Loading...
HomeMy WebLinkAboutRESOLUTION - 71-89 - 11/14/1989 - AGRMT/IDOT RESOLUTION] NO. 71-89 A RESOLUTION AUTHORIZING THE VILLAGE MANAGER AND DIRECTOR OF PUBLIC WORKS TO EXECUTE A HIGHWAY SAFETY PROJECT AGREEMENT WITH ILLINOIS DEPARTMENT OF TRANSPORTATION (Traffic Sign Upgrade) NOW, THEREFORE, BE IT RESOLVED by the President and Board of Trustees of the Village of Elk Grove Village, Counties of Cook and DuPage, State of Illinois as follows: Section 1: That the Village Manager and Director of Public Works are hereby authorized to sign the attached documents marked: "Highway Safety Project Agreement" (Traffic Sign Upgrade Project) a copy of which is attached hereto and made a part hereof as if fully set forth. Section 2: That this Resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this 14th day of November , 1989. APPROVED this 14th day of November , 1989. Charles J. Zettek Village President ATTEST: -- Ilafern R. Snick Deputy Village Clerk Illinois Department Highway safety of Transportation Project Agreement Division of Traffic Safety 12300 South Dirksen Parkway,Room 319 Springfield,Illinois 62764 FOR OFFICE USE ONLY 1. Applicant Agency* Village of Elk Grove _ Project Number' TE9-1735-142 Project Title' Traffic Sign Upgrade Address' 666 Landmeier Road _ Standard/PSP/Task* 613/Safety Education & Elk Grove Village, IL 60007 _ Module Title: 09-05 raining 2. Governmental Unit' Village of Elk Grove _ 6. The attached Agreement Conditions constitute a part of this agreement. Address' 901 Wellington Avenue _ Elk Grove Village, IL 60007 7A. Project Director: - Name: Thomas J. Cech Title' Director of Pub1 i r Works 3. Startle Date: September 11, 1989 _ Address' 666 Landmeier Road 9 pE1 v i e, IL 60007 4. Expiration Date: September 10, 1990 _ Telephone:+ 3 p2 - Signature: 5A-E. Project Description (attached) 5F. Project Description Summary: 7B.: Authorizing Official: The Village of Elk Grove Village Name: Charles A. Willis proposes to remove and replace approximately 2,094 deficient traffic Title: Village Manager control signs and posts which do not suet Address: 901 -Wellin ton Ave. . Elk Grose_ standards. The purpose of this project Telephone:lge1/+39-39 — is to improve traffic safety in the Village by reducing the possibility Signature: of accidents. 7C. Division of Traffic Safety Approval and Authorization to Expend Funds: Name: S. Rowan Woolfolk Title: Governor's Rep for Highway Safety Signature: 5G. Project Budget: Federal Local Total Personal Services $ 48, 160 48. 16o Fringe Benefits Social Security Travel _ Contractual Services Printing Commodities 1 14,Ob2 114,062 Equipment Oper/Auto/E ui ment 4,800 4,800 TOTALS 1 ,uo 52,960 $ 167,022 TS 1980 AGREEMENT CONDITIONS The following set of Agreement Conditions has been developed in order to provide Highway Safety'Project Directors with a comprehensive listing of state and federal regulations. These provide the Project Director with an answer to most management and fiscal problems. If a question arises which is not covered, it should be directed to the Division of Traffic Safety (217/782-5853). A. News Releases: The Division of Traffic Safety encourages agencies to publicize Highway Safety Project approval. In accordance with this intent, a suggested news release is attached with the approval letter. If the suggested news release is not used, the Illinois Department of Transportation shall be mentioned in any news release announcing the approval of this project. Any subsequent news releases written by the agency shall mention the Illinois Department of Transportation. B. Title VI of the Civil Rights Act of 1964 Sec. 601 (Nondiscrimination in Federally-Assisted Programs): No person in the United States shall, on the ground of race, color, eex, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. 49 CFR 21 through Appendix R and 23 CFR 710.405(b) are incorporated and made part of this agreement by reference. C. Minority Business Enterprise: 1. Policy - It is the policy of the (U.S.) Department of Transpor- tation that minority.,business enterprises as defined in 49 CRF Part 23 shall have the maximum opportunity to participate in the performance of contracts financed- in whole or in part with federal funds under this agreement:. Consequently the MBE requirements of 49 CFR Part 23 apply to this agreement. 2. MBE Obligation - The recipient or its contractor agrees to ensure that 'minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for .and perform contracts. Reec;Lpients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. October 1, 1981 -2- 3. Illinois Department of Transportation Program Requirements for Recipients of Grants — All recipients shall comply with the requirements of 49 CFR Part 23.43. Those recipients which are required under Part 23.41 to develop a Program shall either adopt the Department's MBE Program as the minimum to which they will adhere, or develop their own MSE Program pursuant to 49 CFR Part 23. This requirement will be a specific condition of grant or contract approval. The Department will provide assistance to recipients in the setting and enforcement of goals for MBE's. The Department will provide its certified MBE directory to recipients at no charge. 