Loading...
07-83 Resolution No. 07-83 RESOLUTION AUTHORIZING EXECUTION OF AN A I' EMENT WITH CRAWFORD MURPHY& TIL Y, INC. FOR THE U.S. ROUTE 20 CORRID OR STUDY BE IT RESOLVED BY THE CITY COUNCIL OF T E CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Dolonna Mecum,City Cl-rk,be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Crawford Murphy&Tilly,Inc., for the U.S. Route 20 Corridor Study, a copy of which is attac ed hereto and made a part hereof by reference. s/Eui Schock Ed S hock, Mayor Presented: April 11, 2007 Adopted: April 11, 2007 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk I cmF f` Agenda Item No. \(`n , �," City of Elgin 4 ,7 d � V March 9, 2007 r TO: Mayor and Members of the City Council FROM: Olufemi Folarin, City Manager John Loete, Public Works Dire or rr,astciau} lith 1 City Government SUBJECT: Engineering Services Agreement with Crawford, Murphy & Tilly for the U.S. Route 20 Corridor Study PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider an agreement with Crawford, Murphy & Tilly (CMT) for the U.S. Route 20 Corridor Study. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute the agreement with CMT in the not-to-exceed amount of$199,285.73 BACKGROUND The City is experiencing significant growth westward along the U.S. Route 20 corridor. This residential and commercial development will require access to U.S. Route 20 at logical locations. Access is controlled by the Illinois Department of Transportation (IDOT) who has been hesitant to provide the access requested by developers without significant improvements to the roadway. The proposed study will provide for an update to the existing IDOT Strategic Regional Arterial (SRA) Study of U.S. Route 20 between Randall Road and Marshall Road in Kane County. The updated study will provide for a higher level of detail to determine the actual improvement needs now (immediate to 7 years out) versus in the future (8 to 20 years out). The intent will be to convince IDOT that permits can be issued for access without requiring large and costly expansion of U.S. Route 20 in the immediate future. In general, the study will include traffic counts, traffic projections due to anticipated development, intersection design studies, determination of future right-of-way requirements and geometric improvements. This information will be compiled for immediate and long term needs. a The ultimate goal of the report is to prove to IDOT that a three lane rural cross section can accommodate the existing traffic as well as developmentgenerated traffic, including new intersections, for the next seven years. U.S. Route 20 Corridor Study March 9, 2007 Page 2 Requests for proposals for the subject project were solicited from five firms with proposals being submitted by four firms on February 2, 2007. The four firms submitting proposals were Bollinger, Lach & Assoc., CMT, HNTB and T.Y. Lin. A staff selection committee evaluated the four proposals, with CMT being selected the most qualified firm. Upon selection, CMT met with staff to finalize the project scope and negotiate a project fee. The final negotiated fee is $199,285.73. A project location map is attached as Exhibit A. A copy of the results of the selection process is attached as Exhibit B. A copy of the Engineering Services Agreement is attached as Exhibit C. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None INANCIAL IMPACT The agreement with CMT will total $199,285.73. This item was not included in the 2007 Budget or the 2007-2011 Financial Plan. Therefore, a budget transfer will be necessary to fund this initiative. Funding in the amount of $247,000 is available in the Riverboat Fund, account number 275-0000-791.92-32, project number 039689, "Kimball/Douglas Parking Development". This project can be delayed until 2008 and subsequently rebudgeted. If approved by the City Council, a project will be established with the necessary appropriation of $200,000 in the Riverboat Fund, account number 275-0000-791.30-99. EGALIMPACT �d ►' None ALTERNATIVES 1. The City Council may choose to approve the engineering services agreement with CMT as recommended. 2. The City Council may choose to not approve the agreement with CMT and direct staff to proceed differently. Respectfully submitted for Council consideration. CI' (do) Attachments 0 EXHIBIT A Project Location Map 0 0 • • • • • • ea Q • • 0, t• ' S . ` t' • . • _.-•••-- "'';--;:' ' '• "r 4\9_3/15' 1.r ` 4,e . y,,,.w s a, "tom v;• E S .........,.....i.-:.V t-t } 1 1 �`' e• '' .;i YA�k s ;n'.:v 1Y..r v r..°t'^ ,r� 1`+` ® ▪ • • Y ' 'C �=A- Y 9nt�'L' k i ,. " ;a..,.,.-.7Q.3.:: 95 :�y-' IADK r:•• ,• �t ' ata�4e r+ r 1 .`7 I \s f. L'-.2.'".o. ° j ••---7.1:1__.'"C..1". x „-A-9.-.."--' 1 E 2t J. -e.' N\ B f_h'-' ca ' A T'r` a� 3 r. : -AA,::.• C `� ..3�`r l-Y f2 1.•'' 4. 4. G� \� c y '# �S :"ts ,,) t� J, i bias z �x'� -4` y,;,*t ti \� ' '/ SL , • t ,- f"4-: ? ).,k �� L•. b ; a , wN�. �f. .,!•r �/��ie y a:� ` .4, '� (. �k. 1T; 1 , 4 , t�r ` � t Ag. 1 •w:>R'��. .(. 1 `°����t�'�` }Y'��• • �r`F+�r. « t '8� , 4F'� -;z�7° 4'�i �y. ! .. -• �4W3��W; �. :-S `.' a �►j„ti '"r• f-� • At.. • .`: ' '- ;1 .. ,"e';.,. ,j i'V' R\ " W :'0.10& '�f .1 jr.;11 y ..a4,� y, • rte'" '3'i ;.•••':,..:•l M-2_,,,1„,,,--•.:-•,-.""f p :�,; .- t 1 _ ' �Vr `r�{..' .�`.: �s ,,, r.'• '.�. '._�" :�:r £ fir',' f' • �v` �.`J . jwf 1 f yt SRC 1.. f t R �y g" i" ♦1��t5 ' t� �� •�.: • ' • / 12 .� � - k T �,� 3fP ¢'y h�fes'. ���.R 1' r1']l �y �• ;!%/� r, ...,,,,,:••••-• , •4' yaR$s' Blat1� 4.1i-to imi Q .l 7 ffaa6b fi•l�: — t>. ,4, .. .. y?;y, �r�,� ,'`'z i;: fk'" - �' f es . ',tY a5.1,_._ .t 0 �,�ra •r., . , .. ? �, , .,,„.„..,.,. .-„:..-. �-. _ l r,Vii. ,•:7,4,,,,,..: 7 _ , -, •i3..!;•,._,•2}--,-...!:-:-.7;;:-_ ' -�-:.•.'t. xtcy } k .,uy.M r,�,t.y. ,ytt .,C t', "" 2J f 13�. 'r"`, j•>�• x• b 5'''1 ,t`,� .•:':4-..• '� W. �t+' `i:••{*'%3r Ae '1A ..�C'h` .rl .,fit 1'''-� 'vt.:i.'7': d r ... f 'a _.Z. ....„-761.\.._,...-...''\.,.\‘ �A:.\'''',s:.!. • �- i"� " � " �:! L say.,.�, ! 4" tr lw • ' � `. r,,.t'+..',4 i A5 « M1:1::::,,,...,.: �^ ., yp $, • {ft 7�S �y w t L C c E S;. �f/ �•wyl �/ -'','�,..,'lsl ,�Y ,'•. '{'2s Rf yu � +'.p'tS�?? £ i. f, b f.• t ;�'i . L Q e. Rd. ,a .t r: t ?�� ..t, i y F '? • t o.. ;4 FWPPb�t48t 'RN): "t'�y� v kti+ ; � } �. $'a ` , i"!y -" :. J Ar (� ik .f • , • a 1 ,at, - R \ d� a. ►• r J! .y..:. 1 .f.a•F r a Y 3. • �� as, f r a z Ce t ® .•••:i.••••,•; . . t-' ` .:� ,r �rx ` Few �„ t t .22 . PAciFIC ` f a 4 Rd• Spring \f 35 'i :e'yr �"� f r-s J ;- .,,it ;,t• 9k wF, �, 1 t ' - / t• V• t• `t1 .—i '•1� -Y� , _,�▪gV� , ▪ 2,3 �� 1J1 to k , �; `y % :?Ft f a U,�•'''.a. :woo-re 1 ' 1.t �� j -r rGyt � F .1 • \ \ 1 111.'-14:11 t: \2--'-ze-: 4 I, .•- 4,?- °-• • •••,- ,\,-- - ...-- -- , \ 1 — `k 35 /" C\4.\.- .t % k -� ' • ti. � . §p 1. Sip,ty- ( ' 5 . — i . �. .4.2,..„ . 5 34 \ N _ ki- .:7., ,.,...,t.1...t,.• ,:,,., e - \' , VA_ .,:c. ......__ .. !...14 ti..., ,,,...,,•,3".,'"'• ... .,...A. . • \\i.‘ k •. w,‘.