Loading...
15-12 Resolution No. 15-12 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH IMS INFRASTRUCTURE MANAGEMENT SERVICES, LLC FOR PAVEMENT MANAGEMENT SERVICES IN CONNECTION WITH THE 2015 PAVEMENT MANAGEMENT UPDATE PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Sean R. Stegall, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with IMS Infrastructure Management Services, LLC for pavement management services in connection with the 2015 Pavement Management Update Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: January 28, 2015 Adopted: January 28, 2015 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this aday of , 2015, by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referr d to as"CITY") and IMS Infrastructure Management Services,LLC,an Arizona limited liability company,authorized to do business in the State of Illinois (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2015 Pavement Management Update consisting of a pavement rating study of all city streets (hereinafter referred to as the PROJECT); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW,THEREFORE,it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein,subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR". B. The basic scope of services for the project consists of a pavement rating study which will include Road Surface Tester and Deflection and deflection condition surveys of all Elgin city streets, software implementation, digital images, GIS linkage and training. C. A detailed Scope of Services is set forth in the ENGINEER'S proposal for the PROJECT dated December 22, 2014, attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. B. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule.A brief narrative will be provided identifying progress,findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including,but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right,title and interest,including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is 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 or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 1 times the direct hourly rate of personnel employed on this PROJECT,with the total fee not to exceed $126,980.00 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus $0. C. ENGINEER shall also provide for storage of digital video for future asset extraction at the cost of$3,600.00 D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. -2 - 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated,the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination,except that reimbursement shall not exceed the task amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and,unless terminated for cause or pursuant to Article 5,shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen (15)days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. Notwithstanding the foregoing,or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to Paragraph 4 hereof,no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement,and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the - 3 - date the alleged cause of action arose or the same will be time-barred.The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify,defend and hold harmless the CITY, its officers,employees,agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY,its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official,director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. -4 - B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means,methods,techniques,sequences or procedures,or for safety precautions and programs in connection with the construction,unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex,age,race, color,creed,national origin,marital status,of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. - 5 - 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership, joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed,modified,discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the - 6 - enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. 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. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. 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. 25. 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. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. - 7 - 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement, ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion,shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: Greg Rokos Public Services Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Donald Hardt 1820 W. Drake Drive, Suite 108 Tempe, Arizona 85283 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing,ENGINEER hereby certifies,represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to - 8 - the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such audit. IN WITNESS WHEREOF,the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FIR THEE INEER: By ��2'/f,e. By: ` City Manager Name/Print: Jat.