Loading...
17-106 Resolution No. 17-106 RESOLUTION AUTHORIZING EXECUTION OF AN ILLINOIS DEPARTMENT OF TRANSPORTATION PRELIMINARY ENGINEERING SERVICES AGREEMENT WITH TRANSYSTEMS CORPORATION IN CONNECTION WITH THE ELGIN BIKEWAY PLAN ROUTE 4 SOUTHWEST QUADRANT PROJECT [Job Number P-91-305-09, Project Number CMM-9003(234)] 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 an Illinois Department of Transportation preliminary engineering services agreement on behalf of the City of Elgin with TranSystems Corporation in connection with the Elgin Bikeway Plan Route 4 Southwest Quadrant Project [Job Number P-91-305-09, Project Number CMM-9003(234)], a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: August 9, 2017 Adopted: August 9, 2017 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk Local Agency Consultant City of Elgin L Ilinois Depa tment TranSystems Corporation p of Transportation C County C 0 Address Kane A N 1475 E Woodfield Rd, Suite 600 Section L S City 09-00176-00-BT U Schaumburq Project No. A Preliminary Engineering L State Services Agreement Illinois Job No. C' T Zip Code P-91-305-09 E A 60173 Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Ron Rudd C T Brian Fairwood (847)931-6081 Y (847)407-5280 Rudd R cit ofel in.or blfairwood trans stems.com THIS AGREEMENT is made and entered into this day of I 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 Elgin Bikeway Plan Route 4 SW Quadrant Route Off-System Length 6.7 mile Structure No. Termini Bowes Road to Hendee Street at Walnut Avenue Description Amendment 1: Reallocate existing funds from subconsultants and reimbursables to TranSystems in order to complete the revisions to the Phase 1. These revisions include rerouting of the bikeway across the reconstructed IL Route 31 bridge(to be performed by IDOT)and connect to Marie Grolich Park. IDOT will connect the route across the Fox River when the US Route 20 bridge is reconstructed. 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 180 calendar days from the date of the Notice to 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 will 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 7 BLR 05610(Rev. 11/21/13) Printed on 6/27/2017 10:23:11 AM 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 firm, 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, e. 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 B). 13. Scope of Services to be provided by the ENGINEER: ® Make such detailed surveys as are necessary for the planning and design of the PROJECT. ❑ 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 right-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 7 BLR 05610(Rev. 11/21/13) Printed on 6/27/2017 10:23:11 AM 11. THE LA AGREES, 1. To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas: Cost Plus Fixed Fee ® CPFF= 14.5%[DL+ R(DL)+OH(DL)+ IHDC], or ❑ CPFF= 14.5%[DL+ R(DL)+ 1.4(DL)+IHDC], or ❑ CPFF= 14.5%[(2.3+ R)DL+IHDC] Where: DL= Direct Labor IHDC= In House Direct Costs OH=Consultant Firm's Actual Overhead Factor R=Complexity Factor Specific Rate ❑ (Pay per element) Lump Sum ❑ 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50%of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90%of the value of the partially completed work minus all previous partial 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 by 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 the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments—Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. The recipient shall not discriminate on the basis of race, color, national origin or sex in the award and performance of any DOT- assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program,the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C. 3801 et seq.). III. IT IS MUTALLY AGREED, 1. That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed. 2. That tracings, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LA and that basic survey notes, sketches, charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request,to the LA or to