Loading...
15-104Resolution No. 15 -104 RESOLUTION AUTHORIZING EXECUTION OF A STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION AGREEMENT WITH THE STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION AND THE NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION AND THE COMMUTER RAIL DIVISION OF THE REGIONAL TRANSPORTATION AUTHORITY FOR CROSSING WARNING SIGNAL DEVICE IMPROVEMENTS AT McLEAN BOULEVARD AND BIG TIMBER ROAD BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that David J. Kaptain, Mayor, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute a State of Illinois Department of Transportation Agreement with the State of Illinois Department of Transportation (Section 14- 00185 -00 TL, Project RRP- 4003(352), Job No. C- 91- 372 -14, TIP #09 -14- 0024)) and the Northeast Illinois Regional Commuter Railroad Corporation and the Commuter Rail Division of the Regional Transportation Authority on behalf of the City of Elgin for crossing warning signal device improvements at McLean Boulevard and Big Timber Road, a copy of which is attached hereto and made a part hereof by reference. s/ David J. Kaptain David J. Kaptain, Mayor Presented: August 12, 2015 Adopted: August 12, 2015 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/ Kimberly Dewis Kimberly Dewis, City Clerk City of Elgin Kane County Section 14- 00185 -00 -TL Project RRP- 4003(352) Job No. C -91- 372 -14 TIP # 09 -14 -0024 STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION AGREEMENT for Local Agency Railway- Highway Grade Crossing Improvements THIS AGREEMENT made and entered into by and between the STATE OF ILLINOIS, acting by and through its Department of Transportation, hereinafter referred to as the "STATE ", and the City of Elgin, acting by and through its City Council, hereinafter referred to as the "LA ", and the NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION AND THE COMMUTER RAIL DIVISION OF THE REGIONAL TRANSPORTATION AUTHORITY, a division of a municipal corporation, hereinafter referred to as "METRA." WITNESSETH: WHEREAS, in the interest of public safety the STATE proposes to improve crossing warning signal devices at the location listed on Exhibit A, as shown on the attached location map; and WHEREAS, the parties mutually agree to accomplish the proposed improvements through the use of Federal and /or State funds which are provided under applicable Federal or State act, law or appropriation. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements as hereinafter contained the parties hereto agree as follows: SECTION 1. The project covered under this agreement shall be subject to all applicable Federal laws, rules, regulations, orders and approvals pertaining to all agreements, specifications, award of contracts, acceptance of work and procedure in general. The STATE, the to and METRA shall be governed by the applicable provisions of the Federal -Aid Policy Guide, Part 646, dated December 9, 1991, and any supplements or amendments thereto hereinafter referred to as the 'Policy Guide ". SECTION 2. The LA and METRA shall prepare the detailed plans (including surveys and other engineering services), and detailed estimates of cost. The detailed plans shall be submitted to the Illinois Commerce Commission ([CC) in accordance with SECTION 5 of this agreement and estimates shall be submitted to the STATE for their approval. SECTION 3. The completed crossing warning devices shall conform to Part VIII of the 2009 Edition of the National Manual on Uniform Traffic Control Devices (MUTCD), including any amendments which may be contained in the Illinois Supplement to the MUTCD. Barrier systems, such as guardrail and impact attenuators should not be used at railroad grade crossings except in extraordinary circumstances. Approval for the erection of any roadside barrier by METRA must be obtained in writing in advance from the STATE. SECTION 4. All required installation work at the grade crossing shall be performed by the LA and METRA with its own forces or in accordance with 23 CFR, part 646.216. In the event the LA or METRA intends to use forces other than its own under a continuing contract or contracts, the LA and METRA shall provide the Department with a list of the items of work to be accomplished under such contract or contracts and a list of the name of each contractor whose services will be used to perform the work. Such contracts shall be in compliance with the Civil Rights Act of 1964 and implementing regulations applicable to Federal -Aid Projects as well as the Illinois Fair Employment Practices Act and implementing rules and regulations. SECTION 5. The LA and METRA will not begin to work without written authorization from the STATE to proceed. METRA shall file a form 1 or form 3 Petition of Illinois Administrative Code 1535 with the Illinois Commerce Commission (ICC) showing details of the automatic warning devices herein required, and shall receive approval thereof by X- Resolution before commencing with the installation. Upon receipt of authorization from the STATE and the [CC, 2 METRA shall promptly begin the work set forth in the agreement and shall notify the LA in writing at the address listed on EXHIBIT A before commencing work. SECTION 6. The LA and METRA, for performance of their work as herein specified, may bill the STATE monthly (in sets of two) for the STATE'S 100% share of the cost of materials purchased, delivered and stored on the LA's and METRA's property but not yet installed. The materials will become the property of the STATE and must be designated for exclusive use on the project designated on EXHIBIT A. In the event of any loss of material after payment, the LA and METRA will replace the material at no cost to the STATE. The storage area of such materials shall be available for STATE inspection upon 24 -hour notice. The bill shall be accompanied by a voucher from the material supplier indicating payment by the LA and METRA. Payment under this paragraph shall not be claimed for any bill totaling less than $500. In the event the LA and METRA fails to install the stored material within one year of the fully executed agreement date, the State may provide a written notice to the LA and METRA, requiring the LA and METRA to promptly deliver the stored material to a location indicated in writing by the State. Upon delivery, the STATE shall then take possession of said material for the STATE'S own use. The delivery of the material to the STATE shall in no way serve to terminate this agreement or affect the other provisions of this agreement and in addition shall not affect the LA's and METRA's right to claim payment for stockpiled material to replace that taken by the STATE. SECTION 7. The LA and METRA, for performance of its work as herein specified, may bill the STATE monthly (in sets of two) for the STATE'S 100% share of its expense as incurred. These progressive invoices may be rendered on the basis of the estimated percentage of the work completed, plus allowable FHWA approved additives. Reimbursement of labor additives will be limited to only the most current direct labor additives, small tools additives, equipment additive rate, if so developed, and public liability/property damage liability insurance rates as audited and approved by a cognizant State agency and the FHWA. Indirect overhead or general and administrative expenses, or those expenses which may be classified as such under generally accepted accounting