%�w Title: sr! _-J14 . - Att st: City Clerk F:\Legal Dept\Agreement\IMS Infrastructure Management Services Agr-clean-1-20-15.docx - 9 - Attachment A December 22, 2014 IMS Infrastructure Management Services 1775 Winnetka Circle,Rolling Meadows,IL 60008 Phone:(847)506-1500 Fax:(847)255-2938 City of Elgin www.ims-rst.com 1900 Holmes Road Elgin, IL 60123 Attention: Gregory J. Rokos, P.E., Public Services Director Reference: 2015 Pavement Management Update Dear Mr. Rokos: IMS Infrastructure Management Services is pleased to submit our proposal to update the City's pavement management program. The project will include testing of the City's entire street network. Network level testing using block-to-block referencing will be performed on approximately 340 centerline miles of pavement designated by the City. The field investigation will include a Laser RST surface condition survey, Dynaflect-based deflection testing, GPS referencing, 3 camera digital video and an environmental survey. IMS will install the current version of the PavePRO Manager software with the updated field data and digital images at 25' intervals. The pavement management software will be linked to the City's GIS and department staff will be trained in software operation and data interpretation. We have also provided information on implementing ROWMan asset management software. Although this has not been requested as part of this project, IMS can retain the GPS referenced digital video so that the City can have the option of extracting ROW assets in the future without incurring the additional expense of re-driving the streets. The proposed update will ensure that the City's pavement management program is complete and accurately reflects current conditions. It will enable the City to develop multi-year programs and budgets and it also provides information on the benefits of the rehabilitation strategies used by the City. This street information along with optional ROW data collected by IMS and/or City staff can be used to meet many of the reporting requirements of the GASB 34"modified approach". We have included a short statement of our qualifications and experience for your review. A brief description of the elements of the proposed program with corresponding fee schedule is included on the following pages. Pricing is from the official schedule submitted by IMS to the Northeast Illinois Partnering Contract (a consortium of North and Northwest Chicago area municipalities). MFT funds can be used for this project. IMS will assist the City in preparing the appropriate engineering agreement for approval by IDOT's Local Roads personnel, if requested. We look forward to working with the City of Elgin to implement a pavement management program that addresses the goals of the City. If you have any questions regarding the enclosed information, please feel free to contact our office. Very truly yours, IMS INFRASTRUCTURE MANAGEMENT SERVICES iz j� Donald L. Hardt Manager of Client Services IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 1 of JO QUALIFICATIONS AND EXPERIENCE IMS Infrastructure Management Services is an employee owned and managed firm with offices in Illinois, Arizona and Ontario. We started our ' I pavement management activities from Des Plaines, IL in the late 1960s as Novak, Dempsey & Associates. Since IMS' inception in 1985, we have progressively developed new technologies together with real-world software applications to become a recognized leader in the field of pavement and infrastructure management. Our software solutions provide the tools required to meet the complex challenges within the modern urban and rural environment. Our fleet of data collection equipment performs automated pavement surface condition surveys, rutting and roughness surveys, deflection testing, multi-camera video logging, and right-of-way asset surveys. IMS performed its first Pavement Management Program for the Village of Roselle in 1974. Since they wanted to utilize MFT funding, IDOT conducted an extensive review prior to granting its approval. The Village continues to use the IMS program and updates the data on a five year cycle. Many of the IMS implementations are now funded with MFT. IMS has completed more than 600 pavement and right-of-way management assignments for government agencies and private-sector companies throughout the United States and Canada. As an entity, IMS has completed similar projects for: • 500 city and county agencies plus 30 large-scale public works departments. • 10 state agencies and transportation authorities. • Collected data for more than 15 different software platforms, ranging from our own proprietary systems, to 3rd party programs including CarteGraph, Azteca Cityworks, Lucity (GBA), INFOR/Hansen, Deighton, Stantec and MicroPAVER. • Developed 4 pavement and asset management applications. • Performed work with more than 8 databases and mapping applications. • Developed revolutionary data collection tools that set the standard for automated, objective surveys. Our complete lineup of pavement and infrastructure management applications