4. Subcontracts — the recipient shall include the provisions of this "Policy" in every subcontract, including procurement of materials and leases of equipment. D. Laws of Illinois: This contract shall be governed in all respects by the laws of the State of Illinois. E. Procurement Procedures: All procurement transactions for Contractual Services, Commodities, and Equipment shall be conducted in a manner that provides maximum open and free competition. The applicant agency shall also meet the following minimum procedural requirements. 1. Solicitations of offers shall include a description of the technical requirements for the product or service to be procured, 2. Awards shall be made only to responsible bidders that can meet the preceding requirements. 3. Small purchase procedures, which consist of obtaining price or rate quotations from an adequate number of qualified sources, may be used for products or services having a total value of not more than $10,000, 4. Formal advertising procedures shall be used for products, which may include associated nonprofessional services, having a total value of more than S10,000. An invitation for bids, with Item specifications and supplier requirements, shall be publicly advertised. In addition, bids shall be solicited from an adequate number of known suppliers. Bids shall be opened publicly and a fixed—price contract award made to that responsible bidder whose bid, conforming to the invitation for bids, is lowest ; unless that bid is rejected when there are sound documented business reasons in the best interest of the project. 5. Competitive negotiation procedures shall be used to procure services having a total value of more than $10,000. The Request for Proposal shall be publicized, proposals shall be solicited from an adequate number of qualified sources, negotiations are normally conducted with more than one source, and a cost—reimbursement contract shall be awarded based on a technical evaluation of the proposals received. Award may be made to the responsible offeror —3— whose proposal will be most advantageous to the procuring party, price and other factors considered. Unsuccessful offerors should be notified promptly. 6. Non-competitive negotiation, the procurement through solicitation of a proposal from only one source, is allowed only if the products or services are available only from a single source; the Division of Traffic Safety authorizes such a procedure; or, after solicitation of a number of sources, competition is determined inadequate. 7. The applicant agency shall maintain records sufficient to detail the significant history of a. procurement. These records shall include, but are not necessarily limited to, -information pertinent to: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and basis for the cost or price. B. No agency employee shall participate in the procurement of products or services if a conflict of interest, real or apparent, would be involved. No employee shall. solicit nor accept anything of monetary value from bidders or suppliers. F. Consultant Contracts: After a consultant is selected in accordance with the requirements of Condition E (Procurement Procedures) as detailed herein, the consultant contract shall be submitted to the Division of Traffic Safety for approval '1101 to execution. The applicant agency is subject to all regulations in the "Requirements for Consultant Contracts" which will, be furnished by the Division of Traffic Safety. G. Cost Documentation: Funds are not advanced to an applicant agency but are reimbursed for actual expenditures upon submission of proper cost documentation. Copies of the original or source records which evidence all expenditures shall be submitted with claims for reimbursement of costs. Only those costs incurred within the approved project period and budget are eligible for reimbursement. Cost documentation shall be retained for a period of three ;rears after the final claim has been paid and shall be available for audit at any time during this period. Proper cost documentation includes the following: 1. Personal Services and Fringe: Benefits costs shall be documented with submission of: a. A tabulated list of employee names, the number of hours or days devoted to the project, the rate of pay, amounts per employee (computer printouts are acceptable providing source documents are available), and -4- b, copies of weekly or monthly time cards or a diary if the applicant agency uses one or more employees on a part-;time basis on their project. The time record must show not only the time spent on this project, but also on leave and on other assignments, even if the latter is reported only as "other assignments". The employee's time for the entire payroll period shall be accounted for. The employee shall sign the record and the immediate supervisor shall certify it. 2. Contractual Services, Printing, Commodities, and Equipment costs shall be documented with submission of: a. A fist of item quantities, unit prices, and amounts tabulated by cost category (the, unit price shall reflect any offered discount whether or not the agency takes advantage of this discount), and b. copies of invoices with copies of cancelled checks or copies of invoices certified as paid (invoices shall be identifiable to the project) . 3. Travel costs shall be documented with submission of: a. paid receipts for lodging, tolls and parking, b. certified odometer logs, or c. per diem records. 