principles are not eligible for reimbursement on this project. The STATE after verifying that the bills are reasonable and proper shall promptly reimburse the LA and METRA for 100% of the amount billed. Payment under this paragraph shall not be claimed for any bill totaling less than $500. Upon completion of the project, the LA and METRA shall provide the STATE with a written notification of the date of completion. METRA, upon completion of their work, shall each submit a complete and detailed final bill of all incurred costs to the STATE no later than one year from the date of completion of the project. Otherwise, previous payments to the LA and METRA may be considered final, except as agreed to by the STATE and the LA and METRA. After the STATE has checked the final statements and agreed with the LA and METRA that the costs are reasonable and proper, insofar as they are able to ascertain, the STATE shall then reimburse the LA and METRA an amount, less previous payments, if any, equal to 100% of the amount billed. After the STATE has audited the expenses as incurred by the LA and METRA and final inspection of the installation has been made, the STATE shall reimburse the LA or METRA for any amount still owed to the LA or METRA or bill the LA or METRA for any overpayments or items of expense found as not being eligible for reimbursement. The LA and METRA shall maintain, for a minimum of 3 years after the date of the final bill, adequate books, records, and supporting documents to verify the amounts, recipients, and uses of all disbursements of funds passing in conjunction with the contract, the contract and all books, records, and supporting documents related to the contract, which may be stored on electronic files, shall be available for review and may be audited by the STATE. The LA and METRA agree to cooperate fully with any audit conducted by the STATE and to provide full access to all relevant materials. Failure to maintain the books, records, and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records, and supporting documentation are not available to support their purported disbursement. SECTION 8. The traffic signal /railroad signal warning improvements should be placed in service immediately after the installation is completed. The LA and METRA shall notify the STATE in writing of the date of the completed installation. The STATE will perform a final inspection upon receiving the written notification. SECTION 9. When construction of this project is completed, and so long as State law shall so require, the LA shall maintain at its expense, or by agreement with others, provide for the maintenance of the emergency pathway exit routes and exit swing gates, pathway approaches, markings, signage and fencing. METRA shall maintain at its expense the active warning devices and crossing surfaces. SECTION 10. In compliance with the Federal -Aid Policy Guide, dated December 9, 1991, Section 646.210, the railroad work as herein contemplated requires no contribution from the LA or METRA. SECTION 11. In the event that delays or difficulties arise in securing necessary federal or state approvals, or in acquiring rights -of way, or in settling damage claims, or for any other cause which in the opinion of the STATE render it impracticable to proceed with the construction of the project, then at any time before construction is started, the STATE may serve formal notice of cancellation upon the LA and METRA and this agreement shall thereupon terminate. In the event of cancellation, the STATE shall reimburse the LA and METRA for all eligible cost and expense incurred by the LA and METRA prior to receipt of notice of cancellation and payment by the STATE. SECTION 12. The LA and METRA, their subrecipients or subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The LA and METRA shall carry out applicable requirements of 49 CFR part 26 in the award and administration of STATE - assisted contracts. Failure by the LA or METRA to carry out these requirements is a material breach of this Agreement, which may result in the termination of this contract or such other remedy as deemed appropriate. In the event any work at the crossing is performed by other than the LA forces or METRA forces, the provisions of "an act regulating wages of laborers, mechanics and other workers employed in public works by the State, County, City or any public body or any political subdivision or by anyone under contract for public works" (Illinois Compiled Statutes, 820 ILCS 130/1 et seq.) shall apply. SECTION 13. This agreement shall be binding upon the parties hereto, their successors or assigns. SECTION 14. The LA and METRA shall complete all work or shall be responsible that all work is completed by other forces within one year of the date of the fully executed agreement. In the event that all work cannot be completed within one year, and the LA and METRA shall notify the STATE in writing the cause for the delay before the one -year deadline has expired. METRA shall provide STATE with progressive billings at least once every six -month period. Otherwise, the STATE will consider petitioning the Illinois Commerce Commission to order the work to be completed. SECTION 15. At the time this Agreement was executed, there were funds available for the project; however, obligations assumed by the STATE under this Agreement shall cease immediately, without penalty or payment beyond that which the LA and METRA has already accumulated, should the Illinois General Assembly or the Federal Highway Administration fail to appropriate or otherwise make available funds for the project. SECTION 16. The LA and METRA is hereby requested by the STATE, to perform preliminary engineering for the project, and authorized to accrue project reimbursable preliminary engineering costs beginning on June 24, 2014. The LA and METRA hereby agree to not invoice the STATE until such time this agreement is fully executed. SECTION 17. Upon award of the roadway construction contract and request from the LA for payment, STATE shall pay 95% of the awarded contract amount to LA. M IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed in duplicate by their duly authorized officers as of the dates below indicated. By execution of this agreement and under penalties of perjury, the LA certifies that its correct Federal Taxpayer Identification Number (TIN) is 36- 6005862 and is doing business as a governmental entity. By execution of this agreement and under penalties of perjury, METRA certifies that its correct Federal Taxpayer Identification Number (TIN) is 36- 3126147 and is doing business as a governmental entity. Executed by the LOCAL AGENCY this _ day of 2017 �.L�� / Mim Executed by METRA this 2. or� day of Fe I, ry o- z , 2017 ATTEST: I City of Elgin acting by and through its City Council Commuter Rail Division of the Regional Transportation Authority, Northeast Illinois Regional Commuter Railroad Corporation, a division of a municipal •.