• 1 .tit $•• •' ' •' EXHIBIT B Selection Results AVERAGE SCORE SHEET US ROUTE 20 CORRIDOR STUDY CONSULTANTS Bollinger Lach CMT HNTB TY Lin RHA SELECTION TEAM — Reviewer 1 7 9 3 5 0 Reviewer 2 9 7 5 3 0 Reviewer 3 7 9 5 3 0 Reviewer 4 9 7 3 5 0 Reviewer 5 7 9 5 3 0 TOTAL SCORE 39.00 41 .00 21 .00 19.00 0.00 AVERAGE SCORE 7.80 8.20 4.20 3.80 0.00 Notes: Assign Scores based on the following formula: (9 - Highest, 7 - Second, 5 - Third, 3 - Fourth, 1 - Lowest) QUALIFICATIONS RATING SHEET • US ROUTE 20 CORRIDOR STUDY CONSULTANTS Bollinger Lech CMT HNTB TY Lin RHA EVALUATION FACTORS WEIGHT Rev.1 Rev.2 Rev.3 Rev.4 Rev.5 Rev.1 Rev.2 Rev.3 Rev.4 Rev.5 Rev.1 Rev.2 Rev.3 Rev.4 Rev.5 Rev.1 Rev.2 Rev.3 Rev.4 Rev.5 Rev.1 Rev.2 Rev.3,Rev.4 Rev.5 Project Manager Qualifications 0-25 22 22 24 20 15 23 23 24 22 18 20 18 24 18 15 21 20 24 23 17 0 0 0 0 0 Project Team Qualifications 0-25 : 21 21 22 20 16 • 21 21 24 20 18 19 19 22 18 16 20 20 23 21 18 0 0 0 0 0 Firm Experience 0-15 r 9 13 14 15 12 11 13 14 13 12 8 11 13 13 12 10 10 13 13 12 0 0 0 0 0 Scope of Services Proposed 0-25 20 24 23 25 18 21 23 23 22 19 20 19 24 20 12 19 15 21 15 12 0 0 0 0 0 Familiarity with Conditions 0-10 10 10 10 10 7 9 9 9 10 5 8 4 8 9 4 9 5 9 7 3 0 0 0 0 0 • TOTALS 0-100 82 90 93 90 68 85 89 94 87 72 75 71 91 78 59 79 70 90 79 62 0 0 0 0 0 EXHIBIT C Engineering Services Agreement .- itt AGREEMENT THIS AGREEMENT, is hereby made and entered into thi \ day of , 2007,by and between the CITY OF ELGIN, Illinois, a municipal corp•ration(hereinaft r re erred to as "CITY") and Crawford,Murphy&Tilly,Inc., a Delaware corporation, (hereinafter referred to as "ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER o furnish certain professional services in connection with U.S. Route 20 Corridor Study (h:reinafter referred to as the "PROJECT"); and WHEREAS,the ENGINEER represents that he is in corn fiance 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 mu al promises and covenants contained herein,the sufficiency of which is hereby mutually acknowledged,the CITY and ENGINEER hereby agree that the CITY hereby retains ENG 1 EER to act for and represent CITY in the engineering matters involved in the Project as se 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 th- "DIRECTOR". B. Engineer will perform a Strategic Regional Arte 'al(SRA) Study services for U.S. 20 from Randall Road to Marshall Road, that w 11 include, but not limited to, Conceptual Roadway Design, Traffic Studies a d Intersection Design Studies. The final deliverable will be a SRA Study Report. C. Engineer shall provide and comply with the de .iled Scope of Services attached hereto and incorporated herein as Attachment A - 2 - II. PROGRESS REPORTS A. Engineer shall comply with the outline project mil-stone schedule attached hereto as Attachment B. B. A detailed project schedule for the Project is inclu'ed as Attachment B,attached hereto. Progress will be recorded on the project s.hedule and submitted monthly as a component of the Status Report described in I below. C. The Engineer will submit on a monthly basis to th• Director a Status Report keyed to the Project Schedule. A brief narrative will be pr.vided identifying progress, findings and outstanding issues. III. WORK PRODUCTS All work products prepared by the ENGINEER p suant hereto including,but not limited to,reports,designs,calculations,work dra ings, studies,photographs,models and recommendations shall be the property of the ITY and shall be delivered to the CITY upon request of the "DIRECTOR; provide., however"that the ENGINEER may retain copies of such work products for its re,ords. 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 Exce.d Method) A. For services provided the ENGINEER shall be pa d at the rate of 3.0 times the direct hourly rate of personnel employed on this 'I'OJECT,with the total fee not to exceed $199,285.73 regardless of the actual cost. incurred by the ENGINEER unless substantial modifications to the scope of the w i rk are authorized in writing by the CITY. B. For outside services provided by other firms or su'consultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plu• 0% . Any such invoiced fees to ENGINEER shall be included with and construed . part of the above-referenced amount of $199,285.73. C. The CITY shall make periodic payments to the E GINEER based upon actual progress within 30 days after receipt and approval of nvoice. Said periodic payments to • } - 3 - the ENGINEER shall not exceed the amounts shown i the following schedule, and full payments for each task shall not be made until the tas is completed and accepted by the DIRECTOR. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC above)will be included wi all payment requests. B. The ENGINEER shall maintain records showing a tual time devoted and cost incurred. The ENGINEER shall permit the a thorized representative of the CITY to inspect and audit all data and records of II e ENGINEER for work done under this Agreement. The ENGINEER shall m. 'e these records available at reasonable times during the Agreement period, an( for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the C TY may terminate this Agreement at any time upon fifteen(15)days prior written no ice to the ENGINEER. In the event that this Agreement is so terminated,the ENGINEI R shall be paid for services actually performed and reimbursable expenses ac ally incurred prior to termination, provided,however,that such payment shall not e eed the task amounts or total fee amount set forth under Paragraph IV above. VII. TERM Unless terminated for cause or pursuant to Article. VI or IX,this Agreement shall be deemed concluded on the date the CITY determin•s that all of the ENGINEER's work under this agreement is completed and acce•ted by CITY. A determination of completion shall not constitute a waiver of any ri is or claims which the CITY may have or thereafter acquire with respect to any to or provision of the Agreement. VIII. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for ado'tional 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 acti a n. No claim for additional I -4 - compensation shall be valid unless so made. Any hanges in the ENGINEER's fee shall be valid only to the extent that such changes :re included in writing signed by the CITY and the ENGINEER. Regardless of the a ecision of the DIRECTOR relative to a claim submitted by the ENGINEER, .11 work required under this Agreement as determined by the DIRECTOR shal proceed without interruption. IX. BREACH OF CONTRACT If either party violates or breaches any term of thi• Agreement, such violation or breach shall be deemed to constitute a default, . d the other party has the right to seek such administrative, contractual or legal rem;dies as may be suitable to the violation or breach; and, in addition, if either p. ,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 erminate this Agreement. X. INDEMNIFICATION To the fullest extent permitted by law, ENGINEE' agrees to and shall indemnify, defend and hold harmless the CITY, its officers, e ployees, agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorney's fees, damages or other relief, including but not li ited to workers' compensation claims, in any way resulting from or arising out o i negligent actions or omissions of the ENGINEER in connection herewith, includin negligence or omissions of employees or agents of the ENGINEER arising o t of the performance of this Agreement. In the event of any such action again,t the CITY, its officers, employees, agents,boards or commissions,covered by the fo going duty to indemnify, defend and hold harmless such action shall be defended i legal counsel of the CITY's choosing. XI. NO PERSONAL LIABILITY No official, director, officer, agent or employee o the CITY shall be charged personally or held contractually liable under any t•rm or provision of this Agreement or because of their execution, approval or attempt-d execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect, during