Loading...
07-222 Resolution No. 07-222 RESOLUTION AUTHORIZING EXECUTION OF A FIRST AMENDMENT AGREEMENT TO THE ENGINEERING SERVICES AGREEMENT WITH TRANSYSTEMS CORPORATION FOR THE LARKIN/AIRLITE/FOOTHILL INTERSECTION IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin, City Manager and Diane Robertson,City Clerk,be and are hereby authorized and directed to execute a First Amendment Agreement to the engineering services agreement with TranSystems Corporation for the Larkin/Airlite/Foothill Intersection Project, copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: September 12, 2007 Adopted: September 12, 2007 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk EXHIBIT A Amendment No. 1 • First Amendment Agreement This Amendment Agreement No. 1 is hereby made and entered into this 24th day of July 2007,by and between the City of Elgin, an Illinois Municipal Corporation (hereinafter referred to as"CITY") and TranSystems Corporation, a Missouri Corporation (hereinafter referred to as "ENGINEER"). WHEREAS,the parties hereto have previously entered into an Agreement dated February 23rd, 2005,attached hereto as Attachment"A" (hereinafter referred to as"ORIGINAL AGREEMENT")and WHEREAS,ORIGINAL AGREEMENT provided for a maximum payment of$178;483.53; and WHEREAS,the parties hereto have each determined it to be in their best interest to amend Original Agreement; and WHEREAS,the CITY has determined that the proposed scope of the PROJECT should be modified to include the preparation of a Plat of Highway and Legal Description for the acquisition of one(1)parcel involving a partial take for the construction of the traffic signal improvements, and WHEREAS,the circumstances necessitating these changes in performance contemplated by this amendment are germane to the original agreement as signed and this Amendment Agreement is the best interests of City and is authorized by law. NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged,the parties hereto herby agree as follows: 1. Section I(B)of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "ENGINEER shall also perform the additional services for the Design Engineering portion of the PROJECT to include preparation of a Plat of Highway and Legal Description for the acquisition of one (1)parcel involving a partial take.Also included are the title commitment and recording fees.For the Construction Engineering portion of the PROJECT,the fee has been increased to reflect the increase in the direct hourly rates of personnel that will be employed on the project attached hereto as Attachment B" 2. Section I(C) of the Original Agreement is hereby amended by adding the following additional text to the end thereof which reads as follows: "A detailed Scope of Services for the additional services provided by the First Amendment Agreement is attached hereto as Attachment C." • 410 First Amendment Agreement This ens ment Agreement No. 1 is hereby made and entered into this' day of iii'ill PAI 2007,by and between the City of Elgin,an Illinois Municipal Corporation (he -inaer referred to as"CITY")and TranSystems Corporation,a Missouri Corporation (hereinafter referred to as"ENGINEER"). WHEREAS,the parties hereto have previously entered into an Agreement dated February 23`a, 2005,attached hereto as Attachment"A"(hereinafter referred to as"ORIGINAL AGREEMENT")and WHEREAS,ORIGINAL AGREEMENT provided for a maximum payment of$178,483.53; and WHEREAS,the parties hereto have each determined it to be in their best interest to amend Original Agreement; and WHEREAS,the CITY has determined that the proposed scope of the PROJECT should be modified to include the preparation of a Plat of Highway and Legal Description for the acquisition of one(1)parcel involving a partial take for the construction of the traffic signal improvements,and WHEREAS,the circumstances necessitating these changes in performance contemplated by this amendment are germane to the original agreement as signed and this Amendment Agreement is the best interests of City and is authorized by law. NOW,THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration,the sufficiency of which is hereby mutually acknowledged,the parties hereto herby agree as follows: 1. Section I(C)of the Original Agreement is hereby amended by adding the following additional text at the end thereof which reads as follows: "Engineer shall also perform the additional services for the design engineering portion of the Project to include preparation of a plat of highway and legal description for the acquisition of one(1)parcel involving a partial take. Also included are the title commitment and recording fees. A detailed Scope of Services for the additional services provided by the First Amendment Agreement is attached hereto as Attachment A-1." 2. Paragraph IV(A)is hereby amended to read: "For services provided by the Engineer as described in Attachment A of the Original Agreement and Attachment A-1 in the First Amendment Agreement,Engineer shall be reimbursed at the rate of 2.98 times the direct hourly rate of personnel employed on this Project as set forth in Attachment B-1 of the First Amendment Agreement,with the total fee not to exceed$193,463.94 regardless of the actual time expended or actual costs incurred by the Engineer unless substantial modifications to the Scope of Work are authorized in writing by the Director." 