• Local Agency City of Elgin Section Number 14- 00185 -00 -TL Project Number RRP -4003 352 Job Number C -91- 372 -14 APPROVED State of Illinois, Department of Transportation Randall S. Blankenhorn, Secretary of Transportation Date Priscilla Tobias, Director of Program Development Date William M. Barnes, Chief Counsel Jeff Heck, Chief Financial Officer (CFO) Date City of Elgin Kane County Section 14- 00185 -00 -TL Project RRP- 4003(352) Job No. C -91- 372 -14 TIP # 09 -14 -0024 EXHIBIT A The STATE agrees to reimburse METRA its costs to install new active warning devices and control circuitry, as described below. The STATE agrees to be reimburse the LA its costs to install interconnect improvements, as described below. All improvements shall comply with the requirements of the MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (htto: / /mutcd.fhwa.dot.gov/ ), and with the safety improvements recommended by Illinois Commerce Commission engineering staff during the field inspection conducted on- location on September 6, 2012. CROSSING IDENTIFICATION: Railroad: METRA Location: McLean Boulevard AAR DOT #372 246Y RR Milepost: 39.15 EXISTING CONDITIONS: Two mainline tracks and protected by flashing light signals and gates. DESCRIPTION OF WORK TO BE DONE BY METRA: 1. Install new active warning devices, including cantilever- mounted flashing light signals for northbound and southbound McLean Boulevard, gates, audible bells, and control circuitry for said active warning devices. 2. Revise the railroad warning system to display railroad flashing light signals for five (5) seconds in advance of lowering of the railroad crossing gates. 3. Coordinate design, planning and construction of its above - referenced work with City. 4. Incidental work necessary to complete the items hereinabove specified. DESCRIPTION OF WORK TO BE DONE BY THE LOCAL AGENCY: 1. Install a battery back -up (Uninterruptable Power Supply) for the traffic control system that is interconnected to the highway -rail active warning devices. 2. Modify traffic signal cabinet for a second (redundant) railroad preemption input. 3. Install remote connection capabilities and remote monitoring 4. Investigate, and if warranted, install a permanent southbound McLean Blvd. left -turn restriction to eastbound Timber Drive. 5. Coordinate design, planning and construction of its above - referenced work with METRA. 6. Incidental work necessary to complete the items hereinabove specified. 7. When a marked traffic detour is required, the Village shall furnish, erect, maintain and remove the traffic control devices necessary to detour pathway traffic. ATTACHMENTS Location Map METRA's and LA's estimates of cost ESTIMATED METRA COST: $ 412,578.00 (see EXHIBIT B) 100% Federal participation $ 412,578.00 ESTIMATED LOCAL AGENCY COST: $ 322,311.00 (Construction) (see EXHIBIT C) $ 113,851.00 (Engineering) (see EXHIBIT D) 100% Federal participation $ 436,162.00 PERSONNEL TO BE NOTIFIED BEFORE COMMENCING WORK: Mr. Don Whistler, Right of Way Administrator, Metra, Real Estate & Contract Management, 547 West Jackson Boulevard, 151 Floor, Chicago, IL 60661; telephone: 312 - 322 -8016; email: DWhistler(cDmetrarr.com Mr. Randal Newkirk, Hampton, Lenzini & Renwick, Inc., Engineers for City of Elgin, 380 Shepard Drive, Elgin, IL 60123; telephone: 847 - 697 -6700; email: rnewkirk hlreng.com SUBMIT ALL BILLS FOR THE STATE'S 100% SHARE TO: Illinois Department of Transportation Engineer of Local Roads and Streets 2300 South Dirksen Parkway, Room 205 Springfield, Illinois 62764 10 ,, L✓4R ' ?.` > MWl .e A. Md .e \Iom" NGiI {051 g - Au V. A. Augucu AVa ad H - a No,>° cq Ty USt JP,n St St JCNn s Q_ P.s BW R.Wm ow b < CeNer St _ G i g 0 gaiel n Z' C a � °bo oouglas ACe v ra�rna 3 E H &ddks s £ o _ w N GOV¢AVe I� v0 ar.'uN,yrcM N ysa"` Q °dstyy a is hi d 6�� DeYs Rq a°' a.rwann .. G E a McGWre AVe � _ MCL Al4 Hamirycn A:c >� SLL 6 � � Clark S1 C G YiMenl Y N Nf�dl. wealth MC R Z WGnl1 Avp .`�H wardAVe Winq Rah Blvd a Ne.j�A \vn a `p NMBlydse AVe NMea�'v \Ye Clnldn AYe a E b£ y N Vleslun Alf (•IQv� V 1p wmaus _ N McLeon Blvd N H e J J e'NRV amtPV� R°bwwoW Br £+ - YAWN 1r.WnAv= y1f'` NdC9(I Blvd s 011 llr J b i x f C5Q �YTJ 'a Ru or a' a biei+ �aoa/J.rxll NV (0 m AFB P co ro,a„ N LvY' P "e U m 3 w dm1LO ` o-z CLp o i P11 uecoaB o a ® vo \ \ 'km w, YI Q � Y,r O JSfiund59ue;uGr °u rrna,.� e E �0 OR C Nanaall Rd iX Ra Mmgl b � _ a a�Md Metra Estimate for File Modified: 10/282016 Printed: 1242017 District/Subdistrict: Milwaukee District - West Line Number: Estimate: McLean Boulevard Forces Used: Metra Preparer: s. wimmer Overall Work Limits Description: Crossing modification adding cantilevers Comments: Page 1 of 9 (Estimate Report) Estimate Total: $412,578 Exhibit B Mpfra Estimate for File District: Milwaukee District - West Line Limits: Created: 10/28/2016 Number: Name: McLean Boulevard Modified: 10/28/2016 Forces Used: Metra Printed: 1/2412017 Estimate Generation Settings Additional Items Used for this Estimate: Page 2 of 9 (Estimate Report) Exhibit B IDOT General Labor Additives Settings - Year /Type Class Total: Preparer: s. wimmer 2016 Union Work Equipment Mechanics 0.00% Material Default to: Inventory 2016 Corporate Management and Inspection 0.00% Rail Weight: 136 2016 Corporate Engineering and Design 0.00% Material Additive Rate: 5.00% 2016 Union Transportation 61.73% 2016 Union Maintenance of Way 67.15% Complex Items Used for this Estimate: ItemlD Description: Quantity Unit Production Unit Production Rate 5001 CREW 60 DY 1 N/A Additional Items Used for this Estimate: Page 2 of 9 (Estimate Report) Exhibit B Mel/a Estimate for File District: Milwaukee District - West Line Limits: Created: 10/2812016 Number: Name: McLean Boulevard Modified: 10/28/2016 Forces Used: Matra Printed: 1/24/2017 Overall Project Estimate Union Labor Total Labor wlAdditives: $138,899 Corporate Labor Standard Overtime Description Hours Rate Hours Rate Total Labor OFFICE ENGINEER 40 $37.00 5 $55.50 $1,758 DESIGN ENGINEER 40 $480.00 3 $480.00 $20,640 Total Labor w/o Additives: $22,398 Management and inspection: 0.00% $0 Engineering and Design: 0.00% $0 Total Labor w /Additives: $22,398 Standard Overtime Total Labor. $161,296 Description Hours Rate Hours Rate Total Labor SIGNALTESTMAN 320 $30.24 96 $45.36 $14,031 SIGNAL FOREMAN 320 $30.38 96 $45.57 $14,096 LEAD SIGNALMAN 320 $30.09 96 $45.13 $13,961 SIGNALMAN X 4 940 $29.76 292 $44.64 $41,009 Other: Total Labor w/o Additives: Total Other: $63,098 Maintenance of Way: 67.15% $55,800 Transportation: 61.73% $0 Total Labor wlAdditives: $138,899 Corporate Labor Standard Overtime Description Hours Rate Hours Rate Total Labor OFFICE ENGINEER 40 $37.00 5 $55.50 $1,758 DESIGN ENGINEER 40 $480.00 3 $480.00 $20,640 Total Labor w/o Additives: $22,398 Management and inspection: 0.00% $0 Engineering and Design: 0.00% $0 Total Labor w /Additives: $22,398 Page 3 of 9 (Estimate Report) Exhibit Total Labor. $161,296 Equipment Force Account: $6,171 Equipment Leased: $0 Total Equipment. $6,171 Materials Force Account: $245,111 Materials to be Bid. $0 Total Materials: $245,111 Miscellaneous Expenses: $0 Total Miscellaneous Expenses: $0 Other: $0 Total Other: $0 Grand Total: $412,578 Page 3 of 9 (Estimate Report) Exhibit Mew. Estimate for File District: Milwaukee District - West Line Limits: Created: 10/28/2016 Number: Name: McLean Boulevard Modified: 10/28/2016 Forces Used: Matra Printed: 1/24/2017 Force Account Estimate Union Labor Total Labor w/o Additives: $83,098 Maintenance of Way: 67.15% $55,800 Transportation: 61.73% $0 Total Labor w /Additives: $138,899 Corporate Labor Standard Overtime Description Hours Rate Hours Rate Total Labor OFFICE ENGINEER 40 $37.00 5 55.5 $1,758 DESIGN ENGINEER 40 $480.00 3 480 $20,640 Total Labor w/o Additives: Standard Management and Inspection: Overtime Engineering and Design: 0.00% $0 Description Hours Rate Hours Rate Total Labor SIGNAL TESTMAN 320 $30.24 96 45.36 $14,031 SIGNAL FOREMAN 