the term of this Agr.ement, a policy of comprehensive general liability insurance written in occurren'e form with limits of at least - 5 - $1,000,000 aggregate for bodily injury and$1,100,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECT S R a Certification of Insurance naming the CITY AS ADDITIONAL INS ' :D. The policy shall not be modified or terminated without thirty(30)day. prior written notice to the DIRECTOR. Such Certificate of Insurance shall include,bu i not be limited to, coverage for the obligations assumed by ENGINEER pursuant o Article X herein entitled "Indemnification". Such above-referenced insurance shall apply a. primary insurance with respect to any other insurance or self-insurance program' afforded to the CITY. There shall be no endorsement or modification of this ins ance to make it excess over other available insurance, alternatively, if the insura ce states that it is excess or prorated, it shall be endorsed to be primary wi h respect to the CITY. B. Comprehensive Automobile Liability. Corn I rehensive Automobile Liability Insurance written in occurrence form covering all owned, non-owned and hired motor vehicles with limits of not les than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The require ents for insurance coverage for the general liability and auto exposures m y be met with a combined single limit of$1,000,000 per occurrence subject to . $1,000,000 aggregate. D. Professional Liability. The ENGINEER sha I carry Engineer's Professional Liability Insurance covering clai s resulting from error, omissions or negligent acts with a combined single limit I f not less than $1,000,000 per occurrence. A Certificate of Insurance shall b; submitted to the DIRECTOR as evidence of insurance protection. The policy .hall not be modified or terminated without thirty(30) days prior written notice to the DIRECTOR. XIII. CONSTRUCTION MEANS METHODS TE I HNI I UES SE I UENCES PROCEDURES AND SAFETY The ENGINEER shall not have control over or c i arge of and shall not be responsible for construction means, methods,tec 'ques, sequences or procedures, or for safety precautions and programs in connectio with the construction,unless - 6 - specifically identified in the Scope of Services. XIV. NONDISCRIMINATION In all hiring or employment made possible or resu ting from this Agreement, there shall be no discrimination against any empl'h ee or applicant for employment because of sex, age,race, color, creed, national o gin, marital status, of the presence of any sensory,mental or physical handicap, unle's based upon a bona fide occupational qualification, and this requirement s i all apply to,but not be limited to, the following: employment advertising, layoff or 1-rmination, rates of pay or other forms of compensation and selection for training, ncluding apprenticeship. No person shall be denied or subjected to discrim. ation in receipt of the benefit of any services or activities made possible by or r:suiting from this Agreement on the grounds of sex,race,color, creed,national origin, age except minimum age and retirement provisions,marital status or the present e of any sensory,mental or physical handicap. Any violation of this provisio shall be considered a violation of a material provision of this Agreement and shall be ounds for cancellation, termination or suspension, in whole or in part, of die Agreement by the CITY. XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion there 0 f shall be binding upon the successors and the assigns of the parties hereto;p iovided,however,that no assignment shall be made without the prior writte 0 consent of the CITY. XVI. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting sha 1 be subject to all the terms, conditions and other provisions of this Agreemen I and the ENGINEER shall remain liable to the CITY with respect to each and every tem, condition and other provision hereof to the same extent that the ENGINEER wo ld have been obligated if it had done the work itself and no assignment, delegatio or subcontract had been made. Any proposed subcontractor shall require the CI 's advanced written approval. XVII. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to cre:to a partnership,joint venture, employment or other agency relationship betwee the parties hereto,except to such - 7 - extent as may be specifically provided for herein. XVIII. SEVERABILITY The parties intend and agreed that, if any paragrap , sub-paragraph,phrase, clause or other provision of this Agreement, or an 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 Agr-ement are inserted only as a matter of convenience and for reference and in n e way are they intended to define, limit or describe the scope of intent of any provisi.n of this Agreement, nor shall they be construed to affect in any manner the terms an. provisions hereof or the interpretation or construction thereof. XX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes th; entire Agreement of the parties on the subject matter hereof and may not b- changed,modified, discharged or extended except by written amendment duly exec ted by the parties. Each party agrees that no representations or warranties shall 'e binding upon the other party unless expressed in writing herein or in a duly exe uted amendment hereof, or change order as herein provided. XXI. APPLICABLE LAW This Agreement shall be deemed to have been ma I e in, and shall be construed in accordance with the laws of the State of Illinoi Venue for the resolution of any disputes or the enforcement of any rights pursuan I to this agreement shall be in the Circuit Court of Kane County, Illinois. I - 8 - 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; 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. w I - 9- A copy of the policies must be provided to the Des artment of Human Rights upon request 775 ILCS 5/2-105. XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications b, the ENGINEER to the DIRECTOR and to other participants which may .1 ect cost or time of completion, shall be made or confirmed in writing. The DIRE I TOR may also require other recommendations and communications by the EN I INEER be made or confirmed in writing. XXVII. NOTICES All notices, reports and documents required under is 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: Kelly D. Farley,P.E. Senior Project Manager Crawford, Murphy and Tilly, Inc 600 North Commons Drive Aurora, Illinois 60504 7 t - 10 - IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF LGIN By By * CL 1111h, �. City Clerk City anager (SEAL) For the ENGINEER: Dated this ISit4fday of Miklet,14 A.D. 2007 ATTEST: AlitAA ByB y Secretai:3L- gra-Preside gay/.