the STATE, without restriction or limitation as to their use. Page 3 of 7 BLR 05610(Rev. 11/21/13) Printed on 6/27/2017 10:23:11 AM 3. That all reports, plans, estimates and special provisions furnished by the ENGINEER shall be 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, it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without 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 any responsibility 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 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 shall be available for review and audit by the Auditor General and 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. 6. The payment by the LA in accordance with numbered paragraph 3 of Section II will be considered payment in full for all services rendered in accordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LA, the STATE, and their officers, agents and employees from all suits,claims, actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. 8. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all drawings, plats, surveys, reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination. 9. This certification is required by the Drug Free Workplace Act(301LCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the State for at least one(1)year but no more than five(5)years. For the purpose of this certification, "grantee"or"contractor'means a corporation, partnership or other entity with twenty-five(25)or more employees at the time of issuing the grant, or a department,division or other unit thereof, directly responsible for the specific performance under a contract or grant of$5,000 or more from the State, as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant,the employee will: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5) days after such conviction. b. Establishing a drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy of maintaining a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten(10)days after receiving notice under part(B)of paragraph (3)of subsection(a)above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. Page 4 of 7 BLR 05610(Rev. 11/21/13) Printed on 6/27/2017 10:23:11 AM 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 Prime Consultant: TIN Number Agreement Amount Trans stems Corporation 43-0839725 $40,256.48 Sub-Consultants: TIN Number Agreement Amount Wang Engineering, Inc 36-3191909 $26,031.88 Huff&Huff, Inc 36-3044842 $14,224.60 Sub-Consultant Total: $40,256.48 Prime Consultant Total: $40,256.48 Total for all Work: $0 Executed by the LA: City of Elgin (Muni cipality/Townshi p/County) ATTEST By. 4A4( m er y 64 Dewis D d Je Kaptain City _ � �' Mayor atp, .. /f� a: (SEAL) p i Executed by the ENGINEER: ATTEST: By: By: - Title: Vice President Title: Vice President Page 5 of 7 BLR 05610(Rev. 11/21/13) Printed on 6/27/2017 10:23:11 AM Exhibit A- Preliminary Engineering Route: Elgin Bikeway Route 4 Local Agency: City of Elgin *Firm's approved rates on file with (Municipality/Township/County) Bureau of Accounting and Auditing: Section: 09-00176-00-BT Project: CMM-9003(234) Overhead Rate (OH) 149.99 % Job No.: P-91-305-09 Complexity Factor 0.00 Calendar Days 180 Method of Compensation: Cost Plus Fixed Fee 1 ® 14.5%[DL+ R(DL) + OH(DL) + IHDC] Cost Plus Fixed Fee 2 ❑ 14.5%[DL+ R(DL) + 1.4(DL) + IHDC] Cost Plus Fixed Fee 3 ❑ 14.5%[(2.3 + R)DL+ IHDC] Specific Rate ❑ Lump Sum ❑ Cost Estimate of Consultant's Services in Dollars In-House Element of Work Employee Man- Payroll Payroll Overhead* Services by Direct Profit Total Classification Hours Rate Costs (DL) Others Costs (IHDC) A-1 Proj Coord and Data Collect Various Attached 66.00 $45.69 $3,015.54 $4,523.00 $174.00 $0.00 $1,093.08 $8,805.62 A-2 Field Surveys 88.00 $31.75 $2,794.00 $4,190.72 $162.00 $260.00 $1,050.48 $8,457.20 A-3 Preliminary Design Studies 68.00 $40.58 $2,759.44 $4,138.88 $135.00 $0.00 $1,000.25 $8,033.57 A-4 Soils Investigation 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 A-5 Environmental Studies 48.00 $40.68 $1,952.64 $2,928.76 $242.00 $0.00 $707.80 $5,831.20 A-6 Preferred Improvement Plan 28.00 $40.30 $1,128.40 $1,692.48 $147.00 $0.00 $409.02 $3,376.90 A-7 Public Mt s and Coordination 26.00 $45.41 $1;180.66 $1,770.87 $72.00 $0.00 $427.97 $3,451.50 A-8 Project Development Report 38.00 $43.75 $1,662.50 $2,493.58 $62.00 $0.00 $602.63 $4,820.71 Wang Engineering, Inc. $26,031.88 $26,031.88 Huff& Huff, Inc. $14,224.60 $14,224.60 Reimbursables $2,520.22 $2,520.22 Totals $14,493.18 $21,738.29 ($39,262.48) ($2,260.22) $5,291.23 0.00 Page 6 of 7 BLR 05610(Rev. 11/21/3) Printed on 6/27/2017 10:23:11 AM Exhibit B Illinois Department of Transportation Engineering Payment Report Prime Consultant Name TranSystems Corporation Address 1475 E Woodfield Rd,Ste 600 Telephone (847)605-9600 TIN Number 43-0839725 Project Information Local Agency City of Elgin Section Number 09-00176-00-BT Project Number CMM-9003(234) Job Number P-91-305-09 This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below. Sub-Consultant Name TIN Number Actual Payment from Prime Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed: Signature and title of Prime Consultant Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. For information about IDOTs collection and use of confidential information review the department's Identity Protection Policy. Page 7 of 7 BLR 05610(Rev. 11/21/13) Printed on 6/27/2017 10:23:11 AM Additional Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant ADDITIONAL SCOPE OF ENGINEERING SERVICES This scope is for the additional work to update the Phase 1 to reroute the bikeway from East Road north along IL Route 31 to the north side of the US Route 20 westbound exit ramp to Souster Street and eventually to Marie Grolich Park. IDOT will be performing the design of the bikeway from East Road and IL Route 31 to the north side of the US Route 20 westbound exit ramp and also performing a design incorporate bike facilities into their US Route 20 Bridge over the Fox River improvements,which will connect Marie Grolich Park with the Fox River Trail. A. Phase I Engineering Preliminary engineering services for Route 4-Southwest Quadrant of the Elgin Bikeway which is comprised of(original route is in bold;design to be performed by IDOT is in italics): Description Limits Length(estimated) Bowes Road Bowes Creek Boulevard to Randall Road 2.20 miles Randall Road Bowes Road to Spartan Drive 0.65 miles Spartan Drive(Existing Bike Path) Randall Road to McLean Boulevard/Sports Way Drive 1.30 miles Sports Way Drive(Existing Bike Path)McLean Boulevard/Spartan Drive to East Road 1.40 miles East Road Sports Way Drive to IL Route 31 0.40 miles IL Route 31 East Road to US Route 20 Westbound Exit Ramp 0.10 miles North side of US Route 20 IL Route 31 to Souster Avenue 0.05 miles Westbound Exit Ramp Souster Avenue US Route 20 Exit Ramp to Marie Grolich Park 0.10 miles Marie Grolich Park(Existing Path) Souster Avenue to US Route 20 Bridge 0.25 miles US Route 20 Bridge over the Fox Marie Grolich Park to Fox River Trail 0.35 miles River Total 6.80 miles 1. Project Coordination and Data Collection a. Preliminary conferences with the City, Elgin Parks and Recreation, and IDOT BLR&S staff to confirm (estimated as 1 meeting): 1. Goals and objectives 2. Schedule 3. Budget 4. Participants 5. Communications 6. Other administrative considerations b. Obtain available existing data for the project area including: 1. Right-of-way data 2. Existing roadway and bikeway plans 3. Conventional and digital map files 4. Aerial photography 5. Jurisdictional boundaries 6. Property boundaries 7. Property owners 8. Pedestrian and vehicular traffic counts(if available) 9. Other area roadway, utility, and signal improvements 10. Current public utility atlases and GIS information 11. Current power, communications, gas, and other private utility atlases 1 Attachment "A" VSte'lll~ Additional Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant 12. Previously prepared plans and reports 13. Development plans 14. FIS, FIRM, FEMA and wetland maps 15. Crash data c. Perform a preliminary field inspection of the proposed corridor. d. Meet with IDOT to present the preferred improvement plan and obtain FHWA approval. (estimated as 1 meeting) e. Attend and coordinate meeting with City staff, Elgin Parks and Recreation, and IDOT during preliminary engineering phase to present project status, alternatives and recommendations. (estimated as 1 meetings) f. Provide project administration, prepare monthly invoicing, and project status reports. (estimated as 6 months) g. Provide QA/QC reviews. h. All meeting minutes will be distributed via email. No hardcopies will be produced. 