320 $30,38 96 45.57 $14,096 LEAD SIGNALMAN 320 $30.09 96 45.13 $13,961 SIGNALMAN X 4 940 $29.76 292 44.64 $41,009 Total Labor w/o Additives: $83,098 Maintenance of Way: 67.15% $55,800 Transportation: 61.73% $0 Total Labor w /Additives: $138,899 Corporate Labor Standard Overtime Description Hours Rate Hours Rate Total Labor OFFICE ENGINEER 40 $37.00 5 55.5 $1,758 DESIGN ENGINEER 40 $480.00 3 480 $20,640 Total Labor w/o Additives: $22,398 Management and Inspection: 0.00% $0 Engineering and Design: 0.00% $0 Total Labor w /Additives: $22,398 Funding M1 Total Labor: $161,296 Equipment Force Account- $6,171 Breakdown 003 Equipment Leased: $0 Total Equipment: $6,171 Materials Force Account. $245,111 $245,111 $22,398 Matertals to be Bid. $0 Total Materials: $245,111 Miscellaneous Expenses: $0 Total Miscellaneous Expenses: $0 Other: $0 Total Other: $0 Grand Total: $412,578 Funding M1 Purchasing ED Construction Equipment Breakdown 003 004 005 006 017 $0 $245,111 $22,398 $138,899 $6,171 Page 4 of 9 (Estimate Report) Estimate for File District: Milwaukee District - West Line Limits: Created: 10/2812016 Number: Name: McLean Boulevard Modified: 1012812016 Forces Used: Metra Printed: 112412017 Force Account Equipment Description Days 314 TN PICK UP CC(91234) 60 Total Equipment 60 Page 5 of 9 (Estimate Report) Corporate Rate $102.85 Totat $6,171.00 $6,171 Al Estimate for File District: Milwaukee District - West Line Limits: Number: Name: Forces Used: Matra McLean Boulevard Created: Modified: Printed: 10128/2016 10/28/2016 1!24!2017 Labor Breakdown 0 Complex Item Standard/Overtime Additive Grand ComplexID /Description Function Hours Rate Total Amount Total Total S001 SIGNAL FOREMAN 320 30.38 9,722 67.15% $9,466 $23,562 - - - - - -- 96 45.57 4,375 DESIGNENGINEER-- .__._. - ������- 40 - - 480.00 - - - 19,200.. 0.00 % ---- - - - --$0 - $20,840 -- --- - - - - -- 3 480.00 1,440 - - - - -- - OFFICE ENGINEER - - - - 40 -- 37.00 10 ,48 0.00 -to- - - -. i0 $1,758 5 55.50 278 SIGNAL TESTMAN 320 30.24 9,677 67.15 6h $9,422 $23,453 4,355 SIGNALMAN X 4 ..9645.36 940 29.76 27,974 87.166 $27,538 $68,547 292 44.64 13.035 __ _______. LEAD SIGNALMAN 320 30.09 9,629 67.15% $9,375 $23,336 96 45.13 4,332 Function Subtotal 1.980 $77,682 $55,800 $161,296 ....................................................................................... ---Complex 589 ....................--------------------- $27,814 Item SabTotal 1,980 $77,682 .......................... ....... $55,800 ................ $161,298 Total 1,980 $77,682 $55,800 $161,296 588 $27,814 Page 6 of 9 (Estimate Report) A49 Estimate for File District: Milwaukee District - West Line Limits: Created: 10/28/2016 Number: Name: McLean Boulevard Modified: 10/26/2016 Forces Used: Metra Printed: 1/24/2017 Equipment by Complex Items Leased Corporate Complex ID /Description Function Days Rate Total Days Rate Total ComplexlD: Soot 314 TN PICK UP CC(91234) 0.00 $0.00 $0.00 60.00 $102.85 $6,171 Total by Complex Item 0.00 $0.00 60.00 $6,171 Total Equipment 0.00 $0.00 60.00 $6,171 Page 7 of 9 (Estimate Report) Exhibit B �O Estimate for File District: Milwaukee District - West Line Limits: Created: 10/28/2016 Number: Name: McLean Boulevard Modified: 10128/2016 Forces Used: Matra Printed: 1/24/2017 Force Account Materials Description 2C#6 Twisted Pair Cantilever foundation Conduit, 4" steel Cable, 5C#6 Cable, 7C#9 Cable, 50#14 Insulated Bondstrand Main Gate Mast Complete Crossing Indicator Light Mast Assembly Narrow Band Shunts 10 X 12 Instrument House w/ Utility Pole 28' Cantilever assembly w /Fla 3C#2 Power Cable 06- 42685 -2 MDSA -2 MD SU Crossing Predictor & Micro Ai 40 Amp crossing controller AC Breaker Box AC Surge Protection Relays Unforeseen Conditions Miscellaneus Expenses Design Engineering Plans As -Built Plans Surge Panels 91170 -1 Surge Panels 91170 -2 06- 55406 -7 BATTERY MTC 06- 56040 -3 RECT. ELEC 12 AC meter service Total Materials Material Additives: Materials with Additives: Corporate Quantity Rate Total 1,000 $1.65 $1,650 2 $3,450.00 $6,900 150 $18.80 $2,820 2,000 $2.06 $4,120 1,000 $3.84 $3,840 1,000 $2.45 $2,450 500 $1.74 $870 2 $8,895.00 $17,790 1 $800.00 $800 2 $900.00 $1,800 4 $325.00 $1,300 1 $32,000.00 $32,000 1 $500.00 $500 2 $24,000.00 $48,000 300 $5.00 $1,500 2 $628.00 $1,256 2 $25,000.00 $50,000 1 $6,000.00 $6,000 1 $160.00 $160 2 $65.00 $130 6 $450.00 $2,700 1 $20,000.00 $20,000 1 $7,500.00 $7,500 14 $480.00 $6,720 14 $Moo $1,120 2 $500.00 $1,000 2 $500.00 $1,000 14 $280.50 $3,927 2 $1,043.00 $2,086 1 $3.500.00 $3,500 6,030 $233,439 $11,672 $245,111 Page 8 of 9 (Estimate Report) A49 Estimate for File District: Milwaukee District - West Line Limits: Created: 10/2812016 Number: Name: McLean Boulevard Modified: 10/28/2016 Forces Used: Matra Printed: 1/24/2017 Complex hem/Description S001 2C#6 Twisted Pair Cantilever foundation Conduit, 4" steel Cable, 5C#6 Cable, 7C#9 Cable, 5C#14 Insulated Bondstrand Main Gate Mast Complete Crossing Indicator Light Mast Assembly Narrow Band Shunts 10 X 12 Instrument House w/ Utility Pole 28' Cantilever assembly w /fia 3C#2 Power Cable 06. 42685 -2 MDSA -2 MD SU Crossing Predictor 8. Micro Ai 40 Amp crossing controller AC Breaker Box AC Surge Protection Relays Unforeseen Conditions Misoellaneus Expenses Design Engineering Plans As -Built Plans Surge Panels 91170 -1 Surge Panels 91170 -2 0655406 -7 BATTERY MTC 06- 56040 -3 RECT. ELEC 12 AC meter service Function Materials by Complex Item Total Materials Materials by Complex Item Page 9 of 9 (Estimate Report) Comorate Bid Quantity Rate Total Quantity Rate Total 1,000.00 $1.65 $1,650.00 0.00 $0.00 $0.00 2.00 $3,450.00 $6,900.00 0.00 $0.00 $0.00 150.00 $18.80 $2,820.00 0.00 $0.00 $0.00 2,000.00 $2.06 $4,120.00 0.00 $0.00 $0.00 1,000.00 $3.84 $3.840.00 0.00. $0.00 $0.00 1,000.00 $2.45 $2,450.00 0.00 $0.00 $0.00 500.00 $1.74 $870.00 0.00 $0.00 $0.00 2.00 $8,895.00 $17,790.00 0.00 $0.00 $0.00 1.00 $800.00 $800.00 0.00 $0.00 $0.00 2.00 $900.00 $1,800.00 0.00 $0.00 $0.00 4.00 $325.00 $1,300.00 0.00 $0.00 $0.00 1.00 $32,000.00 $32,000.00 0.00 $0.00 $0.00 1.00 $500.00 $500.00 0.00 $0.00 $0.00 2.00 $24,000.00 $48,000.00 0.00 $0.00 $0.00 300.00 $5.00 $1,500.00 0.00 $0.00 $0.00 2.00 $628.00 $1,256.00 0.00 $0.00 $0.00 2.00 $25,000.00 $50,000.00 0.00 $0.00 $0.00 1.00 $6,000.00 $6,000.00 0.00 $0.00 $0.00 1.00 $160.00 $160.00 0.00 $0.00 $0.00 2.00 $65.00 $130.00 0.00 $0.00 $0.00 6.00 $450.00 $2,700.00 0.00 $0.00 $0.00 1.00 $20,000.00 $20,000.00 0.00 $0.00 $0.00 1.00 $7,500.00 $7,500.00 0.00 $0.00 $0.00 14.00 $480.00 $6,720.00 0.00 $0.00 $0.00 14.00 $80.00 $1,120.00 0.00 $0.00 $0.00 2.00 $500.00 $1,000.00 0.00 $0.00 $0.00 2.00 $500.00 $1,000.00 0.00 $0.00 $0.00 14.00 $280.50 $3,927.00 0.00 $0.00 $0.00 2.00 $1,04100 $2,086.00 0.00 $0.00 $0.00 1.00 $3,500.00 $3,500.00 0.00 $0.00 $0.00 6,030 $233,439 0 $0 6,030 $233,439 0 $0 Page 9 of 9 (Estimate Report) Exhibit C - Local Agency Construction Estimate of Probable Cost BUDGETARY TRAFFIC SIGNAL QUANTITIES AND OPINION OF PROBABLE CONSTRUCTION COST McLean Blvd at Big Timber Road /RR Crossing Prepared by: Hampton, Lenzini and Renwick, Inc. August 17, 2015 SCHEDULE OF QUANTITIES IDOTCODE ITEM UNIT Quantity Unit Price Total 72000100 SIGN PANEL - TYPE 1 SO FT 100 $30.00 $3,000.00 80500020 SERVICE INSTALLATION- POLE MOUNTED EACH 1 $1,500.00 $1,500.00 81028200 UNDERGROUND CONDUIT, GALVANIZED STEEL, 2 "DIA. FOOT 710 $18.00 $12,780.00 81028210 UNDERGROUND CONDUIT, GALVANIZED STEEL, 21/2 "DIA. FOOT 40 $22.00 $880.00 