Attachment A - Scope of Services Larkin/Airlite/Foothill Traffic Signal Project 5. Preparation of Preliminary Contract Documents a. Prepare summary of quantities and estimate of construction cost based on current contract unit prices. b. Prepare City contract documents, supplemental specifications and checklist of recurring special provisions. c. Prepare estimate of time required and status of utilities to be adjusted. d. Perform independent Quality Assurance/Quality Control review of specifications and estimates. e. Submit preliminary estimate, specifications and estimate of time to City, IDOT and utilities. 6. Final Contract Plan and Document Approval a. Prepare final contract plans, specifications, and documents based on comments received from the City and DOT. b. Perform independent Quality Assurance/Quality Control review of plans, specifications and estimate. c. Process final contract documents through the City for a project letting. Provide 30 sets of contract plans and special provisions for bidding. d. Advertise project, attend construction letting and provide bid tabulation. Check references of low bidder and furnish City with award recommendation letter. e. Prepare contract for signature by the contractor and City. f. Attend pre-construction meeting with City, contractor and utility companies. 4 Taa ISvsTEA/LS CCY1P0r?AT/ON i1 Attachment A - Scope of Services Larkin/Airlite/Foothill Traffic Signal Project Phase III—Construction Engineering TranSystems Corporation (TS) and Testing Service Corporation (TSC) will provide part-time Construction Engineering services for the Project. The scope of services and responsible party are identified below: a. Full-time construction observation and material testing services meeting City procedures. (TS & TSC) b. Provide coordination between the City and the contractor throughout the project, including holding weekly meetings, as required. (TS) c. All compaction tests as required by the specifications and report promptly the same on forms prepared by the Bureau of Materials and Physical Research. (TSC) d. Quality and sieve analyses on local aggregates to see that they comply with the specifications contained in the contract. (TSC) e. Observation of all materials when observation is not provided at the sources by the Bureau of Materials and Physical Research, of IDOT, and submit observation reports to the City and IDOT in accordance with the policies of the said IDOT. (TS & TSC) f. Observe, document, and inform the resident engineer of the opinion of the adequacy of the establishment and maintenance of the traffic control. (TS) g. Geometric control including all construction staking and layouts. (TS) h. Quality control in the construction work in progress and the enforcement of the contract provisions in accordance with the IDOT Construction Manual. (TS) i. Measurement and computation of pay items. (TS) j. Maintain a daily record of the contractor's activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. (TS) k. Preparation and submission to the City in the required form and number of copies, all partial and final payment estimates, changes orders, records, documentation, and reports required by the City. (TS) 1. Quarter size (11"x17") "Red Line" revision of contract drawings to reflect record