3. Paragraph IV(B)is hereby amended to read"For outside services provided by other fines 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 constructed as part of the above-referenced amount of$193,463.94." 4. Paragraph IV(B)is hereby amended to read"A cost estimate of consultant services for the additional services provided by the First Amendment Agreement is attached hereto as Attachment C-1. Such consultant services fees shall be included with and construed as part of the above-referenced"not-to-exceed"amount of$193,463.94." 5. Except as amended by the First Amendment Agreement the Original Agreement between the parties shall remain full force and effect. CITY OF ELGIN TRANSYSTEMS CORPORATION BY:it a�..� By: YWI(Y. 414047F Anager Todd S.Bright Vice-President Attest- Attest: • /OP A_ _ ,� City Clerk �L.Fail Assistant Vice-President ATTACHMENT A :d AGREEMENT THIS AGREEMENT is hereby made and entered into this 23, Oday of - ! • , 2005, by and between the CITY OF ELGIN, Illinois, a municipal corporation (hereinafter ref; ed 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 ABy :... City Clerk Cit Manage ' • (SEAL) For the ENGINEER: Dated this 31st day of January , A.D., 2005 ATTEST: B4eit,L, b� • �� By/�i -C 1 Asst. Vice-Pr ent Vice-Preside (SEAL) 1 - 4 " ', 1 '� 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 T,rjSrsrEMs t$ CO?POr?AT/ON/7/:- 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 vSrsrEr is 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 DOT-Bureau of Traffic. d. Submit preliminary plans to utility companies for verification of utility conflicts. 3 T� JsISrsmvis C0,2P0/?AT/O/V nft 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, DOT 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 IDOT. 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 TaavSVsTE/ CO2P0/?AT/01\.//7/ 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 DOT in accordance with the policies of the said DOT. (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"xl7") "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 4(.ISys-mvis <<; , 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 III -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% L 7)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% ,2 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 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 (7)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 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% $0.0C . �t . %.._Al::l i kr.t . tz �, '6,_,f y.0'. r� 4 6 .1.1.;:,,:.„ t�'v .ti F .,M: + 5,�n._�i F= -,a.. ram„ 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 8 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% I:\ELGIN\Larkin-Airtight-Foothill\Final Contract 01-25-05\lAttachmenl C-Phase III CECS.xlslcecs 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 D 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:\ELGIMLarkin-Airtight-Foothill\Final Contract 01-25-05\[Attachment C-Phase III CECS.xls]avg 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 Attachment A-1: Scope of Services — Supplement 1 LarkinlAirlitelFoothill Traffic Signal Project SCOPE OF DESIGN ENGINEERING SERVICES 1. Right-of-Way Acquisitions Services (One(1) Parcel) a. Identification of property and initial notification to property owners. b. Preparation of Plat of Highway and Legal Description for the acquisition of one (1) parcel involving a partial take. All items identified on IDOT Plat of Highway checklist shall be performed, if required. c. Attend meetings with City Engineering staff throughout acquisition process. d. Order title commitment for the parcel that will be impacted by the project. e. Record all documents with Kane County. 1 an S,yte�� Attachment B-1: New Hourly Rates for Phase III Engineering Services Larkin/Airlite/Foothill Traffic Signal Project City of Elgin August 16, 2008 2004 Rates 2007 Rates Principal in Charge $ 70.00 Senior Project Manager(Highway/Construction) $ 65.08 Project Manager(Highway) $ 53.10 Construction Manager $ 47.06 $ 58.65 Chief Structural Engineer $ 70.00 Architect $ 46.42 Senior Project Engineer(Highway) $ 49.49 Senior Transportation Planner $ 50.26 Transportation Planner $ 33.88 Project Engineer(Highway) $ 39.03 $ 45.80 Resident Engineer $ 42.50 $ 50.24 Senior Resident Inspector $ 42.49 Resident Inspector $ 36.35 Assistant Resident Inspector $ 27.12 $ 34.18 Design Engineer Ill (Highway) $ 40.32 Design Engineer II (Highway) $ 33.05 Design Engineer I (Highway) $ 26.70 Construction Inspector V $ 52.59 Construction Inspector IV $ 37.91 Construction Inspector III $ 29.33 Construction Inspector I $ 17.49 Land Surveyor $ 39.20 $ 43.06 Survey Crew Chief $ 27.60 $ 30.42 Instrument Person $ 30.42 Rodman $ 16.18 $ 19.46 CADD Technician III $ 25.33 $ 27.53 CADD Technician II $ 24.63 CADD Technician I $ 19.46 Senior Administrator $ 46.22 