81028220 UNDERGROUND CONDUIT, GALVANIZED STEEL, 3 "DIA. FOOT 80 $28.00 $2,240.00 81028240 UNDERGROUND CONDUIT, GALVANIZED STEEL, 4" DIA. FOOT 710 $35.00 $24,850.00 81400100 HANDHOLE EACH 6 $1,500.00 $9,000.00 81400200 HEAVY -DUTY HANDHOLE EACH 4 $2,500.00 $10,000.00 81400300 DOUBLE HANDHOLE EACH 3 $3,000.00 $9,000.00 87301215 ELECTRIC CABLE IN CONDUIT, SIGNAL NO. 142C FOOT 1500 $1.00 $1,500.00 87301225 ELECTRIC CABLE IN CONDUIT, SIGNAL NO. 143C FOOT 1500 $1.50 $2,250.00 87301245 ELECTRIC CABLE IN CONDUIT, SIGNAL NO. 145C FOOT 3000 $2.00 $6,000.00 87301305 ELECTRIC CABLE IN CONDUIT, LEAD -IN, NO. 141 PAIR FOOT 1500 $1.00 $1,500.00 87301750 ELECTRIC CABLE IN CONDUIT, RAILROAD, NO. 143C FOOT 300 $1.60 $480.00 87301805 ELECTRIC CABLE IN CONDUIT, SERVICE, NO.6 2 C FOOT 200 $3.10 $620.00 87301900 ELECTRIC CABLE IN CONDUIT, EQUIPMENT GROUNDING CONDUCTOR, NO. 61C FOOT 500 $1.50 $750.00 87502480 TRAFFIC SIGNAL POST, GALVANIZED STEEL 14 FT. EACH 2 $900.00 $1,800.00 87502500 TRAFFIC SIGNAL POST, GALVANIZED STEEL 16 FT, EACH 3 $1,100.00 $3,300.00 87502520 TRAFFIC SIGNAL POST, GALVANIZED STEEL IS FT. EACH 1 $1,200.00 $1,200.00 87700220 STEEL MAST ARM ASSEMBLY AND POLE, 36 FT. EACH 3 $6,500.00 $19,500.00 87800100 CONCRETE FOUNDATION, TYPE A FOOT 6 $200.00 $1,200.00 87800150 CONCRETE FOUNDATION, TYPE C FOOT 4 $550.00 $2,200.00 87800415 CONCRETE FOUNDATION, TYPE E 36 -INCH DIAMETER FOOT 33 $220.00 $7,260.00 88030020 SIGNAL HEAD, LED, 1 -FACE, 3- SECTION, MAST -ARM MOUNTED EACH 15 $600.00 $9,000.00 88030050 SIGNAL HEAD, LED, 1 -FACE, 3- SECTION, BRACKET MOUNTED EACH 6 $550.00 $3,300.00 88102710 PEDESTRIAN SIGNAL HEAD, LED, 1 -FACE, BRACKET MOUNTED EACH 6 $550.00 $3,300.00 88200100 TRAFFIC SIGNAL BACKPLATE EACH 15 $100.00 $1,500.00 88500100 INDUCTIVE LOOP DETECTOR EACH 8 $200.00 $1,600.00 88600100 DETECTOR LOOP, TYPE I FOOT 600 $17.00 $10,200.00 88700200 LIGHT DETECTOR EACH 2 $1,400.00 $2,800.00 88700300 LIGHT DETECTOR AMPLIFIER EACH 1 $3,500.00 $3,500.00 88800100 PEDESTRIAN PUSH- BUTTON EACH 6 $375.00 $2,250.00 89000100 TEMPORARY TRAFFIC SIGNAL INSTALLATION EACH 1 $50,000.00 $50,000.00 89100400 ILLUMINATED SIGN, LED EACH 2 $3,000.00 $6,000.00 89502375 REMOVE EXISTING TRAFFICSIGNAL EQUIPMENT EACH 1 $20,000.00 $20,000.00 89502380 REMOVE EXISTING HANDHOLE EACH 10 $400.00 $4,000.00 89502382 REMOVE EXISTING DOUBLE HANDHOLE EACH 3 $450.00 $1,350.00 89502385 REMOVE EXISTING CONCRETE FOUNDATION EACH 10 $350.00 $3,500.00 Z0048665 RAILROAD PROTECTIVE LIABILITY INSURANCE LSUM 1 $5,000.00 $5,000.00 X0324085 EMERGENCY VEHICLE PRIORITY SYSTEM LINE SENSOR CABLE, NO. 20 3/C FOOT 400 $1.00 $400.00 X1400081 RAILROAD FULL - ACTUATED CONTROLLER AND TYPE SUPER P CABINET (SPECIAL) EACH 1 $35,000.00 $35,000.00 X8011000 TELEPHONE SERVICE INSTALLATION EACH 1 $3,000.00 $3,000.00 X8620200 UNINTERRUPTABLE POWER SUPPLY, SPECIAL EACH 1 $4,500.00 $4,500.00 CONTINGENCY -10% $29,301.00 TOTAL $322,311.00 Page 1 of 1 Exhibit C Illinois Department of Transportation 2300 South Dirksen Parkway t Springfield, Illinois / 62764 February 8, 2016 Ms. Kimberly A. Dewis City Clerk 150 Dexter Court Elgin, Illinois 60120 Subject: City: Elgin Section: 14- 00185 -00 -TL Project: RRP4003(352) Job: C -91- 372 -14 Preliminary Engineering Agreement Consultant: Hampton, Lenzini, Renwick, Inc. $113,851.00 (federal share $113,851.00) Dear Ms. Dewis: The enclosed preliminary engineering agreement is hereby approved on February 8, 2016 by the department and was authorized by the Federal Highway Administration on June 24, 2015 per the proposed funding agreement dated June 30, 2015. Please contact Terry Fountain (Terrence.Fountain @illinois.gov) if you have any questions. Sincerely, Salmon O. Danmole, P.E. Acting Engineer of Local Roads and Streets By: Gregory S. Lupton, P.E. Acting Local Project Implementation Engineer Enclosure cc: Gregory J. Rokos, P.E., Public Services Director John Fortmann Attn: Christopher Holt - District 1 Roxy Heck (Attn: Project Control) File Exhibit D City of Elgin i L IlfmOi5 Dep�trtlertt o C �df f Transportation County Kane A L Section 14-00185-00-TL I A I Preliminary Engineering Project No. RRP- 4003(352) G Services Agreement Job No. For C -91- 372 -14 I E N j Federal Participation Contact Name /Phone!E -mail Address Gregory Rokos, PE C 847.931.5966 I Y Consultant Hampton, Lenzini and Renwick. Inc C� 0 Address N 380 Shepard Drive S, City Elgin � State T IL Zip Code A 60123 N Contact Name /Phone /E -mail Address T Randal G. Newkirk, PE 847.697.6700 THIS AGREEMENT is made and entered into this 4th day of November • 2015 . between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT. Federal -aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE) will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. Project Description Name McLean Blvd at Matra Railroad Route Length >0.1 mi Structure No. Termini at Big Timber Road Description Traffic Signal improvements at the intersection of McLean Blvd / Metra Raiiroad/Big Timber Road. Project will use Local Agency Railway- Highway Grade Crossing Improvements funding. Agreement Provisions I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance, in accordance with STATE approved design standards and policies, of engineering services for the LA for the proposed improvement herein described. 2. To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LA or STATE. 3. To complete the services herein described within VWC calendar days from the date of the Notice' o Proceed from the LA, excluding from consideration periods of delay caused by circumstances beyond the control of the ENGINEER. 4. The classifications of the employees used in the work should be consistent with the employee classifications and estimated man - hours shown in EXHIBIT A. If higher- salaried personnel of the firm, including the Principal Engineer. perform services that are indicated in Exhibit A to be performed by lesser- salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 5. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT: and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein. 6. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections resulting from the ENGINEER's errors, omissions or negligent acts without additional compensation. Acceptance of work by the STATE wilt not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities. 7. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER's professional seal when such seal is required by law. Plans for structures to be built as a part of the improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal is required by law. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE. 8. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes. and local laws or ordinances of the LA. Page 1 of 6 Printed on 10/2312015 6:55:55 AM BLR 05610 (Rev. 11121/13] Exhibit D 9. The undersigned certifies neither the ENGINEER nor I have: a. employed or retained for commission. percentage. brokerage. contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT. b. agreed, as an express or implied condition for obtaining this AGREEMENT. to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid, or agreed to pay any fine, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal Department or agency, a. have not within a three -year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal. State or local) transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft. forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, f. are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) and g. have not within a three -year period preceding this AGREEMENT had one or more public transactions (Federal. State or local) terminated for cause or default. 