��s! Uhr'' 17ii�vfay #1.54W0.y a.id �3r.a�7.) (SEAL) ATTACHMENT A: CMT Scope of Services CMT Cost Estimate of Consultant Services (CECS) ATTACHMENT A City of Elgin • Project Scope Description to Provide SRA Study Services for US 20 Corridor Study—Randall Road to Marshall Road Project SRA STUDY SERVICES A. Data Collection 1. Obtain,Review,and Inventory the following: a. Available roadway plans/record drawings(to be obtained from City of Elgin and Kane County) b. Obtain/Review accident data(to be provided by the City of Elgin Police Department,Kane County Sheriffs Department and IDOT) c. Existing traffic data(to be obtained by subconsultant) d. Available ROW and easement information and documents(provided by the City of Elgin) e. Current development plans(provided by City of Elgin) f. Aerial Digital Ortho Surveys(provided by City of Elgin or Kane County) 2. Project Site Visit B. Field Surveys(Scope assumes no surveys are required—Digital Ortho Aerial Surveys to be acquired from Kane County) 1. Developing and incorporating the Ortho Digital Surveys using Microstation and Geopak 2. Plot of Survey Data 3. Coordination with KDOT and IDOT regarding aerial surveys C. Location Drainage Study(LDS):Not required as part of this SRA Study D. Conceptual Roadway Design 1. Establish project design criteria and standards 2. Horizontal alignment(Total of 7 Exhibits at 1"=400') 3. Develop Conceptual Typical Sections for a 3-lane and 5-lane section. These will include rural and urban design. (Assume the development of 6 typical sections) 4. Cost Estimates for Weld Road to Coombs Road 5. Cost Estimate for Coombs Road to Marshall Road 6. Critical Cross-Section Development from Welds Road to Coombs Road (Assume 4 critical cross-sections) 7. Critical Cross-Sections Development from Coombs Road to Marshall Road (Assume 8 critical cross-sections) Page 1 of 5 • 8. Determine requirements/need for Bikepath/pedestrian facilities. (Not Part of Scope) E. Alternative Alignment Analysis This task will include the development of up to three(3)alignment alternatives for US 20 between Switzer Road and Marshall Road. CMT will work with the developers and IDOT to establish an alignment that will be more conducive with the growth in the western portion of the City of Elgin. The alternative alignment analysis will consider such factors as: • Topography,streams/physical features • Economic development potential/special traffic generators • Service to land use scenarios • Use of existing roads/R.O.W. • Impact on existing and future development • Traffic control/staging at tie-in points • Cost estimate These alternatives will include the potential alignment through the Shodeen Development(Pingree Creek Subdivision). The man-hours associated with this task assume horizontal alignment for up to three(3)alignments. F. Intersection Analysis and Design (Robert H.Anderson and Associates(sub-consultant)will be completing items F. 1-4 as apart of this project—Scope and Man-hours attached as Exhibit A) 1. Intersection Analysis a. Machine Traffic Counts for the following intersections: 1.) Marshall Road/US 20 2.) Damisch Road-Reinking Road/US 20 3.) Switzer Road/US 20 4.) Coombs Road-Plank Road/US 20 5.) Nesler Road/US 20 6.) Old Barn Road/US 20 7.) Weld Road/US 20 b. Manual Traffic Counts(AM and PM Peak)for the following intersections: 1.) Marshall Road/US 20 2.) Damisch Road-Reinking Road/US 20 3.) Switzer Road/US 20 4.) Coombs Road-Plank Road/US 20 5.) Nesler Road/US 20 6.) Old Barn Road/US 20 7.) Weld Road/US 20 Page 2 of 5 c. Traffic Projections(7 year, 15 year and 20 year projections)for seven(7) intersections. d. Trip Generation Analysis for Various Proposed Subdivision access points along US 20(Assume 4) e. Accident Analysis for seven(7)intersections. f. Perform Signal Warrant Analysis(9 Intersections) g. Coordination with CMAP h. Speed Study for project corridor 2. Modified Intersection Design Study(IDS)for Marshall Road/US 20 intersection: (Not Required-Removed from Scope) 3. Modified Intersection Design Study(IDS)for Damisch Road-Reinking Road/US 20 intersection: (Not Required-Removed from Scope) 4. Modified Intersection Design Study(IDS)for Switzer Road/US 20 intersection: a. Prepare IDS base sheets b. Perform Optimum Phasing Analysis c. Perform Capacity Analysis(Highway Capacity Software) d. Determine intersection geometry(turn lane requirements) e. Determine storage length for required turn lanes f. Develop preliminary traffic signal layout plan g. Develop preliminary pavement marking plans h. Prepare and submit Modified IDS drawings for submittal i. Address IDOT/City/County review comments 5. Modified Intersection Design Study(IDS)for Coombs Road-Plank Road/US 20 intersection: a. Prepare IDS base sheets b. Perform Optimum Phasing Analysis c. Perform Capacity Analysis(Highway Capacity Software) d. Determine intersection geometry(turn lane requirements) e. Determine storage length for required turn lanes f. Develop preliminary traffic Signal layout plan g. Develop preliminary pavement marking plans h. Prepare and submit Modified IDS drawings for submittal i. Address IDOT/City/County review comments 6. Modified Intersection Design Study(IDS)for Nesler Road/US 20 intersection: a. Prepare IDS base sheets b. Perform Optimum Phasing Analysis c. Perform Capacity Analysis(Highway Capacity Software) d. Determine intersection geometry(turn lane requirements) e. Determine storage length for required turn lanes f. Develop preliminary traffic signal layout plan g. Develop preliminary pavement marking plans Page 3 of 5 h. Prepare and submit Modified IDS drawings for submittal i. Address IDOT/City/County review comments 7. Modified Intersection Design Study(IDS)for Old Barn Road/US 20 intersection: a. Prepare IDS base sheets b. Perform Optimum Phasing Analysis c. Perform Capacity Analysis(Highway Capacity Software) d. Determine intersection geometry(turn sane requirements) e. Determine storage length for required turn lanes f. Develop preliminary traffic signal layout plan g. Develop preliminary pavement marking plans h. Prepare and submit Modified IDS drawings for submittal i. Address IDOT/City/County review comments 8. Modified Intersection Design Study(IDS)for Weld Road/US 20 intersection: a. Prepare IDS base sheets b. Perform Optimum Phasing Analysis c. Perform Capacity Analysis(Highway Capacity Software) d. Determine intersection geometry(turn lane requirements) e. Determine storage length for required turn lanes f. Develop preliminary traffic signal layout plan g. Develop preliminary pavement marking plans h. Prepare and submit Modified IDS drawings for submittal i. Address IDOT/City/County review comments G. Preliminary Design Studies 1. Refine horizontal geometry based on concept review comments(Total of 7 Exhibits at 1"=400') 2. Finalize Conceptual Typical Sections for 3-lane and 5-lane sections. 3. Update Cost Estimates for Weld Road to Coombs Road 4. Update Cost Estimate for Coombs Road to Marshall Road 5. Finalize Critical Cross-Section Development from Welds Road to Coombs Road(Assume 4 critical cross-sections) 6. Finalize Critical Cross-Sections Development from Coombs Road to Marshall Road(Assume 8 critical cross-sections) 7. Finalize requirements for Bikepath/pedestrian facilities(Not Part of Scope) 8. Evaluation of pavement design(preliminaty) H. Environmental Studies: Not required as part of this SRA Study. Geotechnical Investigations and Reports: Not required as part of this SRA Study J. Draft SRA Study Report 1. Prepare Report Outline 2. Develop text portion of report Page 4 of 5 . i 3. Assemble exhibits,text and submit report(Supply copies to City of Elgin, IDOT and Kane County) K. Final SRA Study Report 1. Incorporate review comments from Draft Report 2. Revisions to text and exhibits 3. Address final report review comments(if necessary) L. Right-of-Way Impact and Acquisition Exhibits: 1. Identification of easements and right-of-way requirements necessary to accommodate interim 3-lane section and ultimate 5-lane section. 