Administrative Assistant $ 22.08 Attachment C-1 Cost Estimate of Design Services— Supplement 1 LarkinlAirlitelFoothill Traffic Signal Project COST OF DESIGN ENGINEERING SERVICES Plat and Legal Description preparation Labor Hours Labor Contract Multiplier Sub-Total Ben Pochyla 37 hours $1,456.02 2.98 $4,338.94 Direct Costs Title Commitment $500.00 Recording Fees $46.50 Total $4,885.44 Tran _, I; 1 ATTACHMENT C-1 T Illinois Department Cost Estimate of of Transportation Consultant Services Phase III Engineering Firm TranSystems Date 08/16/07 Route Larkin/Airlite/Foothill Section Overhead Rate 154.30% County Kane Job No. Complexity Factor 0 PTB& Item DBE Overhead In-House Fixed Outside Services DBE %of Drop Item Manhours Payroll & Direct Fee Direct By Total Total Grand Box Fringe Benefits Costs Costs Others Total (A) (B) (C) (D) (E) (F) (G) (B+C+D+E+F+G) (B+C+D+E+F+G) PRE-CONSTRUCTION MEETING 6 309.38 477.38 114.08 900.84 1.00% SHOP DRAWING REVIEW 8 366.40 565.35 135.10 1,066.85 1.19% CROSS SECTIONS 20 535.72 826.62 197.54 1,559.87 1.73% LAYOUT 35 1,027.75 1,585.82 378.97 2,992.55 3.33% CONSTRUCTION OBSERVATION 655 24,245.77 37,411.22 3,960 O11 9,514.46 80.00 '1 58n On 4.580 nn 79,791.46 88.69% MEETINGS AND COORDINATION 0.00 0.00 0.00 0.00% RECORD DRAWINGS 4 155.53 239.98 57.35 452.86 0.50% MEETINGS AND COORDINATION 4 183.20 282.67 67.55 533.42 0.59% PROJECT MANAGEMENT 4 183.20 282.67 67.55 533.42 0.59% QUALITY CONTROL AND ASSURANCE 16 732.79 1,130.70 270.21 2,133.70 2.37% TOTALS 752 27,739.74 42,802.42 3,960.00 10,802.81 80.00 4,580.00 4,580.00 89,964.97 100.00% DBE 5.09% Printed 8/16/2007 Page 3 BDE 025(Rev. 11/06) Department *Illinois of Transportation Average Hourly Project Rates Route Larkin/Airlite/Foothill Section County Kane Consultant TranSystems Date 08/16/07 Job No. PTB/Item Sheet 1 OF 1 Payroll Avg Total Project Rates PRE-CONSTRUCTION MEETINI SHOP DRAWING REVIEW CROSS SECTIONS LAYOUT CONSTRUCTION OBSERVATIO Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge 70.00 0 0 0 0 0 0 Senior Project Manager(Highv 65.08 0 0 0 0 0 0 Project Manager(Highway) 53.10 0 Construction Manager 58.65 2 0.27% 0.16 2 33.33% 19.55 0 0 0 0 Chief Structural Engineer 70.00 0 0 0 0 0 0 Architect 46.42 0 Senior Project Engineer(Highv 49.49 0 Senior Transportation Planner 50.26 0 Transportation Planner 33.88 0 Project Engineer(Highway) 45.80 46 6.12% 2.80 2 33.33% 15.27 8 100.00% 45.80 0 0 12 1.83% 0.84 Resident Engineer 50.24 111 14.76% 7.42 2 33.33% 16.75 0 0 0 107 16.34% 8.21 Senior Resident Inspector 42.49 0 0 0 0 0 0 Resident Inspector 36.35 0 Assistant Resident Inspector 34.18 545 72.47% 24.77 0 0 4 20.00% 6.84 5 14.29% 4.88 536 81.83% 27.97 Design Engineer III (Highway) 40.32 0 _ Design Engineer II (Highway) 33.05 0 0 0 0 0 0 Design Engineer I (Highway) 26.70 0 Construction Inspector V 52.59 0 . Construction Inspector IV 37.91 0 Construction Inspector III 29.33 0 0 0 0 0 0 Construction Inspector I 17.49 0 Land Surveyor 43.06 6 0.80% 0.34 0 0 0 6 17.14% 7.38 0 Survey Crew Chief 30.42 20 2.66% 0.81 0 0 8 40.00% 12.17 12 34.29% 10.43 0 Instrument Person 30.42 0 Rodman 19.46 20 2.66% 0.52 0 0 8 40.00% 7.78 12 34.29% 6.67 0 CADD Technician III 27.53 2 0.27% 0.07 0 0 0 s 0 0 CADD Technician II 24.63 0 CADD Technician I 19.46 0 Senior Administrator 46.22 0 Administrative Assistant 22.08 0 0 0 0 0 0 TOTALS 752 100% $36.89 6 100% $51.56 8 100% $45.80 20 100% $26.79 35 100% $29.36 655 100% $37.02 BDE 025(Rev. 11/06) Printed 8/16/2007 Page 4 Illinois Department of Transportation Average Hourly Project Rates Route Larkin/Airlite/Foothill Section County Kane Consultant TranSystems Date 08/16/07 Job No. PTB/Item Sheet 2 OF 1 Payroll Avg MEETINGS AND COORDINATIO RECORD DRAWINGS MEETINGS AND COORDINATIO PROJECT MANAGEMENT QUALITY CONTROL AND ASSL Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge 70.00 0 0 0 0 0 Senior Project Manager(High\ 65.08 0 0 0 0 0 Project Manager(Highway) 53.10 Construction Manager 58.65 0 0 0 0 0 Chief Structural Engineer 70.00 0 0 0 0 0 Architect 46.42 Senior Project Engineer(High\ 49.49 Senior Transportation Planner 50.26 Transportation Planner 33.88 Project Engineer(Highway) 45.80 0 0 4 100.00% 45.80 4 100.00% 45.80 16 100.00% 45.80 Resident Engineer 50.24 0 2 50.00% 25.12 0 0 0 Senior Resident Inspector 42.49 0 0 0 0 0 Resident Inspector 36.35 Assistant Resident Inspector 34.18 0 0 0 0 0 Design Engineer III (Highway) 40.32 Design Engineer II (Highway) 33.05 0 0 0 0 0 Design Engineer I (Highway) 26.70 Construction Inspector V 52.59 Construction Inspector IV 37.91 Construction Inspector III 29.33 0 0 0 0 0 Construction Inspector I 17.49 Land Surveyor 43.06 0 0 0 0 0 Survey Crew Chief 30.42 0 0 0 0 0 Instrument Person 30.42 Rodman 19.46 0 0 0 0 0 CADD Technician III 27.53 0 2 50.00% 13.76 0 0 0 CADD Technician II 24.63 CADD Technician I 19.46 Senior Administrator 46.22 Administrative Assistant 22.08 0 0 0 0 0 TOTALS 0 0% $0.00 4 100% $38.88 4 100% $45.80 4 100% $45.80 16 100% $45.80 0 0°/, $0.00 BDE 025(Rev. 11/06) Printed 8/16/2007 Page 5 MAN HOUR UTILIZATION WORKSHEET ROUTE: Larkin/Airlite/Foothill SECTION Firm: TranSystems Date: July 2,2007 PROJECT Traffic Signals COUNTY:Kane JOB NO.: . 