10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 12. To submit BLR 05613. Engineering Payment Report, to the STATE upon completion of the project (Exhibit 6). 13. Scope of Services to be provided by the ENGINEER: (SEE A�checf <��c p, ❑ Make such detailed surveys as are necessary for the planning and design of the PROJECT. J ❑ Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories. ❑ Prepare applications for U.S. Army Corps of Engineers Permit, Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification. ❑ Design and /or approve cofferdams and superstructure shop drawings. ❑ Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches). ❑ Prepare the necessary environmental and planning documents including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse. Substate Clearinghouse and all necessary environmental clearances. ❑ Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal -Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. ❑ Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. ❑ Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior to the establishment of final vertical and horizontal alignment, location and size of drainage structures. and compliance with applicable design requirements and policies. ❑ Make or cause to be made such traffic studies and counts and special intersection studies as may be required to furnish sufficient data for the design of the proposed improvement. ❑ Complete the general and detailed plans, special provisions and estimate of cost. Contract plans shall be prepared in accordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate of cost shall be furnished in quadruplicate. ❑ Furnish the LA with survey and drafts in quadruplicate all necessary Hght -of -way dedications, construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Page 2 of 8 Printec on 10;2312015 8:55:55 AM BLR 05610 (Rev. i t r21/13) Exhibit D IL THE LA AGREES. 7o turn sh the ENGINEER all presently available survey date and information _. Tc ry the ENGINEER as compensation for all services renderer in accordance -Mt— tms AGREEMENT. on the basis of the following compensation formulas_: Cost Plus Fixed Fee C CPFF = 14.5%[DL + R(DL) * CH(DL'r + IHDCj, or J CPFF = 14.5 %[DL + R(DL% 1.4(DL) + IHDCj. or j ' CPFF = 14.5%[(2.3 + R)DL + IHDCj Adhere: OL = Direct Labor IHDC = In House Direct Costs OH = Consultant Firm s Actual Overhead Factor R = Complexity Factor Specific Rate 71 (Pay per element) Lump Sum 3. To pay the ENGINEER.. using one of the following methods as required by 49 CFR part 26 and 50F IL CS 515409: L �Nifh Rztainage a • For the first 50% of completed work. and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LAL, monthly payments for the work performer shall be due and payable to the ENGINEER. suc.`: payment=_ to be eoua' tc 90% of the value of the partially completed work minus all or_vicus partiai payments made to the ENGINEER. b - After 50% of the work is completed. and upon receipt of monthly invoices from the ENGINEER and the approval thereof ty the LA. monthly payments covering work performed shall be due and payable to the ENGINEER. such payments to be equal to 95:>, of the value of fhe partially completed work minus all previous partial payments made to the ENGINEER. c. Final Payment - Upon approve' of the work by the LA but .riot later than 60 days after the work is completed arc reports_ have been made and acceotec by the LA and the STATE. a sum of money equal to the basic fea as determined ir• this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payaole tc Ina ENGINEER. J VVimout Retamage a For progressive payments - Upon receipt of monthly invoices from the ENGINEER ana the approval merec t,, :rte -A monthly payments for toe work performed shall be due aid payable to the ENGINEER. such payment=_ to be =_ ^cal is the vague of the partiafkv comoleted work minus all previous partial payments made to the ENGINEER,. t, Final Payment - Upon approval of the work by the LA but not later than 60 days after the work is completed ano reports have oeen made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined in -.his AGREErvIENT less the total of the amounts of partial payments previously paid to the ENGINEER snail be due and payable in the ENGINEER. Tne recipient shall rot discriminate on the basis of race. color. national oricin or sex in the award and performance of any DOT - ass:stec contract or in tie administration of its DBE program or the requirements of -29 CFR part 26. The racipiant shall tale all nacesse-y and reasonable steps under 49 C-r•R par. 26 to ensure nondiscrimination in the away and administration of DOT- assistec contracts. The rzgipienls D3E program, as required by ,19 CFR part 26 and as aoprgved by OCT. is incorporated by reference in :ms agreement. Implementation of this procram is a legal obligation and failure to carry out its terms shall be treated as molaticn q: this agreement. Upon notifiatien ;o the recipient of its failure to carry out its aoorgved program. the Departmem may impose sanctions as provided for under pan 26 and may, in appropriate Cases reefer the matter for enforcement under 18 U.S.C. IOC. anc;pr :he Frog-am Frz _ Civil Remedies Act of 1986 131 U.S.C. 3801 at seq.1. lit. IT IS NUTALLY AGREED, That tic work shall oe commenced by the ENGINEER prior to issuance by the LA. Bf a w,;t en Notice io Proceec. 2. That tracings, plans, specifications. es- ides, maps and other documents prepared c the ENGIrd EER in accordance with this AGREEMENT shall be delivered tc aid become the property of the LA and that basic survey cotes sketcnes char's arc other cats prepared or obtained in accordance with this AGREEMENT shall be made avaiiable upon request. to the LA or to the STATE. wit, lout restriction or limiietion as to their use. Facie ` 01 t rnntsc or. 2:1'27.' BFi '55 AM BLP 05c ^ii; ;Rev 11:21 :?. Exhibit D T'tat all reports. plans. estimate=_ and soecial provisions furnished by the ENGINEER snail be m accordance with the current Standard Specif cations for Road and 6nd9e Construction. Bureau o" Roads and Streets Administrative Policies. Federal -.Aid Procedures for Local highway Improvements or any other applicable requirements of the STATE. n beiro :inderstood :hat all such P_r ❑isned documents shall be approved by the LA and the STATE before final acceptance. Dur.ng the performance of the enoinaenrc sen ices herein provided for. the ENGINEER shall be responsible for any toss or damage tc the documents herein enumerated •while the.- are in the ENGINEER s possession and any such loss or damage shall be r estored at the ENGINEERS excense- That none of the services to be furnished by the ENGINEER, shall be sublet, assigned cr transferred to env other Cary or panies crithout written consent of the LA. The consent to sublet. assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve_ the ENGINEER of anv resconsibility for the fulfillment of this agreement. 