conditions. (TS) m. Provide Construction Manager to monitor City requirements and daily documentation procedures. (TS) 5 T?AIVSYS7EM1S CCD2PORAT/ON jA,1=*-. Attachement B - Project Milestone Schedule Larkin/Airlite/Foothill Traffic Signal City of Elgin 1/31/05 Phase I - Preliminary Design Notice to Proceed 2/10/2005 Kick-off Meeting 2/17/2005 Submit Preliminary Plans to the City and IDOT 3/28/2005 Receive Preliminary Comments 4/11/2005 Phase II -Final Design Public Informational Meeting 4/4/2005 Initiate Right-of-way Negotiations 4/4/2005 Submit Final Plans, Specifications and Estimates 5/2/2005 Receive Final Plan Approval 5/23/2005 Complete Right-of-way Acquisition 6/7/2005 Phase Ill -Construction Advertise 6/7/2005 Bid Opening 7/5/2005 Award Contract 7/18/2005 Begin Construction 8/1/2005 End Construction 11/30/2005 Finalize Documentation 12/23/2005 Attachment C - Phase II Engineering VIllinois Department Cost Estimate of of Transportation Consultant Services (CPFF) Firm TranSystems Corporation Date 01/31/05 Route Larkin/Airlite/Foothill Section Traffic Signal Overhead Rate 159.46% County Kane Job No. 2004 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 Coord and Data Collection 88 3,040.02 4,847.61 1,143.71 120.00 9,151.34 9.28% Field Survey 102 2,690.62 4,290.46_ 144.00 1,033.14 4.00 8,162.21 8.28% Preliminary Design Studies 232 7,125.96 11,363.05 2,680.91 152.00 21,321.91 21.62% Preliminary Contract Plans 397 11,184.01 17,834.02 4,207.61 224.00 33,449.64 33.92% Preliminary Contract Docs 76_ 2,400.85 3,828.40 903.24 140.00 7,272.49 7.37% Final Contract Plans & Docs 223 6,298.58 10,043.72 2,369.63 544.00 19,255.94 19.53% TOTALS 1118 32,740.03 52,207.26 144.00 12,338.24 1,184.00 0.00 98,613.53 100.00% 0 Illinois Department of Transportation Average Hourly Project Rates Route Larkin/Airlite/Foothill Section Traffic Signal County Kane Consultant TranSystems Corporation Date 01/31/05 Job No. 2004 PTB/Item Sheet 1 OF 2 Payroll Avg Total Project Rates Coord and Data Collection Field Survey Preliminary Design Studies Preliminary Contract Plans Preliminary Contract Docs 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 60.00 8 0.72% 0.43 2 0.86% 0.52 4 1.01% 0.60 Senior Project Manager 57.61 68 6.08% 3.50 16 18.18% 10.47 2 1.96% 1.13 24 _ 10.34% 5.96 16 4.03% 2.32 4 5.26% 3.03 Project Manager 49.41 0 Construction Manager 47.54 0 Senior Project Engineer 43.78 0 Project Engineer 39.50 0 Design Engineer III 34.23 256 22.90% 7.84 38 43.18% 14.78 4 3.92% 1.34 42 18.10% 6.20 64 16.12% 5.52 38 50.00% 17.12 Design Engineer II 29.32 162 14.49% 4.25 24 23.53% 6.90 62 26.72% 7.83 76 19.14%_ 5.61 Design Engineer I 25.58 296 26.48% 6.77 28 31.82% 8.14 40 17.24% 4.41 119 29.97% 7.67 34 44.74% 11.44 Land Surveyor 39.66 8 0.72% 0.28 8 7.84% 3.11 _ Survey Crew Chief 27.93 32 2.86% 0.80 32 31.37% 8.76 Instrument Person 22.15 0 Rodman 16.37 32 2.86% 0.47 32 31.37% 5.14 _ Senior Engineering Tech. 29.48 0 _ CADD Technican III 25.63 0 CADD Technician II 21.69 250 22.36% 4.85 62 26.72% 5.80 118 29.72% 6.45 CADD Technician I 16.19 0 Administrative Assistant 22.95 0 Clerical 16.89 6 0.54% 0.09 6 6.82% 1.15 0 0 0 0 0 _ 0 0 0 0 0 TOTALS 1118 100% $29.28 88 100% $34.55 102 100% $26.38 232 100% $30.72 397 100% $28.17 76 100% $31.59 coIllinois Department of Transportation