includes: • PavePRO Manager—Pavement management software • ROWMan—Right-of-way infrastructure management software • Digital Image Viewer—Image software for PavePRO Manager • SURFace Pro Manager— Parking lot management software • DataVUE—Digital image and distress data viewing software IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 2 of 10 Specialized infrastructure asset management and related roadway services offered by IMS include: Pavement Management Services • Pavement management software, implementation and training • Automated distress data collection • Automated roughness and rutting measurement • Manual pavement performance data collection • Nondestructive Dynaflect and FWD deflection testing • Ground Penetrating Radar • Parking lot management software and data collection • Roadway cross fall, grade and radius of curvature data collection • GIS interface implementation I Right-of-Way Management Services • Right-of-way asset management software and implementation • Right-of-way asset data collection and condition rating • Sign retro-reflectivity surveys • Digital video data collection and digital image development • GPS coordinate data collection • Right-of-way asset planning In order to provide the greatest efficiency and cost savings to our clients, IMS supplements its core professional staff with long-term relationships with key service, software and technology partners. This allows IMS to stay current with industry trends and new technology, as well as to offer a wider array of software solutions. We regularly collect data for a variety of 3rd party software. In addition to providing pavement management software and services, IMS operates an advanced, state- of-the-art fleet of data collection units. Our pavement and right-of-way testing equipment includes: Three(3) Road Surface Testers (RST) The RST is capable of collecting automated pavement condition and right-of-way asset information in a single pass. ' • The RST incorporates lasers, distance measuring instruments, 1 accelerometers and rate gyroscopes, inertial navigation based GPS and high resolution, forward and side view digital images _— and video. Through the use of its laser-camera array, the RST = s•4 collects objective surface distress data, roughness and rutting. Three (3) Dynaflects Dynaflects provide nondestructive, multi-sensor dynamic deflection data for pavement structure analysis. Dynaflects have a 30-year history of collecting dependable, repeatable data, and may be used on asphalt and concrete roads. IMO IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 3 of 10 PROJECT REFERENCES Presented below are some local project references illustrating IMS's capabilities to implement a comprehensive pavement management system. Over the years we have provided programs to over 50 Chicago Metro area agencies. Recent references include: Village of Glenview, 2007, 2012 -154 miles + parking lots 1225 Waukegan Road, Glenview, IL 60025 Russell Jensen, P.E., Village Engineer, (847) 904-4333 Lake County, 1990, 2013 -200 miles/year 600 W. Winchester Road, Libertyville, IL 60048 Darrell Kuntz, P.E., Project Engineer, (847) 377-7459 City of Highland Park, 2008, 2011 -144 miles Dept.of Public Works; 1150 Half Day Road; Highland Park, IL 60035 John M. Welch, PE, CFM, City Engineer, (847)432-0807 Village of Schaumburg, 2005, 2010 -245 miles 714 South Plum Grove Road, Schaumburg, IL 60193 Brad Hurban, Engineering & Public Works Inspector, (847) 895-7100 City of Evanston, 2000, 2005, 2012—193 miles 2100 Ridge Avenue, Evanston, IL 60201 Sat Nigar, P.E., Senior Engineer, (847) 866-2950 Village of Plainfield, 2011 -220 miles 14400 Coil Plus Drive, Plainfield, IL 60544 Randall Jessen, Superintendent of Public Improvements, (815)230-2030 Village of Buffalo Grove, 2003, 2008, 2013 - 117 miles 57 Raupp Blvd. Buffalo Grove, IL 60089 Darren Monico, P.E., Village Engineer, (847)459-2523 City of Northbrook, 2001, 2006-2011 655 Huehl Road, Northbrook, IL 60062 Paul Kendzior, P.E., Village Engineer, (847) 272-4711 City of St. Charles, 2009, 2012 -150 miles 2 E. Main Street, St. Charles, IL 60174 James Bernahl, Engineering Manager Note:Jim just joined the Village of Winnetka(2011 IMS User)as Asst.Director of Public Works&Engineering(847)716-3277 For each municipality, IMS implemented PavePRO Manager, IMS's comprehensive pavement management software. A Dynaflect device was used to collect deflection information. The projects also included detailed rehabilitation analysis, GIS integration, software installation, training and reporting. Some projects also included ROW asset surveys. Please note that many of our clients use IMS pavement management software with other software providers for work order generation, ROW asset management modules, and other management applications IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 4 of 10 PROJECT APPROACH Surface Condition Survey Surveys are completed using the Road Surface Tester(RST). The City will receive a continuous, objective, and accurate survey of the surface condition of the street