5. To maintain. for a minimum of 3 years after the completion of the contract. adequate books, records and supporting gocuments to venfv the amounts, recipients and uses of all disbursements of funds passing in conjunction vrdh the contract: the contract and all books. records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE; and .o provide full access to alt relevant materials. Failure to maintain the books. records and supporting documents required by this section shall establish a presumption in favor of the STATE for the receae_ry of any funds paid by the STATE under the contract for which adequate books. records_ and supporting documentation are not available to support their purported disbursement. 6. he payment by the LA. In accordance .with numbered paragraph S of Section It twin be considered oaymenc In foil for all seroces rendered in accordance with this AGREEMENT whether or not they be actually enumerated ie this AGREEMENT. 7. 7net the ErJG!NEER shall be resporsible for anv and all damages to property or persons arising out o' an error, . omission, andior Heel giant ace .r. :fa prosewtion of :rte ENGINEER -s work and shall indemnify and save harmless the LA. the ST.-'. - E. and their o Icers. age='s :r employees fro.- al! suits, clams actions or damages of any nature whatsoever resjltino there from. These ndemrnres_ snaL -at be limited by the listing of any in=surance Policy, S. This AGRc f1ENT may be terminated by the LA upon givino notice in writing ro the ENGINEER at the ENGINEER s lasf known post sac= address. Upon such termination. the ENGINEER shat! cause to be delivered to the LA, all drawings. plain. surveys, reports. permits, agreements, soils and foundatior analysis. provisions. specifications_, partial and comoieted estimates and date. if any from soil survey and suts_race investigation with the understanding that all such materla. becomes the Droncnv of the LA. ':'re LA will be reapons'bis for reimbursement of all eligible expenses to date of the written notice of termination. g. Tnys oerification is required by me Drug Free Wcrkolace Act (30ILCS 580). The Drug Free Workmacer Act recuires that no grantee or contractor shall receive a ;ten: or be considered for the purpose of being awarded a contract for the pro -urement of any croDery or service from the State unless mat grantee_ or contrsctor will provide a drug free workplace. °alse certification or violation of the certification ma: result in sanctions including, out riot limited ic. suspension of contract or grant caynents. termination of a ecrtrect er grant and deparment o'the contracting or grant opportunities with the State for at least one : U • =er but no more than vve i51 vests. =or the purpose of this certification. "grantee' or'contramor' means a corporation. partnership or other entity with twenty-five 125; or more employees at the time of issuing the grant. or a department. dwision cr other unit thereof. directly responsible far the specific Derfcrmance under a contract or grant of $5,000 a more from the State. as defined in the Act. - The contracto.- crartee certifies and aorses met it will provide a drug free workpiace by a. =ubiish:no o statement. Ndlifvmc st .z cyees that the unlawful manufacure. distribution. dispersina . pcssessic.. o. isa cf a conrP•.Ied substance. ineludin_ cancabis. s crghibiied is the grantee's or camracto,s workplace. t2i Specifying the actions that will be taken against employees for v!olaticns_ c such prohiPihor. Notifying the employee That. as a condition of employment on such contract or grant. the emplcvee will ;a) abicia by the terms of the statement: and tb! rictif;; the employer of env crminal drug statute conviction for a violanor, eccumno_ in the workplace no le`er than love. (5i days after such conv.cuor, c. Esaolishmg a drug free awareness program to inform employees about. Or The dargers of druo abuse in the workblace. The grantees Or contractor's policy of maintaining a drug free worxo.ace. - +;3) Any available drug counseling. rehabilitation and employee assistance program: ano r4) The Deratties that may be imposed upon an employee for drug violations. _. Providing a copy of the statement required by subparagraph ;a} to each employee encased in the pert, mance of the contract or grant and to post the statement in a prominent Place in the workplace. c. Notifying the contracting or granting agency within ten (5 0) days after receroin- notice under par r E; of par-. ?rapt ) of subsection (aI above from an employee or oihere :!se receiving actual notice of soon conviction. e.. imposing a sanction on. or requiring the satisfactory participation in a drug abuse assistance or rehabilita :ion program by. .. Assisting employees in selecting a course of action in the evert drug counseling treatment and rehabilitation is required and indicating that a trained refer. at team is in place. a. Making a good faith effort to continue to maintain a drug free workplace through implementattoc of the Dry c Free 'Worrkpiece Ac-. =age c c* e -• :m2d or'0 —< 2n'.5 r'::`._ °:55:-,.. Exhibit D 10. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate. Agreement Summary Sub - Consultants: TIN Number Agreement Amount I I I Sub - Consultant Total L Prime Consultant Total: I Total for all Work: I 113 E�_- I. co I Executed by the LA: ATTEST By: Clerk Executed by the ATTEST By: 1 pi�Sl In -tom .J Title: y�e Wtw^2 \i I t? hg_4; &,Y Page 5 of 8 Printed on 10!2312015 8:55:55 AM City of Elkin ;FlunicipalilvTCwns�iyCounty) By: toga all Title: it Manaser By:'. Title: l�tZ�S1 ♦ c ^ BLR 05610 (Rev. 11/21!13) Exhibit D �Q i= N Q ^ m W rl Ic O W 02 �y pW Q X X N W Q O W z C a O w J OVe by m • r H F Z a e Q LU f y as z W W X J eo O N ` - W r CL > z a CL O a_ h N N 7 a U � m W ` O a ^C W W y w « L Leo yCm L W FyC `� C = H O U R N C N N INl m S 4• Oo� N O y r 2 w s w J W a a am' z � � a Exhibit D O N N a m e a PAYROLL RATES FIRM NAME HLR Engineering DATE PRIME /SUPPLEMENT Prime PSB NO. NIA ESCALATION FACTOR 0.00% CLASSIFICATION CURRENT RATE CALCULATED 7PATE DF-824-039 REV 12iO4 ifflilicTALl Printed 10123/2015 Exhibit D =- -2 -1- $70.00 $53.05 $47.83 a 5 4 540.70 ?ngi-,asr3 537.6 $37.94 $35.48 $27.81 S35.00 $27.56 S20.57 nie,' 7s.^ $15-00 S38-- $38.67 $33.81 $23.50 S29.5d $17.13 S44.86 s-", % $23.24 DF-824-039 REV 12iO4 ifflilicTALl Printed 10123/2015 Exhibit D 7§ ))k % /° § U) §§ §§ LL k} k �L LU kw § �k �d §))mm(l LU k u , X;� ))k Exhibit o / \ ( \ � / / �d §))mm(l . s \ %k§` mama! § ■ !�!G ) %§» § |- §& / § / \ } \}\ kk§ Exhibit o / \ ( \ � / / O e 9 O O N N b W O � U) W Q c U W O c a J O W Q c W a O rvlO w r a w D W C m C m1 W JE <. Km W li 6. Exhibit D T in N O d c O � a Nm C $ N g'Q = m 10 m N N W X (d 6 (V N ^ C 8 6 S CI 3 Q N N b O O W = m 6 E = - n O 3 < N m Y O M O s A N O N m C 0 a 0 IM o X u e R e n If C _E !v m m a � w X X X X X X X ace W Q 6 C 6 n�i Q F a 0 Q V N !7 N N M M N N Q N x m 1 o) C C yL Q } IL 1A a t7 N N N E '� r m m m m F ICO E E_ p IL c c Co. c c c c c c c c t 5 c o m m o V WW. WILWrrr Exhibit D T in N O d c wl V i m a v L 3 a U 3 � _E ~ _ 3 C O m Y O co m y U m � i Y � C W m O — � d N � � O m J Ae Q W d m cW G ~ O 3 m F O v � mm u m U N i H C � N Q m u O Exhibit D m v L 3 U 3 � d C O N Y � y ~O y U m i � C W O — E N � O u J Ae O W d m o 0 o 3 m F v � c u u u N i H C � N Q m u O J 61 CL u m w i N > C m � m C s 3 a E L Z r w m m o C N ^ L d Q m 0 i Q w L CU G W U C C 2 W d .3 m i E O o O W oD U N N N C C d N O L am. 0 U a N m v� p, N m in +•� •� C C 1 W W J U O C O O 00 0'i 0 0 0 o a v 0 6 6 0 .