2. Field Survey a. Perform topographic design survey for the project including establishment of horizontal and vertical controls; tie points; topography; cross sections at 50-foot increments on the north side of the US Route 20 westbound exit ramp from IL Route 31 to Souster Avenue, Souster Avenue from Ryerson Avenue to the Marie Grolich Park path, and Marie Grolich Park to the US Route 20 Bridge; utilities;drainage; and right-of- way verification. (total survey length approximately 1,800 feet) b. Download topographic survey and cross-sections in Microstation and Geopak for use in preliminary design studies. Plot survey at 1"to 50'scale.Conduct a plan-in-hand, walk-through check of the survey. Create an existing base map to be used in presentations and discussions with City personnel and the public. c. Request a JULIE utility design stage request. Obtain utility atlases from those utilities within the project area. d. Observe and digitally photograph the project to become acquainted with readily apparent existing conditions along the new route. e. Survey pavement marking locations and lane usage. Included will be typical pavement and lane width measurements. f. Draw existing utility information from utility atlases on the project base map for the new segments. Update utilities as necessary in the existing segments. Update as additional information, such as future plans or comments are received. 3. Preliminary Design Studies a. The design criteria was already established for the existing bikeway route and will be utilized for these revisions. b. Update the basemap for on-street path pavement marking and signing layout using detailed aerial photography. c. Prepare alignment alternatives including turning radii, approach grades, stopping sight distance, and path connection. It is assumed that up to two(2)alignments will be studied. d. No structural or hydraulic design or analysis will be required. e. Evaluate and summarize environmental issues including tree loss, floodplains, wetlands, and community impacts, as well as construction costs. f. Identify the need for any right-of-way or easement acquisition for the revised route required for construction or access. Review all available right-of-way and easement documents. It is assumed that this project will be built entirely within public rights-of-way. Right-of-way and easement acquisition has not been included in this project and would be a Supplemental Service. g. Meet with City, IDOT, FHWA, Elgin Parks and Recreation, and other affected agencies to select a preferred alignment. (estimated as 2 meetings) h. Prepare a preliminary bike path plan showing the preferred alignment. 2 Attachment °A" SvsteillsX Additional Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant i. Develop cost estimates. j. It is not anticipated that any retaining walls outside those necessary. k. Update the crash analysis for all intersections. 4. Soils Investigation a. No soil borings will be required. 