2. Preparation of exhibits showing the Property Identification Number(P.I.N.), property owner and preliminary R.O.W. acquisition requirements. M. Meetings and coordination(assume 2 people per meeting @ 3 hours per meeting) 1. Kick-off meeting with City of Elgin 2. Draft SRA Study Report review meeting 3. Progress meetings(assume 3) 4. Meet with the Kane County Division of Transportation and their Consultant for the Randall Road/US 20 interchange study(assume 1 meeting) 5. Meet with developers as needed 6. Meet with IDOT personnel(assume 2 meetings) 7. Coordination with IDOT District One 8. Preparation time prior to meetings(Total of 9 meetings) 9. Prepare Meeting Minutes(Total of 9 meetings) N. Project Administration 1. Project Administration(Includes 1 Progress Report/Month) Page 5 of 5 Cost Estimate of Consultant Services Firm: Crawford,Murphy,and Tilly,Inc. Date: 02/19/07 Route: US 20 Section: Complexity Factor: 0 County: Kane Job No.: Direct Labor Multiplier: 3.0 PTB&Item: Average Hourly Total Direct 3.00 Times TotalServices by Item Hours Rate Labor Direct Labor Direct Costs others Total /o of Grand Total A Data Collection 40.0 $27.36 $1,094.36 $3,283.08 $34.00 $0.00 $3,317.08 1.66% B Field Surveys 52.0 $29.83 $1,551.28 $4,653.84 $0.00 $0.00 $4,653.84 2.34% C Location Drainage Study 0.0• $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00% D Conceptual Roadway Design 276.0 $31.91 $8,806.80 $26,420.40 $120.00 $0.00 $26,540.40 13.32% E Alternative Alignment Analysis 120.0 $28.66 $3,439.40 $10,318.20 $480.00 $0.00 $10,798.20 5.42% F Intersection Analysis and Design 500.0 $30.98 $15,489.40 $46,468.20 $1,250.00 $58,288.67 $106,006.87 53.20% - _G PreliminaryIDasinn _ 72.0 $30.94 $2,227.36 $6,682.08 $200.00 $0.00 $6,882.08 3.45% H Environmental Studies 0.0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00% I Geotechnical Investigation Report 0.0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00% J Draft SRA Study Report 72.0 $29.11 $2,096.04 $6,288.12 $600.00 $0.00 $6,888.12 3.46% K Final SRA Study Report 40.0 $27.83 $1,113.20 $3,339.60 $1,000.00 $0.00 $4,339.60 2.18% L R.O.W.Impact/Acquisition Exhibits 60.0 $30.50 $1,830.24 $5,490.72 $125.00 $0.00 $5,615.72 2.82% M Meetings and Coordination 118.0 $32.19 $3,798.86 $11,396.58 $306.00 $0.00 $11,702.58 5.87% N Project Administration 120.0 $34.67 $4,160.40 $12,481.20 $25.00 $0.00 $12,506.20 6.28% Total 1470.0 $31.03 $45,607.34 $136,822.02 $4,140.00 $58,288.67 $199,250.69 100.00% cEcs_us2o_2o07 v2_Multiplier.xls 2/22/2007(5:22 PM) Average Hourly Project Rates Crawford, Murphy, and Tilly, Inc. Route: US 20 Date: 02/19/07 City:Elgin County: Kane County Sheet No. 1 of 4 Job No.: Item A: Item B: Item C: Item D: Data Collection Field Surveys Location Drainage Study Conceptual Roadway Design Average % Weighted % Weighted % Weighted % Weighted Payroll Classification Hourly HoursParticipation Rate Hours Participation Rate Hours Participation Rate Hours Participation Rate Rates Principal $62.41 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Senior Project Engineer $49.36 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Project Engineer $38.59 2 5% $1.93 4 8% $2.97 0 0% $0.00 60 22% $8.39 Senior Engineer $30.75 12 30% $9.23 24 46% $14.19 0 0% $0.00 86 31% $9.58 Senior Technical Manager $35.03 0 0% $0.00 6 12% $4.04 0 0% $0.00 60 22% $7.62 Engineer $24.93 - 26 65% $16.20 18 35% $8 63 0 0% $0.00 _ 70 25% $6.32 Planner $19.37 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Registered Land Surveyor $32.96 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Senior Technician $28.83 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technician $21.57 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technical Assistant $16.22 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Clerical $18.05 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Totals 40 100% $27.36 52 100% $29.83 0 0% $0.00 276 100% $31.91 Average Hourly Project Rates Crawford, Murphy,and Tilly, Inc. Route: US 20 Date: 02/19/07 City:Elgin County: Kane County Sheet No. 2 of 4 Job No.: Item E: Item F: Item G: Item H: Alternative Alignment Analysis Intersection Analysis and Design Preliminary Design Environmental Studies Average Weighted Weighted % Weighted % Weighted Payroll Classification Hourly Hours %Participation Rate Hours %Participation Rate Hours Participation Rate Hours Participation Rate Rates Principal $62.41 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Senior Project Engineer $49.36 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Project Engineer $38.59 20 17% $6.43 110 22% $8.49 10 14% $5.36 0 0% $0.00 Senior Engineer $30.75 30 25% $7.69 140 28% $8.61 30 42% $12.81 0 0% $0.00 Senior Technical Manager $35.03 0 0% $0.00 70 14% $4.90 12 17% $5.84 0 0% $0.00 Engineer - X2493- 70 - - 58% -$44.54- -1-80 36% $8.97 20 28% $6.93 0 0% $0.00 Planner $19.37 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Registered Land Surveyor $32.96 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Senior Technician $28.83 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technician $21.57 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technical Assistant $16.22 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Clerical $18.05 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Totals 120 100% $28.66 500 100% $30.98 72 100% $30.94 0 0% $0.00 Average Hourly Project Rates Crawford, Murphy,and Tilly, Inc. Route: US 20 Date: 02/19/07 City:Elgin County: Kane County Sheet No. 3 of 4 Job No.: Item I: Item J: Item K: Item L: Geotechnical Investigation Report Draft SRA Study Report Final SRA Study Report R.O.W.Impact/Acquisition Exhibits Average Weighted %Weighted %Weighted Weighted Payroll Classification Hourly Hours % %Participation Rate HoursParticipation Rate HoursParticipation Rate HoursParticipation Rate Rates Principal $62.41 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Senior Project Engineer $49.36 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Project Engineer $38.59 0 . 0% $0.00 16 22% $8.58 4 10% $3.86 4 7% $2.57 Senior Engineer $30.75 0 0% $0.00 26 36% $11.10 20 50% $15.38 26 43% $13.33 Senior Technical Manager $35.03 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Eiryineer - $24.93 0 0% -$0-.00 20 -- 28% --- $6-.93--- 1 - 7n% $449 14 - _ 23% $5.82 Planner $19.37 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Registered Land Surveyor $32.96 0 0% $0.00 0 0% $0.00 0 0% $0.00 16 27% $8.79 Senior Technician $28.83 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technician $21.57 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technical Assistant $16.22 0 0% $0.00 0 0% $0.00 0 0% $0.00 0 0% $0.00 Clerical $18.05 0 0% $0.00 10 14% $2.51 8 20% $3.61 0 0% $0.00 Totals 0 0% $0.00 72 100% $29.11 40 0% $27.83 60 100% $30.50 Average Hourly Project Rates Crawford, Murphy,and Tilly, Inc. Route: US 20 Date: 02/19/07 City:Elgin County: Kane County Sheet No. 4 of 4 Job No.: i Item M: Item N: Project Average Hourly Rates Meetings and Coordination Project Administration Average Weighted Weighted Weighted Payroll Classification Hourly Hours %Participation Rate Hours %Participation Rate Hours %Participation Rate Rates Principal $62.41 0 0% $0.00 0 0% $0.00 0 0% $0.00 Senior Project Engineer $49.36 0 0% $0.00 0 0% $0.00 0 0% $0.00 Project Engineer $38.59 44 37% $14.39 60 50% $19.30 334 23% $8.77 Senior Engineer $30.75 44 37% $11.47 60 50% $15.38 498 34% $10.42 Senior Technical Manager $35.03 0 0% $0.00 0 0% $0.00 148 10% $3.53 Engineer $24.93 - 30 -- 25%- - $6.34 0- - 0%- $0.00 456 31% - _$7.73 Planner $19.37 0 0% $0.00 0 0% $0.00 0 0% $0.00 Registered Land Surveyor $32.96 0 0% $0.00 0 0% $0.00 16 1% $0.36 