6 N 13 C , Z O T a T V oC o U _ yW c o m5o w _ U D s_ 21. i £ o m 1 u . TASK 2 .1.2 -Pe c 2 c `a o 5, eo c n a s a 2= S a ',' o < v1_ ` ` ` m= r = u _ OCONSTRUCTION OBSERVATION aui2 u2 uwa? rwaL = o= i _I Lac u= a< fS 1- 1 1 PRE-CONSTRUCTION MEETING 1.1 2 _ 2 2 6 SUBTOTAL 0 0 2 0 2 2 0 0 0 0 0 0 0 0 0 6 2 SHOP DRAWING REVIEW 2.1 Structural Plans 0 2.2 Electrical-Catalog Cuts B 8 2.3 Misc.Review 0 SUBTOTAL 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 8 3 CROSS-SECTIONS 3.1 Before Cross Sections 4 4 _ 8 3.2 After Cross Sections 4 4 8 3.3 Quantity Calculation 4 4 SUBTOTAL 0 0 0 0 0 0 0 4 0 0 0 8 8 0 0 20 4 LAYOUT, 4.1 Center Line and Stationing 1 2 2 5 4.2 Row/Easement Layout 1 2 2 5 4.3 Drainage Structure Layout 1 2 2 5 4.4 Sanitary Sewer Layout0 4.5 Watermain Layout0 4.6 Pavement/Curb Layout 1 2 2 5 4.7 Structural Layout0 4.8 Pavement Marking and Signs Layout 2 _ 2 4.9 Lighting Layout _ _ 1 2 2 5 4.10 Traffic Signals Layout _ , 1 2 2 5 4.11 Misc.Layout 2 2 4.12 Removal Limits 1 1 SUBTOTAL 0 0 0 0 0 0 0 5 0 0 6 12 12 0 0 35 5 CONSTRUCTION OBSERVATION 5.1 Observation and Records 8 80 485573 52 Weekly Meeting 4 6 6 16 5.3 Pay Estimates 1 5 6 5.4 Final Quantities 20 - 40 60 SUBTOTAL 0 0 D 0 12 107 0 536 0 0 0 0 0 0 0• 655 6 MEETINGS AND COORDINATION 6.1 Utilities 0 6.2 Public Meetings0 6.3 Other Agencies • 0 SUBTOTAL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -7 RECORD DRAWINGS ' 7.1 2 2 4 • SUBTOTAL 0 0 0 0 0 2 0 0 0 0 0 0 0 2 0 4 CONSTRUCTION OBSERVATIONS 0 1 0 1 2 1 0 1 22 1 111 1 0 1545 1 0 I 0 1 6 1 20 1 20 1 2 1 0 I 728 is _ 13. - a' _ 9 +11 o L "= u - _ y . u a B ' .N B Y 5. c re ▪ U ow W ° au ' O2 g El w= c o o _ TASK • o2 221.` og- N N ''' Ll. Z -5 o 'Ef, 7i ADMIN/MANAGEMENT a 84= 8; 86 Lt ¢ ii = .i2 o? 8 = 3 in L¢i= Tr Z oo I-- 8'MEETINGS AND COORDINATION 4 4 - SUBTOTAL 0 0 0 0 4 0 0 0 0 0 0 0 0 0 0 4 9'PROJECT MANAGEMENT 4 4 SUBTOTAL 0 0 0 0 4 0 0 0 0 0 0 0 0 0 0 4 10'QUALITY CONTROL AND ASSURANCE 16 16 SUBTOTAL 0 0 0 0 16 0 0 0 0 0 0 0 0 0 0 16 ADMIN/MANAGEMENT' O 10 J D I 0 1 24 1 0 J 0 I 0 J 0 1 0 0 J 0 1 0 O J 0 1 24 TOTAL' 0 10 I 2 I 0 146 1111 10 I 545 10 1 0 J 6 I 20 1 20 12 10 J 752 PERCENT PARTICIPATION 0.0% 0.0% 0.3% 0.0% 6.1% 14.8% 0.0% 72.5% 0.0% 0.0% 0.8% 2.7% 2.7% 0.3% 0.0% 100.0% CfDncwseu sad SntimpmjelknlMP Decemeen.Anpeeb'F.Iiie:PYes]`(Larkin Sckedde RevisdsLUFSckedde DIRECT COST SUMMARY ROUTE: Larkin/Airlite/Foothill SECTION: Firm: TranSystems PROJECT:Traffic Signals COUNTY: Kane Date: July 2, 2007 JOB NO.: In-House Outside 1. Construction Observation Vehicle 88 days @ $45.00/Day $ 3,960.00 $ - Reproductions-24"X36" 100 sheets @ $0.80 /sheet $ - $ 80.00 Photocopies-8"x10" sheets @ $0.10 /sheet Photocopies- 11"x17" sheets @ $0.15 /sheet Mylar Reproductions -24"x36" sheets @ $9.00 /sheet $ - FedEx mailings @ $10.00 /sheet $ - SUBTOTAL $ 3,960.00 $ 80.00 2. Admin. & Management Photocopies-8"x10" sheets @ $0.10 /sheet SUBTOTAL TOTAL DIRECT COSTS $ 3,960.00 $ 80.00 C:\Documents and Settings\ajalbert\My Documents\Proposals\Elgin\Phase 3\[Larkin Schedule Revised.xls]Schedule SERVICES BY OTHERS SUMMARY ROUTE: Larkin/Airlite/Foothill SECTION: Firm: TranSystems PROJECT:Traffic Signals COUNTY: Kane Date: June 25, 2007 JOB NO.: 1. Construction Observation GEO Services $ 4,580.00 (Material Inspection) SUBTOTAL $ 4,580.00 2. Admin. & Management SUBTOTAL $ - TOTAL SERVICES BY OTHERS COSTS $ 4,580.00 C:\Documents and Settings\ajalbert\My Documents\Proposals\Elgin\Phase 3\[Larkin Schedule Revised.xls]Schedule Geo Services, Inc. Geotechnical,Environmental and Civil Engineering An MAF•nEF Fivn, July 17, 2007 TranSystems Corporation 222 South Riverside Plaza, Suite 2320 Chicago, IL 60606 Attention: Michael Lev, PE Proposal Number 07604 Re: Traffic Signal Installation, Widening & Resurfacing Elgin, IL Dear Mr. Lev: Geo Services, Inc., (GSI) a certified, union (local 150), MBE/DBE Geotechnical/ Environmental/Materials Testing/Drilling firm, is pleased to submit this proposal to the TranSystems Corporation for construction material testing & inspection services for the above referenced project. The project involves providing material testing, and laboratory services for Traffic Signal Installation, Widening and Resurfacing Project at Elgin, Illinois. Services will include, but not be limited to the following: 1. Concrete Field Inspections 2. Asphalt Field Inspections 3. Laboratory Testing 4. Documentation We propose to provide Quality Assurance Testing Services on a unit price basis according to the attached Unit Rates of Consultant Services. GSI has over of twelve (12) certified field inspectors and we are certified by IDOT in the areas of Geotechnical Engineering and Construction Inspection. Andrew Ptak, P.E., will serve as the Quality Assurance Manager for the geotechnical work assignments and Antonio Devia for the material testing work assignments and they will have overall responsibility for the field quality assurance services at the jobsite. Mr. Raj Singla (Level III Concrete / Level II Asphalt) will be the lead on-site field supervision for all quality control