Average Hourly Project Rates Route Larkin/Airlite/Foothill Section Traffic Signal County Kane Consultant TranSystems Corporation Date 01/31/05 Job No. 2004 PTB/Item Sheet 2 OF 2 Payroll Avg Final Contract Plans&Docs 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 60.00 2 0.90% 0.54 Senior Project Manager 57.61 6 2.69% 1.55 Project Manager 49.41 Construction Manager 47.54 _ Senior Project Engineer 43.78 , Project Engineer 39.50 Design Engineer III 34.23 70 31.39% 10.75 Design Engineer II 29.32 Design Engineer I 25.58 75 33.63% 8.60 Land Surveyor 39.66 Survey Crew Chief 27.93 Instrument Person 22.15 Rodman 16.37 . Senior Engineering Tech. 29.48 CADD Technican III 25.63 CADD Technician II 21.69 70 31.39% 6.81 CADD Technician I 16.19 Administrative Assistant 22.95 Clerical 16.89 TOTALS 223 100% $28.24 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 ATTACHMENT C-COST ESTIMATE OF CONSULTANT SERVICES PHASE III ENGINEERING SERVICES SHEET 1 OF 4 ROUTE: Larkin/Airlite/Foothill PROJECT Traffic Signal SECTION: FIRM: TranSystems Corporation DATE: January 31,2005 COUNTY: Kane JOB NO.: OVERHEAD RATE 159.46% COMPLEXITY FACTOR: 0 OVERHEAD IN-HOUSE OUTSIDE SERVICES %OF ITEM MANHOURS PAYROLL & DIRECT DIRECT FIXED BY TOTAL GRAND FRINGE BENF COSTS COSTS FEE OTHERS TOTAL (A) (B) (C) (D-1) (D-2) (E) (F) (G) (H) CONSTRUCTION OBSERVATION 779 $ 23,845 $ 38,023 $ 3,528 $ 145 $ 9,482 $ 1,500 $ 76,523 96% ADMIN&MANAGEMENT 24 $ 1,129 $ 1,801 $ - $ - $ 416 $ 3,346 4% TOTALS 803 $ 24,975 $ 39,824 $ 3,528 $ 145 $ 9,898 $ 1,500 $ 79,870 100% 1'.\ELGIN\Larkin-Airtight-Foothill\Final Contract 01-25-05\[Attachment C-Phase III CECS.xis]cecs Fixed* AVERAGE HOURLY PROJECT RATES SHEET 2 OF 4 ROUTE: Larkin/Airlite/Foothill SECTION: Traffic Signal Firm: TranSystems Corporation Date: January 31,2005 PROJECT. COUNTY: Kane JOB NO.: CONSTRUCTION OBSERVATION ADMIN&MANAGEMENT TOTAL PROJECT PAYROLL HOURLY % WGTD % WGTD % WGTD CLASSIFICATION RATE HOURS PART RATE HOURS PART RATE HOURS PART RATE PRINCIPAL $ 60.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 SR. PROJECT MANAGER $ 56.93 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 CHIEF STRUCTURAL ENGINEER $ 56.86 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 PROJECT ENGINEER $ 39.03 10 1.28% $390.34 0 0.00% $0.00 10 1.25% $390.34 CONSTRUCTION MANAGER $ 47.06 14 1.80% $658.87 24 100.00% $1,129.50 38 4.73% $1,788.37 RESIDENT INSPECTOR $ 30.74 687_ 88.19% $21,117.28 0 0.00% $0.00 687 85.55% $21,117.28 ASST. RESIDENT INSPECTOR $ 27.12 16 2.05% $433.99 0 0.00% $0.00 16 1.99% $433.99 LAND SURVEYOR $ 39.20 6 0.77% $235.19 0 0.00% $0.00 6 0.75% $235.19 SURVEY CREW CHIEF $ 27.60 12 1.54% $331.16 0 0.00% $0.00 12 1.49% $331.16 ROD MAN $ 16.18 20 2.57% $323.61 0 0.00% $0.00 20 2.49% $323.61 CADD TECHNICIAN $ 25.33 14 1.80% $354.59 0 0.00% $0.00 14 1.74% $354.59 TOTALS 779 100.00% $23,845.03 24 100.00% $1,129.50 803 100.00% $24,974.53 AVERAGE HOURLY RATE $30.61 AVERAGE HOURLY RATE $47.06 AVERAGE HOURLY RATE $31.10 I:\ELGIN\Larkin-Airtight-Foothill\Final Contract 01-25-05\[Attachment C-Phase III CECS.xlslavg hr DIRECT COST SUMMARY SHEET 3 OF 4 ROUTE: Larkin/Airlite/Foothill SECTION: Traffic Signal Firm: TranSystems Corporation PROJECT: COUNTY: Kane Date: January 31, 2005 JOB NO.: Outside In-House Direct Cost 1. Construction