Senior Technician $28.83 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technician $21.57 0 0% $0.00 0 0% $0.00 0 0% $0.00 Technical Assistant $16.22 0 0% $0.00 0 0% $0.00 0 0% $0.00 Clerical $18.05 0 0% $0.00 0 0% $0.00 18 1% $0.22 Totals 118 100% $32.19 120 100% $34.67 1,470 100% $31.03 SRA Study for US 20 City of Elgin, IL. Development of Project Hourly Rates (IDOT Method) Crawford, Murphy, and Tilly, Inc. 2008 2009 2010 2011 2012 Item 2007 Actual Projected @ Projected @ Projected @ Projected @ Projected @ Rate 5.0% 5.0% 5.0% 5.0% 5.0% Increase Increase Increase Increase Increase Average Hourly Rate as a o 0 o o 0 0 Percent of 2007 Rate 100.0 /0 105.0 /0 110.3 /0 115.8 /0 121.6/o 127.6/o Estimated Months of Contract in 10 0 0 0 0 0 Given Year % of Project Duration 100.00% 0.00% 0.00% 0.00% 0.00% 0.00% Extension 1.000 0.000 0.000 0.000 0.000 0.000 Weighted Project Hourly Rate Note: Salary Adjustments are Given on January 1 of Each Year 1.0000 Multiplier Project Duration: March 15, 2007 to December 2007= 10 months CECS_US20_2007_v2_Multiplier.xls 2/22/2007 (5:22 PM) M SRA Study for US 20 City of Elgin, IL. Computation of Prorated Project Hourly Rates Crawford, Murphy, and Tilly, Inc. Actual 2007 Weighted Project Classification Average Hourly Rate Hourly Hourly Rate Multiplier Rates * Principal $62.41 1.0000 $62.41 Senior Project Engineer $49.36 1.0000 $49.36 Project Engineer $38.59 1.0000 $38.59 Senior Engineer $30.75 1.0000 $30.75 Senior Technical Manager $35.03 1.0000 $35.03 Engineer $24.93 1.0000 $24.93 Planner $19.37 1.0000 $19.37 Registered Land Surveyor $32.96 1.0000 $32.96 Senior Technician $28.83 1.0000 $28.83 Technician $21.57 1.0000 $21.57 Technical Assistant $16.22 1.0000 $16.22 Clerical $18.05 1.0000 $18.05 * Rates to be applied to all project work tasks CECS_US20_2007_v2_Multiplier.xis 2/22/2007(5:22 PM) • 41 SRA Study for US 20 City of Elgin,IL. Man Hour Estimate for Consulting Services (Total Project) Crawford,Murphy,and Tilly,Inc. Summary of Man Hours Item CMT Total Hours _ A Data Collection 40.0 B Field Surveys 52.0 C Location Drainage Study 0.0 D Conceptual Roadway Design 276.0 E Alternative Alignment Analysis 120.0 F Intersection Analysis and Design 500.0 G Preliminary Design 72.0 H Environmental Studies 0.0 _ I Geotechnical Investigation Report 0.0 J Draft SRA Study Report 72.0 K Final SRA Study Report 40.0 L R.O.W.Impact/Acquisition Exhibits 60.0 M Meetings and Coordination 118.0 N Project Administration 120.0 Totals 1,470.0 Item A:Data Collection A-1 Obtain,Review and Inventory 24 A-2 Project Site Visit 16 Sub-total 40 Item B:Field Surveys B-1 Graphical Manipulation of Ortho Digital Surveys 30 B-2 Plot of Survey Data 10 B-3 Coordination with KDOT and IDOT regarding aerial surveys 12 Sub-total 52 Item C:Location Drainage Study C-1 No Work Required per Scope 0 Sub-total 0 Item D:Conceptual Roadway Design D-1 Establish Design Criteria 6 D-2 Horizontal Alignment(Total of 7 sheets*12 hours/sheet) 84 D-3 Develop Conceptual Typical Sections 40 D-4 Cost Estimate-Weld Road to Coombs Road 25 D-5 Cost Estimate-Coombs Road to Marshall Road 25 D-6 Develop Critical Cross-section-Weld Road to Coombs Road 48 D-7 Develop Critical Cross-section-Coombs Road to Marshall Road 48 D-8 Determine Bike Path Cooridor(Not Part of Scope) 0 Sub-total 276 CECS_US20_2007_v2_Muttiplier.xls 1 of 3 2/22/2007(5.22 PM) • t/ SRA Study for US 20 City of Elgin,IL. Man Hour Estimate for Consulting Services (Total Project) Crawford,Murphy,and Tilly,Inc. Item E:Alternative Alignment Analysis E-1 US 20 Alignment Analysis-Switzer Road to Marshall Road 120 Sub-total 120 Item F:Intersection Analysis and Design F-1 Intersection Analysis 20 F-2 Modified Intersection Design Study-Marshall Road/US 20(Not Required) 0 F-3 Modified Intersection Design Study-Damisch Road/US 20(Not Required) 0 F-4 Modified Intersection Design Study-Switzer Road/US 20(Sub) 0 F-5 Modified Intersection Design Study-Coombs Road/US 20 120 F-6 Modified Intersection Design Study-Nesler Road/US 20 120 F-7 Modified Intersection Design Study-Old Barn Road/US 20 120 F-8 Modified Intersection Design Study-Weld Road/US 20 120 Sub-total 500 Item G:Preliminary Design G-1 Refine Horizontal Geometry 28 G-2 Finalize Conceptual Typical Section 8 G-3 Update Cost Estimate-Weld Road to Coombs Road 6 G-4 Update Cost Estimate-Coombs Road to Marshall Road 6 G-5 Finalize Critical Cross-section-Weld Road to Coombs Road 10 G-6 Finalize Critical Cross-section-Coombs Road to Marshall Road 10 G-7 Finalize Bike Path Cooridor(Not Part of Scope) 0 G-8 Evaluation of Pavement Design 4 Sub-total 72 Item H:Environmental Studies H-1 No Work Required per Scope 0 Sub-total 0 Item I:Geotechnical Investigation Report I-1 No Work Required per Scope 0 Sub-total 0 CELS_US20_2007_v2_Multiplier.xls 2 of 3 2/22/2007(5:22 PM) A f SRA Study for US 20 City of Elgin,IL. Man Hour Estimate for Consulting Services (Total Project) Crawford,Murphy,and Tilly,Inc. Item J:Draft SRA Study Report J-1 Prepare Report Outline 20 J-2 Write Text Portion of Report 40 J-3 Assemble Exhibits,Report and Submit 12 Sub-total 72 Item K:Final SRA Study Report K-1 Incorporate Review Comments from Draft Report 10 K-2 Revise Report Text and Exhibits 20 K-3 Address Final Report Review Comments 10 Sub-total 40 Item L:R.O.W.Impact/Acquisition Exhibits L-1 Identification of Right-of-Way Impacts 20 L-2 Prepare R.O.W.Impact Exhibits 40 Sub-total 60 Item M:Meetings and Coordination M-1 Kick-off Meeting-City of Elgin 6 M-2 Draft SRA Study Report Review Meeting(1 Meeting) 6 M-3 Progress Meetings(3 Meetings) 16 M-4 Meet with Kane County(1 Meetings) 12 M-5 Meet with Developer(1 Meetings) 6 M-6 Meet with IDOT Personnel(2 Meeting) 12 M-7 Coordination with IDOT Bureau of Local Roads 24 M-8 Preperation Time Prior to Meetings(9 meetings*2 hrs/meeting) 18 M-9 Prepare Meeting Minutes(9 meetings*2 hrs/meeting) 18 Sub-total 118 Item N:Project Administration N-1 , Project Administration 120 Sub-total 120 CECS_US20_2007_v2_Multiplier.xls 3 of 3 2/22/2007(5:22 PM) SRA Study for US 20 City of Elgin, IL. Estimate of Direct Costs Crawford, Murphy, and Tilly, Inc. Item A: Data Collection 1 Travel: 1 trip @$34.00/trip $34.00 Sub-total $34.00 Item B: Field Surveys 1. No Direct Costs $0.00 Sub-total $0.00 Item C: Location Drainage Study 1. No Direct Costs $0.00 Sub-total $0.00 Item D: Conceptual Roadway Design 1. Technical Memorandum(and attachments) 3 memos x 5 copies @$8.00/Memorandum $120.00 Sub-total $120.00 Item E: Alternative Alignment Analysis 1. Technical Memorandum(and attachments) $80.00 2 memos x 5 copies @$8.00/Memorandum 2. Display Boards: $400.00 5 Boards @$80.00/Board Sub-total $480.00 CECS_US20_2007_v2_Multiplier.xls 1 of 3 2/22/2007(5:22 PM) r SRA Study for US 20 City of Elgin, IL. Estimate of Direct Costs Item F: Intersection Analysis and Design 1. Printing: Preliminary IDS for 5 Locations 5 Sets/Location*5 Locations*$25/Set $625.00 2. Printing: Final IDS for 5 Locations 5 Sets/Location*5 Locations*$25/Set $625.00 Sub-total $1,250.00 Item G: Preliminary Design 1. Technical Memorandum(and attachments) $200.00 5 memos x 5 copies @$8.00/Memorandum Sub-total $200.00 Item H: Environmental Studies 1. No Direct Expenses $0.00 Sub-total $0.00 Item I: Geotechnical Investigation Report 1. No Direct Expenses $0.00 Sub-total $0.00 CECS_US20_2007_v2_Multiplier.xis 2 of 3 2/22/2007(5:22 PM) A r SRA Study for US 20 City of Elgin, IL. Estimate of Direct Costs Item J: Draft SRA Study Report 1. Draft