work. Mr. Singla has extensive experience working on CDOT, IDOT and City pavement testing (Concrete/Asphalt); most recently performing QC inspection work on CDOT, Chicago, Illinois, Additional Level I/II Technicians will be assigned to the project as required. For schedule of technicians, Antonio Devia should be contacted. The following are the contact phone numbers for Mr. Devia. Office: (847) 253-3845 ext. 203 Cell: (847) 376-0771 805 Amherst Court,Suite 204♦ Naperville,IL 60565-3448♦ Phone(630)305-9186♦ Fax(630)355-2838 www.geoservicesinc.net GEO SERVICES,INC. TRANSYSTEMS CORPORATION MATERIAL TESTING SERVICES TRAFFIC SIGNAL INSTALLATION,WIDENING AND RESURFACING PROPOSAL NUMBER 07604 CITY OF ELGIN,ILLINOIS GSI requires that field inspection requests be placed not later than 3:00 PM the day before the planned field activities by calling our materials Project Manager. GSI personnel will report to the job site a minimum of 15-minutes prior to scheduled start of work. All contract correspondence should be directed to our corporate office at 805 Amherst Court Suite 204, Naperville, Illinois 60565 (630) 305-9186, attention Julian Rueda, President. All fieldwork will be performed out of our Arlington Heights office. Geo Services Inc. will perform all laboratories testing at our facility located at 1235 East Davis Street, Arlington Heights, Illinois. Geo Services Inc. laboratory is certified by AASHTO, AMRL and IDOT. GSI Laboratory meets the requirements of AASHTO R18; Establishing and Implementing a Quality System for Construction Materials Testing Laboratories and ASTM C1077; Standard Practice for Laboratory Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. The following outside agencies routinely inspect GSI facilities: 1 AASHTO Materials Reference Laboratories (AMRL) for Concrete, Soils Aggregates and Hot Mix Asphalt 2 Cement and Concrete Reference Laboratories (CCRL) at the National Institute of Standards (NIST) 3 Illinois Department of Transportation (IDOT) All Laboratory work will be performed by ACI and IDOT Portland Cement Concrete and Asphalt Certified Technicians, in accordance with the ACI and IDOT certification programs. Geo Services Inc. Laboratory meets the requirements of IDOT QC/QA Concrete Production laboratory and equipment. Geo Services Inc. maintains, and calibrates equipment as required. Geo Services, Inc. has provided materials testing services on projects of all sizes in the Chicago Metro Area, and has a fully qualified staff of engineers and IDOT QA/QC certified technicians to perform both simple and complex field inspection duties for soil, concrete and asphalt construction for state, Tollway, city and municipality projects. Our inspectors are well skilled in properly completing all necessary IDOT inspection forms. Phone number for the GSI key personal to be assigned to this project is as follow: Antonio Devia Office: (847) 253-3845 x203 Cell: (847) 376-0771 Overtime (1.5 X normal rate) will be charged for work over 8 hour per day, 40 hours per week and weekend work. The minimum charge upon mobilization to the jobsite is 4-hours per day and charges are portal to portal from our Arlington Heights facility. For the scope of work proposed, we recommend a project budget of $4,580.00 for the work; however, the final compensation will depend upon the actual number of laboratory tests performed and technical time expended for this project. All work will be performed in accordance with the attached General Conditions. Labor rates provided in this proposal are based on current union collective bargaining agreement and applicable Prevailing Wage Rates. 17 JULY 07 PAGE 2 OF 6 GEO SERVICES,INC. TRANSYSTEMS CORPORATION MATERIAL TESTING SERVICES TRAFFIC SIGNAL INSTALLATION,WIDENING AND RESURFACING PROPOSAL NUMBER 07604 CITY OF ELGIN,ILLINOIS Geo Services, Inc. appreciates the opportunity of being of service to you on this project and look forward to hearing from you when work is ready to begin. If there are any questions regarding the information submitted herein, please do not hesitate to contact us. Very truly yours, GEO SERVICES, INC. L--Y Drew Ptak, P.E. Antonio Devia Project Manager Project Engineer Enc. Accepted for TranSystems Corporation. By Date 17 JULY 07 PAGE 3 OF 6 GEO SERVICES,INC. TRANSYSTEMS CORPORATION MATERIAL TESTING SERVICES TRAFFIC SIGNAL INSTALLATION,WIDENING AND RESURFACING PROPOSAL NUMBER 07604 CITY OF ELGIN,ILLINOIS COST ESTIMATE OF CONSULTANT SERVICES CONSULTANT: Geo Services,Inc. PROJECT: Traffic Signal Instalation,Widening and Resurfacing PROJECT NO.: 07604 SPECIFICATION NO.: DATE: July 17,2007 Description Unit Quantity Unit Cost Total Cost Laboratory Testing Concrete Comp.Strength(reg) EA 4.00 15.00 60.00 Field Services Nuclear Gauge DAYS 8.00 50.00 400.00 Sample Pick-up Charge EA 1.00 150.00 150.00 QA/QC Materials tester I HOUR 36.00 70.00 2,520.00 QA/QC Materials tester II HOUR 8.00 80.00 640.00 Vehicle DAYS 9.00 40.00 360.00 Engineering/Project Management _ Project Engineer HOUR 4.00 100.00 400.00 Administrative Assistant HOUR 1.00 50.00 50.00 TOTAL 4,580.00 17 JULY 07 PAGE 4 OF 6 GEO SERVICES,INC. TRANSYSTEMS CORPORATION MATERIAL TESTING SERVICES TRAFFIC SIGNAL INSTALLATION,WIDENING AND RESURFACING PROPOSAL NUMBER 07604 CITY OF ELGIN,ILLINOIS GENERAL CONDITIONS SECTION 1: SCOPE OF WORK: Geo Services,Inc.