4. Operation of Automotive Equipment shall be documented with submission of certified odometer logs. A. Fquipment Inventory: An inventory of nonexpendabte personal property having .a useful life of more than two years and an acquistion cost of $500 or more is subject to periodic inspection by the Division of Traffic Safety. "Property Management Standards" will be furnished by the Division of Traffic Safety. These standards will provide requirements relative to equipment inventory, use, and disposition procedures. I. Project Monitoring: The Division of Traffic Safety will conduct periodic on—site reviews of all ongoing highway safety projects to monitor adherence to the project agreement and to, review project progress. J. Reports: Progress reports shall be submitted to the Division of Traffic Safety every three months during the project period, unless otherwise provided in this agreement. A final project report and claim for reimbursement of costs shall -be submitted to the Division of Traffic Safety within 60 days after the expiration date of the project. —5— K. Alteration or Termination: All alterations shall be• authorized in writing by Che Division of Traffic Safety before work is started. No oral understanding or agreement not incorporated herein will be binding on any of the parties hereto. This agreement may be terminated by either party upon 30 days written notice. Failure to carry out the conditions set forth herein shall constitute a breach of the agreement and may result in termination of the agreement or such remedy as deemed appropriate. Upon termination, the applicant agency will be paid for work satisfactorily completed prior to the date of termination. L. Work Product: All documents including reports and all other work products produced by the applicant agency under this contract , shall become and remain the property of the Division of Traffic Safety. M. Audits of State and Local Governments: 1. The Single Audit Act of 1.984 (Public Law 98-502) requires the following: a. State or local governments that receive $100,000 or more a year in Federal financial assistance shall have an audit made in accordance with Office of Management and Budget ('OMB) Circular No. A-128. b. State or local governments that receive between $25,000 and $100,000 a year 'shall have an audit made in accordance with Circular A-128 or comply with other applicable requirements. C. State or local governments that receive less than $25,000 a year shall be exempt from compliance with the Act and other Federal audit requirements. . d. Nothing in this paragraph exempts State or local governments from maintaining records to Federal Agencies, as provided for in Federal law or in Circular A-102 "Uniform requirements for grants to State or local governments." 2. Highway Safety Projects with total project costs of $100,000 or more will be subject to audit by the Illinois Department of Transportation, Office of Finance and Administration, within a period of three years after receipt of the final project claim for reimbursement. An on-site inspection of records may also be included in the audit procedure. It is understood that the applicant agency shall return any reimbursement for costs determined by audit to be undocumented or unauthorized. -6- CONDITIONS OF APPROVAL In accordance with the Illinois Mandatory Seat Belt Law (Public Act 83-1507, as amendec.) the grantee will establish a seat belt use policy requiring employees to use the appropriate occupant restraint protection devices as provided in the vehicle being driven while on official business. A copy of the seat belt policy will be forwarded to the Division of Traffic Safety within the first month of the project. 6A Project Description Problem Statement: The majority of the traffic control signs in the Village are not in compliance with the accepted traffic code. Deficiencies include sign faces that are faded, rusted, bent or defaced, and posts that are rusted, bent and too short. These deficiencies create unsafe traffic conditions. A sign inventory was done for the entire Village (Summary Attached) . Background- A. General Characteristics : The Village of Elk Grove is located in Northwest Cook County bordered by Arlington, Schaumburg, O' Hare, Bensenville, Wood Dale and Forest Preserve District, Major State Highways including Arlington Heights Road, Higgins Road, Busse Highway, Elmhurst Road and Highway 53 . There are 260 single lane miles of street in. the Village with our present population around 33 , 105 . B. Previous Attempts To Sclve Problem: The problem of old, substandard traffic control signs has been handled by the Village in the following manner. 1. Unit Replacement: Whenever a traffic sign is destroyed, damaged,, or stolen, the Village replaces it with a new standard sign. 2 . Area Replacement: Sufficient funds have not been available to bring all the signs and posts in the older areas of the Village up to standards. C. Accident Data: Below is a list of accidents compiled by the Police Department per following calendar years. Enclosed is a breakdown of state, county, and residential studies. 1986 - 2 , 341 Accidents State & County Roads 512 Accidents Residential Streets 1829 Accidents 1987 - 2 , 539 Accidents State & County Roads 1255 Accidents Residential Streets 1284 Accidents 1988 - 2 , 683 Accidents State and County Roads 1313 Accidents Residential Streets 1370 Accidents Accompanying this application are itemized computer printouts on accidents Village-wide. 1. Objectives: The goal of this project is to upgrade traffic control signs to standard code which will improve traffic and pedestrian safety by reducing accidents. 