+ .4 O O O O N N Ol V N N N D] N C h Exhibit D v U d N N � V U t N u J Ae O O d m 0 o o m F H u u u Exhibit D HAMPTON, LENZINi. AND RENWICK, INC. iL1�R Civil Engineering • Structural Engineering • Environmental Services_ • Land Surveying City of Elgin McLean Boulevard / Big Timber Road / Metra RR Crossing Traffic Signal / RR Signal Improvements Project Description The proposed project involves safety improvements at the existing McLean Boulevard Metra Railroad Crossing. The improvements will include the adjoining signalized intersection of McLean Boulevard with Big Timber Road to the north and the unsignalized intersection with Timber Drive to the south. Improvements will include upgrades to the traffic signals at McLean Blvd and Big Timber Road, including the possible addition of traffic signal control to McLean Blvd and Timber Drive. The two intersections will be operated by one signal controller, which will maintain its integration with the existing railroad warning devices. Modifications to the traffic signal — railroad interconnect will be determined via coordination between the City, Metra, the Union Pacific Railroad (UPRR) and the Illinois Commerce Commission (ICC). The base proposal assumes that an ICC hearing will not be required. Proposed Scope of Services HLR will complete the following tasks to obtain the required IDOT approvals needed for these federally- funded safety improvements. We will coordinate our work with the City as is timely to provide opportunities for discussions, reviews and approvals. Proiect Initiation and Data Collection Prepare minutes of the Elgin / IDOT Phase I engineering kick -off meeting held at the Elgin Public Works office on May 6. • Order JULIE locates for utilities within the limits of the project. • Obtain and review existing / as -built plans available from the City. • Check existing right -of -way and easements using tax maps, on -line databases and subdivision plats available from the City's records. • Conduct a field inspection of the project site to observe existing traffic operations and view locations of visible utilities and other features that must be accounted for in the proposed design. • Coordinate with Metra, the UPRR and ICC to determine their requirements for the extent of improvements needed for the railroad crossing warning devices and for their preliminary review of signal sequence -of- operation alternatives. • Conduct a topographic survey sufficient to prepare traffic signal plans. The survey will include pavement centerlines and edges, curb lines, pavement markings, traffic signal and railroad signal equipment, signs, visible utilities, visible right -of -way monumentation and features outside the r.o.w. that may affect the placement of signal equipment. Import the survey data and prepare CADD files for plan sheets. Exhibit D Proposed Scope of Services (continued) Page 2 of 3 Coordinate with our geotechnical subconsultant, Rubino Engineering, to obtain soil borings and a geotechnical report. We will review the findings to select proposed traffic signal mast arm foundation desions. Collect soil samples during the soil borings operation and deliver them to Prairie Analytical Systems for lab analyses. This will provide soil characterization sampling for Illinois EPA LPCn663 for disposal of excess excavated soils. Due to the railroad and gas stations adjoining the intersections, it is assumed that contamination will be found. Phase I (Preliminary) Engineering • Prepare an anaiysis of signal phasing to operate the McLean Blvd J Big Timber Road signalized intersection. A future Timber Drive signal evaluation will be considered. • Prepare a project location map, existing and proposed typical cross sections. and an aerial photo exhibit as required for the IDOT Phase I submittal package. • COnd1�ft the Special Waste screening, including the environmental database search and prepare a memorandum of our findings for the Cry's review and use. • Conduct further coordination with Matra, the UPRR and ICC for review of preliminary engineering. • Prepare IDOT's BLR 19100 Categorical Exclusion Group I approval form, assemble the Phase I submittal package and submit to IDOT for District 1 approval. Phase II ( Desion` Engineering • Design and prepare plans for Temporary and permanent traffic signals including pavement markings, pay items, quantities, cost estimates, specifications and special provisions. Prepare the traffic signal sequence of operation, railroad preemption sequence of operation and Emergency Vehicle Preemption (EVP) sequence of operation in a chart format. • Prepare the traffic signal ,' railroad signal interconnect plan. Prepare required details for any modifications required by Metra, the UPRR or ICC for the integration of the traffic signals with the railroad warning devices. • Prepare the plan cover sheet, general notes, summary of quantities and schedules. • Conduct further coordination with Matra, the UPRR and ICC for plan reviews. • Assist City staff with the preparation and updates of the IDOT-Local .Agency Agreement and the Project Program Information forms. Exhibit D Proposed Scope of Services (continued) Optional Services Available Upon Request Page 3 of 3 Although not included in the base scope of services, HLR will provide the following optiona! services upon the City's request. If a traffic signal or right -in -right -out at Timber Drive is desired the following will be needed: Obtain peak period turning - movement traffic counts at McLean Blvd / Big Timber Road and McLean Blvd ,' Timber Drive, classified by vehicle type, bicycles and pedestrians. This will include tracing counts of vehicle movements that cross the railroad tracks and enter or exit Timber Drive. This information may be desired if the ICC or railroad recommends restricting Timber Drive to right turns only as a safety measure. The data will demonstrate that most large truck traffic enters Timber Drive from the McLean Blvd north approach. Analyze traffic flow through the intersection based on future traffic projections using the Highway Capacity Software (HCS) Prepare an Intersection Desion Study (IDS) and submit to IDOT for approval Prepare for and represent the City at an ICC hearing, if required for the modification to the railroad warning system and /or modifications to the traffic signal plan and sequences of operation. These hearings are typically held in Chicago. Exhibit D Reso1utio11No. i�;-1!- RESOLUTION AUTHORIZING EXECUTION OF AN AGREEN:[ENT `<'`'ITH HAMPTON. LENZINI AND REN NICK. INC. FOR ENGINEERING SERVICES IN CONFECTION d ITH THE NICLEAN AND BIG TIMBER ROAD RAILROAD SIGNAL IMPROVEMENTS PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN. ILLINOIS. that pursuant to Elgin Municipal Code Section :.02.02013(9) the Cit) Coltncil hereb\ rinds that an excelxion to the requirements of the procureinent ordinance is neclessary and in the best uneresT of the cite: and BE IT FURTHER RESOLVED BY THE CITY- COUNCIL OF THE CITY OF ELGIN. ILLINOIS, that Stan R. Stegall. City %Ianager, and Kimberly A. Deals. City Clerk. he and are hereby authorized and directed to execute an Agreement on behalf of the City o; Dgin with mT n pton. Lenzini and Renwick. Inc. for engIDeermg sera ices in connection xkith the McLean .Ind Big Timber Road Railroad Signal Improvements Proiect, the firm of which is tite Illinois Department of Transportation PreliminarN Engineerin- Services A_ Bement for Federal Participation. a cony of a hich is attached hereto and made a part here, f b. reference, s David J. Kaptain David J. Kaptain. Ma%or Pr:st nicd: November ". 2015 \dopiw: : Nc;,-rnber -1. 201= Ot11nibus Vote: Yeas: 9 Navy: 0 Allest: s Kimberly Deia'Is Khnberiv Dexk is. City Clerk Exhibit D