(GSI)shall perform the services defined in the Agreement and shall invoice the client for those services according to the rates and unit charges indicated in the Agreement. Any cost estimates stated in this Agreement shall not be considered as a firm figure unless otherwise specifically stated in this contract. If unexpected site conditions are discovered, the scope of work may change even as the work is in progress. 051 will provide these additional services at the agreed upon rates and unit charges. Rates for work beyond the scope of this Agreement and not covered in the Agreement can be provided. GSI can perform additional work with prior authorization,and will provide confirmation of fees. All costs incurred because of delays in authorizing the additional work will be billed to the client. Fee schedules are valid for one year following the date of the Agreement unless otherwise noted. Initiation of services by GSI pursuant to this proposal will incorporate these terms and conditions. SECTION 2: ACCESS TO SITES,PERMITS AND APPROVALS: Unless otherwise agreed,the client will furnish 051 with right-of- access to the site in order to perform the work. While GSI will take all reasonable precautions to minimize any damage to the property,it is understood by the client that in the normal course of work some damage may occur,the restoration of which is not part of this agreement. Unless otherwise agreed, the client will secure all necessary approvals, permits, licenses and consents necessary to the performance of the services hereunder. SECTION 3: SOIL BORING AND TEST LOCATIONS: The accuracy and proximity of provided survey control will affect the accuracy of in-situ test location and elevation determinations. Unless otherwise noted,the accuracy of test locations and elevations will commensurate only with pacing and approximate measurements or estimates. If greater accuracy is required,the services of a professional surveyor should be obtained. The client will furnish GSI with a diagram indicating the location of the site. Boring and test locations may also be indicated on the diagram. 051 reserves the right to deviate a reasonable distance from the boring and test locations unless this right is specifically revoked by the client in writing at the time the diagram is supplied. GSI reserves the right to terminate this Agreement if conditions preventing drilling at the specified locations are encountered which were not made known to GSI prior to the date of this contract. SECTION 4: UTILITIES: In the performance of its work, 051 will take all reasonable precautions to avoid damage or injury to subterranean structures or utilities. The client agrees to hold GSI harmless and indemnify GSI for any claims,payments or other liability, including costs and attorney fees, incurred by GSI for any damages to subterranean structures or utilities which are not called to GSI's attention and correctly shown on the plans furnished to GSI. SECTION 5: UNANTICIPATED HAZARDOUS MATERIALS: It shall be the duty of the owner,the client,or their representative to advise GSI of any known or suspected hazardous substances which are or may be related to the services provided;such hazardous substances include but are not limited to products, materials, by-products,wastes or samples of the foregoing which GSI may be provided or obtain while performing its services or which hazardous substances exist or may exist on or near any premises upon which work is to be performed by GSI employees,agents or subcontractors. SECTION 6: DISPOSAL OF HAZARDOUS MATERIALS: GSI does not create,generate or at any time own or take possession or ownership of or arrange for transport, disposal or treatment of hazardous materials as a result of its exploration services. All hazardous materials,including but not limited to samples,drilling fluids,decontamination fluids,development fluids,soil cuttings and tailings, and used disposable protective gear and equipment, are the property of the client, and responsibility for proper transportation and disposal is the client's unless prior contractual arrangements are made. All laboratory and field equipment that cannot readily and adequately be cleansed of its hazardous contaminants shall become the property and responsibility of the client. The client shall purchase all such equipment and it shall be turned over to the client for proper disposal unless prior alternate contractual arrangements are made. SECTION 7: REPORTS AND INVOICES: GSI will furnish three copies of the report to the client. The client will be billed for any additional copies requested. GSI will submit invoices to the client monthly and a final bill upon completion of services. Payment is due upon presentation of invoice and is past due thirty(30)days from the invoice date. Client agrees to pay a finance charge of one and one-half percent(1-1/2%)per month,but not exceeding the maximum rate