Observation Vehicle 98 days @ $36.00 / Day $ 3,528.00 $ - Full Size Reproductions- 24"X36" 100 sheets @ $0.80 /sheet $ - $ 80 (2 sets of plans x 122 Sheets) Photocopies - 8"x10" 200 sheets @ $0.10 /sheet $ - $ 20 Photocopies- 11"x17" 300 sheets @ $0.15 /sheet $ - $ 45 (5 sets of plans x 122 Sheets) Mylar Reproductions - 24"x36" 0 sheets @ $9.00 /sheet $ - $ - Fedral Express 4 mailings @ $10.00 /mailing $ - $ 40 SUBTOTAL $ 3,528 $ 145 2. Admin. & Management Photocopies- 8"x10" 0 sheets @ $0.10 /sheet $ - $ - SUBTOTAL $ - $ - TOTAL DIRECT COSTS $ 3,528 $ 145 SERVICES BY OTHERS SUMMARY SHEET 4 OF 4 ROUTE: Larkin/Airlite/Foothill SECTION: Traffic Signal Firm: TranSystems Corporation PROJECT: COUNTY: Kane Date: January 31, 2005 JOB NO.: 1. Construction Observation Testing Service Corporation $ 1,500.00 (Material Inspection) SUBTOTAL $ 1,500.00 2. Admin. & Management SUBTOTAL $ - TOTAL SERVICES BY OTHERS COSTS $ 1,500.00 ¢` ', City of Elgin Agenda Item No. l0,aTEDFE� E� jai$'. February 4, 2005 6 li TO: Mayor and Members of the City Council r FINANCIALLY STABLE CITY GOVERNMENT FE NCIENT SERVICES, AND OU4 LIT Y INFRA STRUCTURE FROM: Olufemi Folarin, Acting City Manager John M. Loete, Public Works Director SUBJECT: Engineering Services Agreement with TranSystems Corporation for the Larkin/Airlite/Foothill Intersection Improvement Project 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 TranSystems Corporation for engineering services for the Larkin/Airlite/Foothill Intersection Improvement Project. r RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with TranSystems Corporation in the not to exceed amount of $178,483.53 for the Larkin/Airlite/Foothill Intersection Improvement Project. BACKGROUND A traffic study conducted in 1996 for the Larkin/Airlite/Foothill intersection revealed that signal warrants had been met thereby justifying the signalization of this intersection. Funding for the project was included in the 2005 budget. The subject agreement will provide for design phase and construction phase engineering. During the design phase, several alternatives for the intersection improvements will be examined. The alternatives may include realignment of the intersection, signal installation for the intersection or a combination of the two. The construction phase engineering is included in this agreement, but the fee for this portion of the contract may need to be adjusted depending on the construction cost of the final design for the intersection improvements. An amendment to the agreement would be presented to City Council if an adjustment is needed. Requests for proposals were solicited from six firms, with five firms submitting proposals on December 28, 2004. The firms responding were: r • K Plus Engineering • TranSystems Corporation Larkin/Airlite/Foothill Intersection Improvements February 4, 2005 Page 2 • Crawford, Murphy & Tilly • Bloom Consultants • Burns & McDonnell A staff selection committee evaluated the six proposals, with TranSystems Corporation being selected as the most qualified firm for the project. Upon selection, TranSystems met with staff to finalize the project scope and negotiate a project fee. The final negotiated fee is $178,483.53 of which $98,613.53 is for the design engineering and $79,870 is for the construction inspection services. A map depicting the project area is shown as Exhibit A. A copy of the results of the selection process is attached as Exhibit B. A copy of the proposed agreement is attached as Exhibit C. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The agreement with TranSystems Corporation will total $178,483.53. Adequate funds for this project were budgeted in the Riverboat Fund in account number 275-0000-791.93-80, "Public Ways", project number 339796, "Larkin/Airlite/Foothill Intersection Improvements" in the amount of$822,000, all of which is available. O 1EGALIMPACT None ALTERNATIVES 1. Approve the Engineering Services Agreement with TranSystems Corporation. 2. Do not approve the Engineering Services Agreement with TranSystems Corporation. Respectfully submitted for Council consideration. (do) Attachments vl► I oc, I MEMEL , Zyj( ? " 11,..„,,,, r Q 1 ` r.od R°ndal O '1":1 i N - (� S,-RII t_i I DeP.. I .. od Lo m __ Dr. ° ke-Crossing g ` • D Brookside-C2- ° f ` 1 -- Loyola a JiI ('��-(� 8 H - Dome? B/ ro.kh ri, - J CD �Ln• • / 1 West otc F. D 4 ar x z NoutlCal- ° Q c o . -�' L NM �K St. A ilrsti- . o'Oo ' I I v • IiL•�JIf1+lfla.:�' ty Nowt. i ' iVj ��---,�° �„� r - -^� 1 (wiuwn,s Dc(r ,�� z -- - �l° all d r She / n �irlite'� Y jig ''\ �MoKrnstrY ' �-�-r 3-Ave Mi °, Sf 5' cn a -. m oo K 3J o a 5.1 j a a^ Q • 7 c ter "`To---- •Mople O r-St I M o ,',\ p tict� T Cat Iiecond=S1 • � - / ;. d-F V _ a J I ::� r-LYIe - 1 St. ...- ; l 1 �l l Th as M r - aoline—Q .� �q rt. c a• ir r �� g o ,` i c Lin-Lor green-Or. iO /�.•... \ Hoxre iiri.- ♦ I t Rb K.' hie ‘.......3. o • r / ai \ i & ' v O ► i•ut r �dac— n o /8—Jane—Qr ti '� �/r d--' ` y� /sLLL l ii IJJ Dennis ' JI C�t� D /Jf rTriggs1 r--'Ave. -�n I 1 1 1 AVERAGE SCORE SHEET LARKIN/AIRLITE/FOOTHILL TRAFFIC SIGNAL CONSULTANTS KPlus TranSystems CMT Bloom Burns & McDonnell SELECTION TEAM Joe Evers 3 9 7 1 5 Steve Pertzborn 3 9 7 1 5 Chad Butzow 3 9 7 1 5 John Loete 3 r 9 5 1 7 Mike Hall 3 9 7 1 5 TOTAL SCORE 15.00 45.00 33.00 5.00 27.00 AVERAGE SCORE 3.00 9.00 6.60 1.00 5.40 Notes: Assign Scores based on the following formula: (9 - Highest, 7 - Second, 5 - Third, 3 - Fourth, 1 -Lowest) • QUALIFICATIONS RATING SHEET LARKIN/AIRLITE/FOOTHILL TRAFFIC SIGNAL 1 CONSULTANTS lulus_ TranSystems _ CMT _ Bloom Bums&McDonnell Joe Stave Chad John Mike Joe Steve Chad John Mike Joe Steve Chad John Mike •Joe Steve Chad John Mike Joe Steve Chad John Mike EVAL ATION FACTORS WEIGHT Evers Pertzbom Burs. Loete Hall Evers Pertzbom Butzow Loete Hall Evers Pertzbom Butzow Loete Hall Evers Pertzbom Butzow Loete Hall Evers Pertzbom Butzow Loete Hall 1 Project Manager Qualifications 0-25 23 17 20 19 23 23 18 21 20 23 ' 24 19 21 20 22 ' 23 18 20 18 22 23 20 21 20 23 Project Team Qualifications 0-25 21 18 20 20 22 24 20 22 21 23 24 21 22 20 25 20 17 20 19 23 24 20 21 20 24 Firm Experience 0-15 13 12 . 12 11 13 15 15 15 13 15 15 15 14 13 14 11 11 11 10 12 15 15 14 13 12 Scope of Services Proposed 0-20 17 16 16 16 17 18 19 19 19 20 18 18 17 16 18 16 13 14 14 16 17 17 18 19 18 Familiarity with Conditions 0-10 5 5 6 5 8 9 9 9 8 9 8 9 9 10 10 i 5 7 7 7 8 7 a 8 8 9 Technology 0-5 2 3 3 5 4 4 5 5 5 5 2 3 4 5 5 2 3 4 5 5 4 4 4 5 5 TOTALS 0-100 81 71 77 76 87 93 86 91 86 95 91 85 87 84 94 77 69 76 73 86 90 84 86 85 91 • • •