5. Environmental Studies a. Prepare early coordination notification and aerial mapping for environmental agencies. Prepare the Addendum Environmental Survey Request(AESR)Form and submit to IDOT. b. Based on previous site visits, wetlands are not anticipated along the US Route 20 exit ramp or in Marie Grolich Park. Photos and a memo will be prepared for submittal. (to be performed by Huff&Huff, Inc.) c. A Letter of No Objection(LONG)will be prepared and submitted to the USCOE for review and approval. (to be performed by Huff&Huff, Inc.) d. It is not anticipated that any hazardous/special waste locations will be encountered during this project. Therefore, no preparation of a Preliminary Environmental Site Assessment (PESA) screening report to identify any potential Hazardous/Special Waste locations near the site has been included and will be a Supplemental Service. The standard environmental surveys necessary for a Project Development Report will be performed,including CERCLIS, LUST,and EcoCAT surveys. e. Summarize the environmental study and incorporate into the Project Development Report. f. Design alternatives will be investigated to minimize or avoid wetland impacts. g. Creation and approval of a Section 4(f) Evaluation Report for impacts to public park land. It has been assumed that the City will provide all usage information required for the report. h. It is assumed that no additional tree removal will be required. i. As this is within an urban environment and the site has been disturbed previously for the creation of the park and US Route 20, it is not anticipated that a Cultural and Archeological signoff will be required. Therefore, no Phase I archaeological reconnaissance survey in this project and will be considered a Supplemental Service. j. It is anticipated that the proposed bike route will attempt to avoid wetland impacts. Therefore, an Individual Section 401 Water Quality Permit is not included in this project and will be a Supplemental Service, if required. k. It is anticipated that the proposed bike route will attempt to avoid wetland impacts. Therefore, an Individual Section 404 Permit is not included in this project and will be a Supplemental Service, if required. 6. Preferred Improvement Plan a. Based on design studies,environmental studies,and public input, prepare the Preferred Improvement Plan. b. Develop the Preferred Improvement Plan on aerial photography. c. Prepare typical sections for the proposed improvements. d. Analyze construction staging scheme. e. Develop right-of-way, permanent easement, and temporary easement requirements based on proposed geometry, review of cross sections, and access during construction. Prepare right-of-way summary tables. No right-of-way or easement impacts are anticipated and are not included in this Scope of Services. 7. Public Meetings and Coordination a. Attend meetings and/or provide information for presentations to the City Council for their review of the recommended improvement plan. TranSystems will perform the actual presentation. (estimated as 1 meeting) b. Submit Notice of Public Improvement in local newspaper to provide ten (10) days for public comment on improvement plans. 3 Attachment "A" N-VStE'Ilis Additional Scope of Services Elgin Bikeway Plan Route 4 SW Quadrant c. Conduct one (1) Public Meeting to present the project need, preferred improvement plan, project costs, schedules and environmental impacts. The Public Meeting will be conducted as an open house format per IDOT and FHWA requirements. Prepare all notifications, handouts, presentation text, exhibits, and minutes. 8. Project Development Report a. Prepare a Draft Project Development Report in the format of a State Approved Categorical Exclusion(IDOT Form BLR 22211) summarizing the preliminary engineering efforts including data collection, coordination documentation, alternative analysis, and Preferred Improvement Plan. The report shall meet IDOT, and FHWA criteria. It is anticipated that an Environmental Assessment(EA)document will not be required. b. Prepare a preliminary estimate of cost based on the preferred improvement plan. The cost estimate will provide cost participation splits between the City of Elgin, Elgin Parks and Recreation, and ]DOT, as applicable. c. Submit the Draft Report for City, Elgin Parks and Recreation,and IDOT review. d. Update the Final Report based on agency and public review comments. e. Incorporate the Public Meeting documentation, including disposition of all comments, into the final report. f. Submit the Final Report for final approval by the City and IDOT to obtain Design Approval. 