allowed by law,on past due accounts. Client also agrees to pay all costs and expenses, including reasonable attorney fees incurred by GSI relating to collection procedures on overdue accounts. Failure of client to abide by the provisions of this section will be considered ground for termination of this agreement by GSI. SECTION 8: OWNERSHIP OF DOCUMENTS: All reports, boring logs,field data,field notes,laboratory test data, calculations, estimates,and other documents prepared by GSI as instruments of service,shall remain the property of GSI unless there are other contractual agreements. SECTION 9: CONFIDENTIALITY: GSI shall hold confidential all business or technical information obtained from the client or his affiliates or generated in the performance of services under this agreement and identified in writing by the client as"confidential". GSI shall not disclose such information without the client's consent except to the extent required for: 1) Performance of services under this agreement;2)Compliance with professional or ethical standards of conduct for preservation of public safety,health,and 17 JULY 07 PAGE 5 OF 6 GEO SERVICES,INC. TRANSYSTEMS CORPORATION MATERIAL TESTING SERVICES TRAFFIC SIGNAL INSTALLATION,WIDENING AND RESURFACING PROPOSAL NUMBER 07604 CITY OF ELGIN,ILLINOIS welfare;3)Compliance with any court order or other governmental directive and/or,4)Protection of GSI against claims or liabilities arising from performance of services under this agreement. GSI's obligation hereunder shall not apply to information in the public domain or lawfully acquired on a non-confidential basis from others. SECTION 10: STANDARD OF CARE: Services performed by GSI under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions in the same locale. No other warranty,expressed or implied,is made or intended by the proposal for consulting services or by furnishing oral or written reports of the findings made. The client recognizes that subsurface conditions may vary from those encountered at the location where borings,surveys,tests or explorations are made by GSI and that the data,interpretations and recommendations of GSI are based solely upon the data available to GSI. GSI will be responsible for those data, interpretations and recommendations,but shall not be responsible for the interpretations by others of the information developed. SECTION 11: SAFETY: GSI has adopted safety policy procedures for its personnel when providing services at known or suspected hazardous waste sites. GSI personnel will adhere to these procedures,as site conditions require. GSI is not responsible or liable for injuries or damage incurred by third parties who are not employees of GSI. It is understood that GSI will not be responsible for job or site safety of the project. Job and site safety will be the sole responsibility of the contractor unless contracted to others. SECTION 12: SUBPOENAS: The client is responsible,after notification,for payment of time charges and expenses resulting from the required response by GSI to subpoenas issued by any party other than GSI in conjunction with work performed under this contract Charges are based on fee schedules in effect at the time the subpoena is served. SECTION 13: LIMITATION OF LIABILITY: The client agrees to limit GSI's liability to the owner,all construction contractors and subcontractors on the project and any third party arising from GSI's professional acts,errors or omissions,or omissions or breach of Agreement or other cause of action, such that the total aggregate liability of GSI to all those named shall not exceed$10,000 or GSI's total fee for the services rendered on this project,whichever is greater,and client hereby releases GSI from any liability above such amount. The client further agrees to require of the contractor and his subcontractors an identical limitation of GSI's liability for damages suffered by the contractor or the subcontractor arising from GSI's performance of services. Neither the contractor nor any of his subcontractors assumes any liability for damages to others,which may arise on account of GSI's professional acts,errors or omissions. SECTION 14: INSURANCE: GSI carries worker's compensation and employer's liability insurance and has coverage under public liability and property damage insurance policies. Certificates for all such policies of insurance will be provided to client upon request. Within the limits and conditions of such insurance,GSI agrees to indemnify and save client harmless from and against any loss,damage, injury or liability arising from any negligent acts of GSI, its employees, agents,subcontractors and their employees and agents. GSI shall not be responsible for any loss, damage or liability beyond the amounts, limits and conditions of such insurance. GSI shall not be responsible for any loss, damage or liability arising from any acts by a client, its agents, staff consultants employed by others,or other third parties who are not employees of GSI. SECTION 15: INDEMNITY: The client acknowledges that GSI has neither created nor contributed to the creation or existence of any