network. Retests will be performed using previous sectioning wherever possible. These network- • • r 4w. level surveys with intersection-to-intersection test --' sections can easily be linked to the City's GIS. The RST provides a great deal of flexibility and can easily :» adjust test section lengths to meet previously ... established test sections and any City goals. Single- direction testing will be performed on the two-lane streets. Two-direction testing is recommended for use on divided streets and arterials and collectors with four or more lanes of traffic. The surface condition survey is conducted continuously over the entire length of the test section and is not based on sample sections. The information gathered in this survey includes inventory, roughness, rut depth, cracking, and texture. Data will meet the software protocols and configured for the selected software. The effects of environmental conditions will be considered in conjunction with the surface condition survey if appropriate for the selected software. To provide the City with a ROW asset data collection option, IMS will collect continuous digital mages during the surface condition survey. The RST combines an inertial navigation guidance system with GPS to geo- locate visible pavement and ROW features. The simultaneous pavement and ROW asset data collection capability of the RST is unique in the industry. It provides an efficient and cost-effective means to populate both pavement and asset management systems. The presence of any failed or broken concrete slabs within a test section will be recorded for further detailed identification during the deflection survey. IMS crews will use the City-identified definition of failed/broken slabs as the basis for our rating. The number of failed slabs will be recorded during the deflection survey and used by PavePRO Manager Software to give the City an option to address individual slab removal and replacement as a maintenance/rehabilitation strategy for concrete pavements. If the City elects to use a surface only approach on all or some portion of the street network, the slab survey would be performed as a separate activity on identified concrete pavements. Deflection Testing Dynaflects provide nondestructive, multi-sensor dynamic deflection data for pavement structure analysis. Dynaflects have a 40-year history of collecting dependable, repeatable data, and may be used on flexible, stabilized, composite and concrete roads. Each street test section surveyed by the Laser RST can receive a deflection test. This testing is performed using the Dynaflect device and the results of this testing will permit an analysis of the structural capabilities of the existing street section. IMS utilizes all five sensors of the Dynaflect in its structural analysis. This provides valuable information on the sow capabilities of the pavement, base and subgrade sections, and the interaction between these sections. Deflection testing was performed on previous surveys for the City and will provide a solid basis for comparison to previous results. Most Chicago area PavePRO users include structural analysis as part of their program even though the IMS software can now be used with or without deflection data. IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 5 of 10 Nationally, some agencies use structural information on arterial and collector streets that tend to fail due to load, but rely on surface only data for residential streets where load may be less of a major factor in pavement failures. Others, including most CarteGraph, Cityworks and MicroPAVER users, include surface only as the primary basis of the evaluation. These software programs cannot analyze raw deflection data. IMS can process Dynaflect data through its PavePRO Manager software to develop structural indices that can be incorporated as structural input into the CarteGraph and Lucity analysis for streets selected by the City. GIS and Pavement Management IMS will provide a link between the City's GIS program and the pavement management data to enable the City to display and generate color-coded maps based upon existing pavement conditions, street rehabilitation plans or most any of the data in the pavement management program. The City can use the query function of its mapping program to display the pavement management data. It may also be possible to ", .,�,,,;' use your mapping program to make queries of other infrastructure plans in conjunction with your road � F t rehabilitation plans to determine if conflicts exist between ` � �� plans. The future addition of ROW assets would also be � � geolocated on the GIS and entered in the selected asset management software. To most effectively maintain this �` --'A link, IMS will require a copy of the City's current electronic . .z —' centerline map prior to field data collection activities. - u Digital Images In conjunction with the surface condition survey, each test section is recorded on GPS referenced digital videotape with forward and rearward directed video cameras and used as