Project Development Report $600.00 6 sets*$100/set Sub-total $600.00 Item K: Final SRA Study Report 1. Final Feasibility Report 10 sets*$100/set $1,000.00 Sub-total $1,000.00 Item L: R.O.W.Impact/Acquisition Exhibits 1. Printing: Exhibits $125.00 5 Sets/Location*$25/Set Sub-total $125.00 Item M: Meetings and Coordination 1. Meetings @ City of Elgin: 6 Meeting @$34.00/Meeting $204.00 2. Meetings @ County: 1 Meeting @$34.00/Meeting $34.00 3. Meetings @ IDOT: 2 Meeting @$34.00/Meeting $68.00 Sub-total $306.00 Item N: Project Administration 1. Printing: QA/QC Plan $25.00 5 Copies*$5.00/Copy Sub-total $25.00 CECS_US20_2007_v2_Multiplier.xls 3 of 3 2/22/2007(5:22 PM) IEXHIBIT A: Robert H. Anderson and Associates, Inc. Scope and Man-hours RHA Sub-consultant Scope of Services to Crawford,Murphy and Tilly,Inc. SRA Study Services for US 20—Randall Road to Marshall Road Project SRA STUDY SERVICE& A. Data Collection I' - .. - • thoCity of Elgin) 1. Aerial Digital Ortho Surtiveyo(provided by City of Elgin or Kane County) 2. Project Site Visit • D. Conceptual Roadwv€ty Deoign 1. E3tablioh project design criteria and otandard3 3. Horizontal alignment(Total of 7 Rxhibito at 1"-980') 3. Develop Concoptual Typical Seetiono for 3 lane and S lane acction3. The-3o 4. Coat Rothnateo for Weld Road to Coomb3 Road S. C-oat Eotimate-for Ceombo Road to Moroi-Hill Road .. - I - ::••:- p . - .. E. Alternative Alignment Analysis RHA will assist CMT with the following tasks,as 'rested by CMT This task will include the development of thre (3)to four(4)alignment alternatives for US 20 between Switzer Road nd Marshall Road. CMT will work with the developers and IDOT to establi h an alignment that will be more Page 1 of 5 This task will include the development of three(3)to four(4)alignment alternatives for US 20 between Switzer Road and Marshall Road. CMT will work with the developers and IDOT to establish an alignment that will be more conducive with the growth in the western portion of the City of Elgin. The alternative alignment analysis will consider such factors as: • Topography,streams/physical features • Economic development potential/special traffic generators • Service to land use scenarios • Use of existing roads/R.O.W. • Impact on existing and future development • Traffic control/staging at tie-in points • Cost estimate These alternatives will include the potential alignment through the Shodeen Development(Pingree Creek Subdivision). The man-hours associated with this task assume horizontal alignment for three(3)alignments. F. Intersection Analysis and Design 1. Intersection Analysis a. Machine Traffic Counts for the following intersections: 1.) Switzer Road/US 20(6 counters) 2.) Coombs Road-Plank Road/US 20(8 Counters) 3.) Nesler Road/US 20(6 counters) 4.) Old Barn Road/US 20(6 counters) 5.) Weld Road/US 20(8 counters)—No duplicate counts between Old Barn Road and Weld Road b. Manual Traffic Counts(AM and PM Peak)for the following intersections: 1.) Switzer Road/US 20 2.) Coombs Road-Plank Road/US 20 3.) Nesler Road/US 20 4.) Old Barn Road/US 20 5.) Weld Road/US 20 c. Traffic Projections(7 year, 15 year and 20 year projections)for seven(7) intersections. d. Trip Generation Analysis for Various Proposed Subdivision access points along US 20(Assume 4) e. Accident Analysis for seven(5)intersections. f. Perform Signal Warrant Analysis(7 Intersections) g. Accident Analysis h. Coordination with CATS i. Speed Study for project corridor—Assume use of NuMetrics counters to determine prevailing speeds. Page2of5 2. :__ ::' `_ bOffkl.gi€414 a. Prepare IDS baac sheets b. Perform Optimum Phnoing Annlyoia � :... _ .. : •.. ,z __• '-_- P -:- s0441144-ttai .. !Pe • R :.. -• • a -Prepare IDS base ehcets .. . P. . :. : - - . • • . - .. i. Addi000 IDO<T/City/Ceunty re-view eemmonta 4. Modified Intersection Design Study(ID')for Switzer Road/US 20 intersection: a. Prepare IDS base sheets b. Perform Optimum Phasing Analysis c. Perform Capacity Analysis d. Determine intersection geometry(tu lane requirements) e. Determine storage length for requires turn lanes f. Develop preliminary traffic signal I. out plan g. Develop preliminary pavement ma •ing plans h. Prepare and submit Modified IDS d :wings for submittal i. Address IDOT/City/County review •omments 44t14.3footAitnm . .. ' - _ .R •_ __......1-..:._• .. . R.• ...•. S.`. • - .. f. Develop preliminary tmffie eignal Ii gout plan g: Dovelep'pfelintinary pavement marring plans Page 3 of 5 i. AddrooarDOT/City/Geunty roview comment° b. Medifiod Intwoo tiot4esoign&tidy insr* -- a. Prepare IDS base shots . ... • .. • e. Dotermine-oterago length for required turn lane° !_ . • a . .. .. •:. • -. r •... r .•.. r. r* •• .. •: _ • e. Perform Capacity Analyoia !- - . *. . _ . P ..- ..• a: Para IAS baso shecta b. Pop-form Opting Phasing Analyaie I.• •_ • .. - • • . • .. _•: •• _• _.. . =- -. G. Page 4 of 5 J. Draft SRA Study Report RHA will assist CMT with the following tasks,as directed by CMT 1. Prepare Report Outline 2. Develop text portion of report 3. Assemble exhibits,text and submit report K. Final SRA Study Report RHA will assist CMT with the following tasks,as directed by CMT 1. Incorporate review comments from Draft Report 2. Revisions to text and exhibits 3. Update preliminary opinion of construction costs 4. Address final report review comments(if necessary) L. _._—• :.. . 2 T....,.t n...,..,.h .. • .... M. Meetings and coordination(3 hours per meeting) 1. Kick-off meeting with City of Elgin(t meeting with two people) 2. 3. Progress meetings(assume 3 meetings with one person) 4• _..•_.-_- -- _-_:. : : : •- ::: . •_ __ .. . 5. Meet with developers as needed(2 mee ings with one person) 6. Meet with IDOT personnel (assume 2 eetings with two people) 7. N. Project Administration 1. Project Administration(Includes 1 Progress Report/Month) Page 5 of 5 0 Minois Department Cost Estimate of of Transportation Consultant Services (DLM) Route United States Highway 20 Date 02/20/07 Local Agency City of Elgin Overhead Rate 151.04% Section Project Job No. Complexity Factor(R) Type of Funding DLM 3.00 Existing Structure Number (DLM+ R) In-House Services %of Item Manhours Payroll times Direct By Total Grand Payroll Costs Others Total 1 .61 1 E Alternative Alignment Analysis 67 2,255.22 6,765.66 6,765.6636, 65.66 11.62% F Intersection Analysis and Design _ 443 12,634.36 37,903.08 286.60 J Draft SRA Study Report 46 1,544.22 4,632.66 4,632.66_ 7.95% K Final SRA Study Report 19 604.01 1,812.03 1,812.03 3.11% M Meetings and Coordination 33 1,176.12 3,528.36 80.78 3,609.14_ 6.19% N Project Administration 28 1,092.00 3,276.00 3.50 3,279.50— 5.63% TOTALS 636 $19,305.93 $57,917.79 $370.88 $58,288.67 100.00% I, K t' • WORK HOURS FOR CONSULTING SERVICES CORRIDOR STUDY for UNITED STATES HIGHWAY 20 CITY OF ELGIN • Senior Description Senior Project Project CAD° Staff Office In House Sub-cons. Principal Planner Engineer Engineer Designer Engineer Admin. Direct Costs Costs 2007 payroll rates: 63.97 _ 53.00 39,25 36.72 35.50 26.00 26.47 E Alternative Alignment Analysis $ Develop alignment alternatives between Switzer and Marshall 2 2 11 8 16 28 - SUB-TOTAL 67 2 2 11 8 16 28 0 $ - $ payroll 2255.45 127.94 106 431.75 293.76 568 728 0 PERCENT 3% 3% 16% 12% 24% 42% 0% F Intersection Analysis and Design $ 286.60 1 Intersection Analysis hrs subtotal 125 a Machine Traffic Counts Legs Lanes Counters 1 Switzer Road/US 20 3 6 6 25 2 Coombs Road-Plank Road/US 20 4 8 8 25 3 Nester Road/US 20 3 