4 Attachment "A" yStF?i11S�` L-------._..-_.-.. AVERAGE HOURLY PROJECT RATES FIRM TranSystems PSB DATE 06/27/17 PRIME/SUPPLEMENT Reallocation SHEET 1 OF 2 PAYROLL AVG TOTAL PROJECT RATES A-1.Proj.Coord and Data A-2.Field Surveys A-3.Preliminary Design S A-4.Soils Investigations A-5.Environmental Studi( HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Engineer 5 E5 70.00 4 1.10% 0.77 2 3.03% 2.12 Engineer 4 E4 68.43 8 2.21% 1.51 4 6.06% 4.15 Engineer 3 E3 54.08 62 17.13% 9.26 20 30.30% 16.39 4 4.55% 2.46 12 17.65% 9.54 8 16.67% 9.01 Engineer 2 E2 42.54 110 30.39% 12.93 20 30.30% 12.89 10 11.36% 4.83 26 38.24% 16.27 20 41.67% 17.73 Engineer 1 E1 33.47 114 31.49% 10.54 20 30.30% 10.14 10 11.36% 3.80 30 44.12% 14.77 20 41.67% 13.95 Planner 5 P5 70.00 0 Planner 4 P4 63.06 0 Planner 3 P3) 46.54 0 Architect 4(AR4) 66.97 0 Architect 3(AR3) 60.00 0 Architect 2(AR2) 37.40 0 Architect 1 (AR1) 26.95 0 Environmental Scien 60.00 0 Industry Specialist 3 50.36 0 Construction Service 49.71 0 Surveyor 3 S3 35.40 32 8.84% 3.13 32 36.36% 12.87 Surveyor 1 S1 21.40 32 8.84% 1.89 32 36.36% 7.78 Technician 4 T4 40.44 0 Technician 3 T3) 35.40 0 Technician 1 T1 22.10 0 Administrative 3 A3 42.11 0 Administrative 2 A2 33.36 0 Administrative 1 Al 22.44 0 0 0 0 0 TOTALS 362 100% $40.04 66 100.00%1$45.69 68 100% $31.75 68 100% $40.58 0 0% $0.00 48 100% $40.68 Page 4 of 7 BIDE 3608 Template Printed 6/27/2017 9:54 AM PREPARED BY THE CONSULTANT (Rev.01/12/17) AVERAGE HOURLY PROJECT RATES FIRM TranSystems PSB DATE 06127/17 PRIME/SUPPLEMENT Reallocation SHEET 2 OF 2 PAYROLL AVG A-6.Preferred Improvement P A-7.Public Meetings and Co A-8.Project Development Re HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Engineer 5(E5) 70.00 2 7.69% 5.38 Engineer 4 E4 68.43 4 10.53% 7.20 Engineer 3 E3 54.08 4 14.29% 7.73 8 30.77% 16.64 6 15.79% 8.54 Engineer 2 E2 42.54 12 42.86% 18.23 8 30.77% 13.09 14 36.84% 15.67 Engineer 1 E1 33.47 12 42.86% 14.34 8 30.77% 10.30 14 36.84% 12.33 Planner 5 P5 70.00 Planner 4 P4 63.06 Planner 3 P3 46.54 Architect 4(AR4) 66.97 Architect 3(AR3) 60.00 Architect 2(AR2) 37.40 Architect 1 (AR1) 26.95 Environmental Scien 60.00 Industry Specialist 3 50.36 Construction Service 49.71 Surveyor 3 S3 35.40 Surveyor 1 S1 21.40 Technician 4 T4 40.44 Technician 3 T3 35.40 Technician 1 T1 22.10 Administrative 3 A3 42.11 Administrative 2 A2 33.36 Administrative 1 Al 22.44 TOTALS 28 100% $40.301 26 100% $45.41 38 100% 1$43.751 0 0% $0.00 0 0% $0.00 0 0% $0.00 Page 5 of 7 BDE 3608 Template Printed 6/27/2017 9:54 AM PREPARED BY THE CONSULTANT (Rev.01/12/17) FIXED RAISES COST PLUS FIXED FEE FIRM NAME TranSystems DATE 06/27117 PRIME/SUPPLEMENT Reallocation PTB NO. CONTRACT TERM 6 MONTHS OVERHEAD RATE 149.90% START DATE 8/1/2017 COMPLEXITY FACTOR 0 RAISE DATE 2/1/2018 % RAISE 3.00% ESCALATION PER YEAR 8/1/2017 - 2/1/2018 6 6 = 100.00% 1.0000 The total escalation for this project would be: 0.00% BDE 3608 Template Page 1 of 7 PREPARED BY THE CONSULTANT (Rev.01/12/17) PAYROLL RATES FIRM NAME TranSystems DATE 06/27/17 PRIME/SUPPLEMENT Reallocation PSB NO. ESCALATION FACTOR 0.00% CLASSIFICATION CURRENT RATE CALCULATED RATE Engineer 5(E5) $70.00 $70.00 Engineer 4(E4) $68.43 $68.43 Engineer 3(E3) $54.08 $54.08 Engineer 2(E2) $42.54 $42.54 Engineer 1 (E1) $33.47 $33.47 Planner 5(P5) $70.00 $70.00 Planner 4(P4) $63.06 $63.06 Planner 3(P3) $46.54 $46.54 Architect 4(AR4) $66.97 $66.97 Architect 3(AR3) $60.00 $60.00 Architect 2(AR2) $37.40 $37.40 Architect 1 (AR1) $26.95 $26.95 Environmental Scientist 4(SC4 $60.00 $60.00 Industry Specialist 3(IS3) $50.36 $50.36 Construction Services 4(CS4) $49.71 $49.71 Surveyor 3(S3) $35.40 $35.40 Surveyor 1 (S1) $21.40 $21.40 Technician 4(T4) $40.44 $40.44 Technician 3(T3) $35.40 $35.40 Technician 1 (T1) $22.10 $22.10 Administrative 3(A3) $42.11 $42.11 Administrative 2(A2) $33.36 $33.36 Administrative 1 (Al) $22.44 $22.44 $0.00 BDE Page 2 of 7 PREPARED BY THE CONSULTANT 3608 Template . (Rev.01/12/17)