hazardous, radioactive, toxic, irritant, pollutant, or otherwise dangerous substances or conditions at the site. Accordingly, except as expressly provided in this contract,the Client waives any claim against GSI and agrees to indemnify and save GSI, its agents, and employees harmless from any claim, liability or defense cost, including but not limited to attorney fees and other incidental costs, for injury or loss sustained by any party from such exposures allegedly arising out of or related to GSI's performance of services hereunder. Client and GSI agree that they will not be liable to each other, under any circumstances,for special,consequential or punitive damages arising out of or related to this Contract. SECTION 16: SAMPLES: GSI will retain all soil and rock samples that are transported to GSI laboratories for 30 days after submission of the report. Further storage or transfer of samples can be made at client expense upon written request. SECTION 17: SEVERABILITY: If any of the provisions contained in this Agreement are held illegal,invalid,or unenforceable,the enforceability of the remaining provisions will not be impaired. SECTION 18: TERMINATION: This Agreement may be terminated by either party upon seven(7)days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof. Such termination shall not be effective if that substantial failure has been remedied before expiration of the period specified in the written notice. In the event of termination,GSI shall be paid for services performed to the termination notice date plus reasonable termination expenses. Expenses of termination or suspension shall include all direct costs of GSI required to complete analyses and records necessary to complete its files and may also include a report on the services performed to the date of notice of termination or suspension. SECTION 19: PRECEDENCE: These General Conditions shall take precedence over any inconsistent or contradictory provisions contained in any proposal,contract,purchase order,requisition,notice to proceed,or like document regarding GSI's services. • 17JULY 07 • PAGE6OF6 .so OF EC C' es. 0 0,n„ ,,,i, • Agenda Item No. ,; City of Elgin r �I, , -04,„i D i“:'' \ elk ^ August 17, 2007 tp ' Pri r� , ,,,, �E, , „„. ,, , TO: Mayor and Members of the City Council i ` FROM: Olufemi Folarin, City Manager David Lawry, P.E., General Se ices Group Director,rthincially Mtbl' City C,ov ernnit itt SUBJECT: Amendment No. 1 to an 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 Amendment No. 1 to the agreement with TranSystems Corporation for additional design and construction engineering services for the Larkin/Airlite/Foothill Intersection Improvement Project. RECOMMENDATION It is recommended that the City Council authorize the City Manager to Execute Amendment No. 1 to the agreement with TranSystems Corporation in the amount of $14,980 for the Larkin/Airlite/Foothill Intersection Improvement Project. BACKGROUND The City Council, at its meeting on February 9, 2005 authorized an agreement with TranSystems Corporation for design and construction engineering services for improvements to the Larkin/Airlite/Foothill intersection. The improvements will include the addition of traffic signals at the intersection, widening of Larkin Avenue and resurfacing of the intersection. The contract for construction of the improvements was awarded to Alliance Contractors at the August 8, 2007 Council Meeting. Amendment No. 1 includes compensation for preparation of plats and legals ($4,885) for R.O.W. acquisition and additional compensation for construction engineering services ($10,094), for a total of $14,980. The new not-to-exceed contract amount is $193,463. When the original agreement was approved it did not include services to acquire additional R.O.W. The additional R.O.W. was needed to accommodate widening on Larkin Avenue. The additional cost for construction engineering is for increased billing rates since the original agreement was executed in 2005. It was pointed out at the time of award of the original agreement that construction inspection fees would probably need to be increased because the final project scope was not eP6' known and that costs would increase over time. t Amendment#1-Larkin/Airlite/Foothill Inters. Impr. • August 17, 2007 Page 2 A copy of Amendment No. 1 is attached as Exhibit A. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None Vik.FINANCIAL IMPACT Amendment No. 1 to the agreement with TranSystems will total $14,980. Funding is included in the Riverboat Fund, account number 275-0000-791.93-80, "Public Ways-Street Improvements" project number 339796, "Larkin/Airlite Intersection Improvements ($822,000 budgeted and $7 988 available). The new not-to-exceed contract amount will be $193,463. GAL IMPACT None ALTERNATIVES 1. The City Council may choose to approve Amendment No. 1 to the Engineering Services Agreement with TransSystems Corporation. 2. The City Council may choose not to approve amendment No. 1 to the Engineering Services Agreement with TranSystems Corporation. Respectfully submitted for Council consideration. (do) Attachment