6 6 _ 25 , 4 Old Barn Road/US 20 3 6 6 25 5 Weld Road/US 20 4 9 7 25 no duplicate counts between Old Barn Road and Weld Road subtotal 33 includes pdf report(Kane County-Style format) includes 3 workers(1 counter setup,2 naggers) r includes travel trite - mileage trips mi 1W mi 2W miles _ - 5 8 16 80 b Manual Traffic Counts(AM and PM Peak) hrs subtotal 30 Hrs Hrs Hrs Hrs - Counting Travel Report Total 1 Switzer Road/US 20 4 1 1 6 6 2 Coombs Road-Plank Road/US 20 4 1 1 6 6 _ 3 Nesler Road/US 20 4 1 1 66 4 Old Barn Road/US 20 4 1 1 6 6 5 Weld Road/US 20 4 1 1 6 6 mileage trips mi 1W mi 2W miles 5 8 16 80 c Traffic Projections hrs subtotal 30 Int.s Hrs/Int Total Hrs 1 7 year 5 2 10 1 2 7 2 15 year 5 2 10 1 2 7 3 20 year 5 2 10 1 2 7 r 1911 WORK HOURS FOR CONSULTING SERVICES CORRIDOR STUDY for I UNITED STATES HIGHWAY 20 • CITY OF ELGIN • • Senior Description Senior Project Project CADD Staff Office In House Sub-cons. Principal Planner Engineer Engineer Designer Engineer Admin. Direct Costs Costs d Trip Generation Analysis Quantity Firs Each Total Hrs Various Proposed Subdivision Access Points on US 20 4 8 32 6 2 24 e Accident Analysis Quantity Hrs Each Total Hrs Five Intersections 5 8 40 8 6 26 f Signal Warrant Analysis Quantity Hrs Each Total Hrs - Seven Intersections 7 6 42 4 4 34 g Coordination with CATS 8 h Speed Study for Project Corridor 4 12 assume use NuMetrics ADT counters to determine prevailing speeds 2 Modified Intersection Design Study(IDS)for Switzer Road/US 20 Intersection a Prepare IDS base sheets hrs subtotal 126 8 b Perform Optimum Phasing Analysis 4 4 , c Perform Capacity Analysis 2 4 6 d Determine intersection geometry(turn lane requirements) 2 4 8 e Determine storage length for required turn lanes 1 2 6 - f Develop preliminary traffic signal layout plan 2 1 8 - p Develop preliminary pavement marking plans 4 6 h Prepare and submit Modified IDS drawings for submittal 2 4 12 , I Address IDOT/City/County review comments 2 2 8 24 SUB-TOTAL -443- 2 3 27 • 49- 8 354 0 $ 286.60 $ - payroll 12633.97 127.94 159 1059.75 1799.28 284 9204 0 PERCENT 0% 1% 6% 11% 2% 80% 0% J Draft SRA Study Report $ - 1 Prepare Report Outline 4 4 2 Revisions to text and exhibits 2 6 6 8 16 SUB-TOTAL 46' 2 0 10 6 8 20 0 $ - $ - payroll 1544.76 127.94 0 392.5 220.32 284 520 0 PERCENT 4% 0% 22% 13% 17% 43% 0% K Final SRA Study Report $ - 1 Incorporate review comments from Draft Report 1 4 2 12 SUB-TOTAL 19 1 0 4 0 2 12 0 $ - $ - payroll 603.97 63.97 0 157 0 71 312 0 PERCENT 5% 0% 21% 0% 11% 63% 0% ♦: IC.' II WORK HOURS FOR CONSULTING SERVICES CORRIDOR STUDY for UNITED STATES HIGHWAY 20 CITY OF ELGIN Senior Description Senior Project Project CADD Staff Office In House Sub-cons. Principal Planner Engineer Engineer Designer Engineer Admin. Direct Costs Costs M Meetings and Coordination $ 80.78 • Mtgs Hrs/Mtg People Man Hrs 1 Kick-off meeting with City of Elgin 1 3 2 6 3 3 Mtgs Miles 1W Miles2W Miles 1 8 16 16 3 Progress meetings(assume 3) 3 3 1 9 9 Mtgs Miles 1W Miles2W Miles 3 8 16 48 5 Meet with developers as needed 2 3 1 6 6 _ Mtgs Miles 1W Miles2W Miles 2 8 16 32 . 6 Meet with'DOT personnel(assume 2 meetings) 2 3 2 12 6 6 Mtgs Miles 1W Miles2W Miles 2 22 44 88 miles subtotal 184 SUB-TOTAL 33 0 0 24 0 0 9 0 $ 80.78 $ - payroll 1176 0 0 942 0 0 234 0 PERCENT 0% —0%, 73% -- 0%-- 0% 27% 0% N Project Administration $ 3.50 1 Project Administration(Includes 1 Progress Report/Month) 4 16 8 SUB-TOTAL 28 4 0 16 0 0 8 0 $ 3.50 $ payroll 1091.88 255.88 0 628 0 0 208 0 PERCENT 14% 0% 57% 0% 0% 29% 0% AVERAGE HOURLY PROJECT RATES UNITED STATES HIGHWAY 20 CORRIDOR STUDY CITY OF ELGIN ITEM E ITEM F ITEM J ITEM K ITEM M ITEM N Alternative Alignment Intersection Analysis Draft SRA Study Final SRA Study Meetings and Project Administration Analysis and Design Report Report Coordination HOURLY % AVE. % AVE. % AVE. % AVE. % AVE. % AVE. CLASSIFICATION RATE PARTICIP WAGE. PARTICIP WAGE. PARTICIP WAGE. PARTICIP WAGE. PARTICIP WAGE. PARTICIP WAGE. ATION RATE ATION RATE ATION RATE ATION RATE ATION RATE ATION RATE Principal $63.97 3% 1.91 0% 0.29 4% 2.78 5% 3.37 0% 0.00 14% 9.14 Senior Planner $53.00 3% 1.58 1% 0.36 0% 0.00 0% 0.00 0% 0.00 0% 0.00 Senior Project Engineer $39.25 16% 6.44 6% 2.39 22% 8.53 21% 8.26 73% 28.55 57% 22.43 Project Engineer $36.72 12% 4.38 11% 4.06 13% 4.79 0% 0.00 0% 0.00 0% 0.00 CADD Designer $35.50 24% 8.48 2% 0.64 17% 6.17 11% 3.74 0% 0.00 0% 0.00 Staff Engineer $26.00 42% 10.87 80% 20.78 43% 11.30 63% 16.42 27% 7.09 29% 7.43 Office Admin. -$96 47 0% 0.00 _ 0% 0.00 0% 0.00 0% 0.00 0% 0.00 0% 0.00 AVERAGE PAYROLL RATE 100% $33.66 100% $28.52 100% $33.57 100% $31.79 100% $35.64 100% $39.00 DIRECT COSTS UNITED STATES HIGHWAY 20 CITY OF ELGIN ITEM E ITEM F ITEM J ITEM K ITEM M ITEM N Alternative Alignment Intersection Analysis Meetings and Draft SRA Study Report Final SRA Study Report Project Administration Analysis and_Design Coordination TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL 1 ITEM UNITS UNIT COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST QUANT. COST DIRECT COSTS Postage Letters Each $0.37 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Postage&Shipping(UPS,Fed-Ex) Unit $1.00 $0.00 100 $100.00 $0.00 $0.00 $0.00 $0.00 Travel Mileage Mile $0.42 $0.00 160 $67.20 $0.00 $0.00 184 $77.28 $0.00 24 x 36 BW Bond Plots Sheet $0.60 $0.00 24 $14.40 $0.00 $0.00 $0.00 $0.00 24 x 36 Color Bond Plots Sheet $2.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Vellum Plots Sheet $5.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Mylar Plots Sheet $6.00 $0.00 14 $84.00 $0.00 $0.00 $0.00 $0.00 8�/z x 11 BW Photocopies Sheet $0.07 $0.00 300 $21.00 $0.00 $0.00 50 $3.50 50 $3.50 11 x 17 BW Photocopies Sheet $0.17 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 8 Y2 x 11 Color Photocopies Sheet $1.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 11 x 17 Color Photocopies Sheet $2.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 24 x 36 Display Boards Each $4.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Report Binding Each $10.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Photographs Each $0.75 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Video Tapes Each $4.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Field Books Each $6.00 $0.00 $0.00 $0.00 $8.60` --WOO$0.00 $0.00 TOTAL DIRECT COSTS $0.00 $286.60 $0.00 $0.00 $80.78 $3.50 Counting HOURS Locations Counters Total Hours Manhours M T W R F Workers W EEK1 3 4 8 4 4 24 16 48 WEEK2 3 4 8 4 2 13 16 48 WEEK3 3 4 4 1 , 8 8^ 24 45 120 Reports Reports Hrs/Report Hours 120 45 1 451 $3,510 45 Total Hour 165 Hrs/Intersection 23.57 Counter Failure Factor 1.43 Total Hours Intersection 25.00 ATTACHMENT B: - Project Schedule l 41 Ili City of Elgin US 20-Corridor Study Project Schedule Revised 2/22/07 2DD1 2008 Task Mar April May Jun July T AugSept Oct Nov Sec Jan Feb Mar T Notice to Proceed Pala Collection Field Surveys _ , Conceptual Roadway D@Sign '.; _ - Alternative Alignment Analysis - — Intersection Analysis and Design Studies - - 'c - "' - - + a.Traffic Data Collection b.Signal Warrant Analysis , c.Capacity Analysis d.Geometric Design Analysis e.Submit Preliminary Intersection Design Studies I.Submit Final Intersection Design Studies - Preliminary Design Studies - •- - - .. Project Development Report 4411* +' , ,R9566,6 Draft Repon Submittal/1/327/07_ Final Re ort Submittal 12'21/2007 i. Right.ol.Way Impact Analysis ». .. _ , Protect Administration - _ _ •.Review Time