part of IMS' Quality Control and Quality Assurance procedures. Additional cameras can be .. , ; ,,' used to expand the viewing area or include features of special tax" .ti t interest to the City. IMS will provide digital images at 25' intervals or at City specified distances for viewing in PavePRO Manager and/or through the City's GIS. Many agencies find these jpeg images valuable as a "point-in-time" record of their roads and as a source of information for a variety ,, ' of engineering, legal/investigative, and administrative uses. They can also be beneficial in assessing damage from a =__= natural disaster or unforeseen event. PavePRO Manager software includes an image module which allows the attachment of digital images to each test section. The user can then access all the pavement management data from a selected block and view multiple digital images for the identified section on his/her computer monitor. The digital images can be captured directly from the continuous video performed as part of the RST survey, generated from a City- owned digital camera, and/or result from scanned photos or drawings. IMS uses an automated image capture process that is cost effective and provides for a user-defined frequency for the number of pictures per section. IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 6 of 10 Pavement Management Software Implementation and Training IMS will provide the current version of PavePRO Manager Software fully loaded with IMS collected field data. The software will be installed on the City's computer network. Since the software is provided with a site license, it can be used on laptops, field computers or by other departments at no additional charge. The software provides information on existing conditions, rtk -* } , . t future performance, viable maintenance and ,, .... rehabilitation strategies, optimization, schedules budgets and multiyear programs. IMS will provide on- site training for City staff in the operation and - interpretation of these programs. Training is usually ; completed as part of a two day on-site session for ° ~ + actual operators, managers, and field staff. The t • program is kept current by City staff through input of : ... - maintenance and rehabilitation activities. "` ° ' 4 � °K "` Right-of-Way Asset Management System Although the pavement management software provides for pavement inventory condition, IMS can provide ROW asset data for selected ROW asset management modules. Signs and supports, trees, sidewalks, ADA ramps, curbs and gutters, inlets, manholes, traffic signals, light poles, pavement markings, pavement and ROW hardware, trees, and more can be included to a level of detail determined 4 by the City. Data collection for the expanded inventory can be performed simultaneously with the surface condition survey using IMS's Laser RST or through a variety of techniques using City and/or IMS staff. This software is integrated with the pavement management software and can meet the requirements of GASB Statement 34. IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 7 of 10 FEE SCHEDULE The cost summary is based on the following fee schedule. It is derived from the 2011 fee schedule submitted by IMS to the Northeast Illinois Partnering Contract (a consortium for North and Northwest Chicago area municipalities). It is based on scheduling surveys in conjunction with other area projects to eliminate mobilization charges. • Project Initiation $1,500.00 • Network Referencing $1,000.00 • RST Surface Condition Survey $130.00/test mile • Deflection Testing $120.00/test mile • Data Processing $20.00/test mile • Development of Structural Indices(3rd Party Software) $15.00/test mile • PCC Slab Survey(for streets with no deflection testing) $20.00/test mile • Pavement Width Measurements(for streets with no deflection testing) $10.00/test mile • PavePRO Manager Software $3,000.00 • 3rd Party Software Special Quote • Data Configuration& Data Load (3rd Party Software) Special Quote • Parking Lot Survey, Software/Report $0.25/sq.yd. -Special Review • Software Training(on site) $1,000.00/day-$600/half day • Engineering Interpretation, Analysis, Special Reports $125.00/hour • Transfer of Historical Data to a New Program $85.00/hour • PavePRO Software Maintenance and Support $1,000.00/year • GIS Linkage $25.00/test mile • Digital Images @ 25' intervals(single view) $13.00/test mile • Digital Images @ 25' intervals (additional views) $10.00/mile/view • Digital Video Storage for Future ROW Asset Extraction $10.00/test mile • GPS/Camera Extraction Set-up&AVI Conversion $10.00/test mile • ROWMan Software $2,000.00 • Master Asset List Development $300.00-$1,500.00 • Project Management 7.5%of Task Activities • Asset Extraction Services • Signs and Supports $2.50/sign • Traffic Signals and Supports $2.25/signal and/or support • Light Poles $1.75/pole • Curb and Gutter $1.75/curb block • Storm sewer Inlets $1.75/inlet • Manholes $1.75/manhole • Sidewalks $1.75-$2.25/sidewalk block • ADA Ramps $1.75/ramp • Driveway Aprons(point asset) $1.75/apron • Driveway Aprons(linear asset) $2.25/apron • Railroad Crossings $2.25/crossing • Hydrants $2.25/hydrant • Trees $2.50/tree • Pavement Markings(point assets) $1.75/marking • Pavement Striping (linear assets) $1.75/block • Guard Rails $2.50/guard rail • Medians $2.50/median • Fences $2.50/fence • Ditches $2.25/ditch • Misc. Road and ROW Hardware $2.25/asset IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 8 of 10 COST SUMMARY IMS has developed the following pavement management cost summaries for your review. Our estimates are based on 360 test miles (340 centerline miles), as partially derived from the 2006 survey. RST and Deflection Condition Surveys, Software Implementation, Digital Images, GIS Linkage and Training Activity Quantity Units Unit Rate Total Project Initiation Project Initiation 1 LS $1,500.00 $1,500.00 Network Referencing 1 LS $1,000.00 $1,000.00 Field Surveys RST Surface Condition Survey 360 Test Mile $130.00 $46,800.00 Deflection Testing 360 Test Mile $120.00 $43,200.00 Data Management Data Processing 360 Test Mile $20.00 $7,200.00 GIS Linkage 360 Test Mile $25.00 $9,000.00 Digital Images(1 view @ 25 intervals) 360 Test Mile $13.00 $4,680.00 PavePRO Software 1 LS $3,000.00 $3,000.00 PavePRO Software Maintenance and Support 1 LS $1,000.00 $1,000.00 Software Training/Report Generation(2 days @$1000/day) 1 LS $2,000.00 $2,000.00 Project Management 1 LS $7,600.00 $7,600.00 Base Pavement Management Program With Deflection $126,980.00 Options ,Digital Video Storage for Future Asset Extraction 360 Test Mile $10.00 $3,600.00 RST Only Surface Condition Surveys, Software Implementation, Digital Images, GIS Linkage and Training Activity Quantity Units Unit Rate Total Project Initiation Project Initiation 1 LS $1,500.00 $1,500.00 Network Referencing 1 LS $1,000.00 $1,000.00 Field Surveys RST Surface Condition Survey 360 Test Mile $130.00 $46,800.00 Data Management Data Processing 360 Test Mile $20.00 $7,200.00 GIS Linkage 360 Test Mile $25.00 $9,000.00 Digital Images(1 view @ 25'intervals) 360 Test Mile $13.00 $4,680.00 PavePRO Software 1 LS $3,000.00 $3,000.00 PavePRO Software Maintenance and Support 1 LS $1,000.00 $1,000.00 Software Training/Report Generation(2 days @$1000/day) 1 LS $2,000.00 $2,000.00 Project Management 1 LS $5,310.00 $5,310.00 Base Pavement Management Program Without Deflection 01,490.00 Options Digital Video Storage for Future Asset Extraction 360 Test Mile $10.00 $3,600.00 IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 9 of 10 Budget estimates for ROW assets are more difficult to develop because of unlimited scenarios and unknown quantities. Having performed sign surveys for a number of different county, City, and state agencies, we find that the number of signs ranged from 30 to 109 per mile. Other assets (e.g. sidewalks, light poles, hydrants, inlets, etc.) vary dramatically from agency to agency and district to district within the City depending on age, terrain, etc. Since there are some advantages to extracting multiple assets during the extraction activity, IMS will try to assist the City in developing a budget by offering a cost per mile alternative, in addition to or in lieu of the cost per asset previously referenced. We will need the City to provide one or more scenarios that include the various assets or features that would be included in the extraction process. We will then provide the City with a cost per mile to extract the requested assets. We believe that this alternative can assist the City in the budget process and eliminate surprises. If the City has a good estimate of the quantity of some of their assets, the original unit price offer may be the best approach. Services are provided on a unit-price basis. The fee schedule is submitted with the assumption that the City of Elgin will provide or assist IMS with the following information and services: • Street list and GIS centerline file of roads to be surveyed complete with functional classifications. • Safety vehicle to trail deflection-testing equipment on arterials and collectors, if requested. • Notification and coordination with other departments or agencies, if necessary. • Optional asset attributes and condition assessments for the Master Asset List. PROJECT APPROVAL- ELGIN, IL This proposal is submitted in duplicate with each copy being considered as an original. Acceptance is constituted by signing and returning one copy to our office. Pavement Management Services(Please check off approved services) n Pavement Management Program With Deflection: ($126,980.00) n Pavement Management Program Without Deflection: ($81,490.00) Optional Services(Please check off approved services) ❑ Digital Video Storage for Future Asset Extraction (360 miles @$10/mile= $3,600.00) ACCEPTED: Signature: Name: Title: Date: IMS Infrastructure Management Services Elgin 2015 PvmtMgmtProposal.doc Page 10 of 10 ATTACHMENT B PROJECT SCHEDULE 1. February—Kick off 2. February to April—Drive streets,data acquisition 3. April -data interpretation and presentation 4. June 1,2015 - project conclusion - 10 -