2. Methods of Procedure: Upon approval of the project, we will solicit bids for signs and appurtenances from responsible suppliers, accept the lowest quotation and have materials delivered. Once it is delivered, during regular working hours, one two-man crew will remove and replace substandard signs and posts as listed on inventory. The work will be performed from September 11, 1989 to September 10, 1990. Materials Certification o The local agency will conduct a sign materials letting that meets Agreement Condition E on competitive procurement procedures. o Prior to installation, the successful bidder will provide the local project director with two (2) copies of manufacturer's certification(s) confirming that the materials meet or exceed Illinois Department of Transportation Standard Specifications for Traffic Control Items. o The local project director will furnish the Division of Traffic Safety with a copy of the aforementioned certification(s). 0 The Illinois Department of Transportation reserves the right to request samples of signing materials for testing by the Central Bureau of Materials and Physical Research to verify compliance with the applicable specifications. Method of Evaluation a. Project Schedule: Once the material has been secured by the Village, it will be the responsibility of the Director to monitor signs and post removal and replacement by his crews and make certain deadlines are met. b. Project Evaluation: The best measure to evaluate the project will be to compare the before and after accident statistics on Village streets. Although traffic volume may increase and driving conditions vary, a three year evaluation should show a decrease in accidents. Final Report and Claim for Reimbursement The Village of Elk Grove will submit quarterly reports, a final report and a claim for reimbursement along with any publicity and a copy of the ordinance authorizing the signs as traffic control devices to the Division of Traffic Safety. The claim for reimbursement will include full documentation of costs incurred. A copy of the "Daily Record of Hours Worked" showing the employee's name, date and hours worked on the sign project and rate of pay will be submitted. The invoices for Commodities plus the cancelled checks (copy of front and back) by which the bills were paid, will be provided to document expenditures for signs, posts, and hardware to install. A copy of "Record of Equipment Hours" will be provided to document hours of equipment time. All signs purchased for installation will conform to the Illinois Manual on Uniform Traffic Control Devices and will be reflectorized or illuminated to show the same shape and color by day and by night, unless excepted in the standards covering a particular sign or group of signs. A statement should be prepared, following installation, certifying that the signs meet the above guidelines. This review should be completed by the Village Road Commissioner or local engineer. IT IS UNDERSTOOD THAT NO SIGNS PURCHASED UNDER THIS PROJECT MAY BE INSTALLED ON THE FEDERAL .SID SYSTEM. The Project Director should contact a representative from District 11 Schaumburg I.D.O.T. , to inspect the sign installation per the Illinois Manual of Uniform Traffic Control Devices once installation is completed. Monitoring The Division of Traffic Safety will conduct on-site visits to ensure that project activities are on schedule, to provide assistance as needed, and to observe the conduct and adequacy of the project. Failure to maintain operation of the project at the level agreed upon in the approved Highway Safety Agreement could result in the termination of funding. Alterations Reasons for a request or alteration could be a revised timetable, operational change, or a budget revision. Justification must be furnished for all changes at the time of the request. The Project Director sould not implement the alterations until a written response from the Division of Traffic Safety is received. Sign Survey - Total Cost Breakdown Signs and posts in Village : 3,375.00 Signs and posts to be replaced: 2,094.00 1. Labor cost to remove and replace signs Two employees $28/hr x 1,200 bra = $ 33,600.00 2. Labor cost to make new :signs One employee $14/hr x 1,040 bra = $ 14,560.00 Material Signs: Stop No Parking Speed Limit Yield Equipment Cost $4.00 x 1,200 hrs = $ 4,800.00 3. Sign Blanks — 2,094 = $ 11,932.51 Signs and Posts that need to be replaced Stop Signs 359 x (24x24) $17.46 = $ 6,268.14 359 x (3000) $26.65 = $ 9,567.35 Yield Signs 34 x $13.48 = $ 458.32 Speed Limit 121 x $12.90 = $ 1,560.90 No Parking, Various Types 1,583 x $8.50 = $ 13,445.50 Telspar 10' Post & 3' Anchor 2,147 x $32.00 = $ 66,704.00 Unistrut Drive Rivet 25 boxax $85 .00 = $ 2,125.00 (250 per box) Project Total Cost Sign to be removed/replaced, and new post(federal) $114,061.72 Our Labor Cost & Vehicle 52,960.00 167,021.72 Materials Costs & Signs I ;e High Intensity H.I . Engineer Grade Engineer Grade - E.G. Per Sign Extended Cost R1-1 24 x 24 17. 46 3 , 404 .76 195 H.I . R1-1 30 x 30 26. 65 4, 370. 60 164 H. I. R1-2 30 x 30 x 30 23 . 48 458 . 32 34 H.I. SMPH R2-1 18 x 24 12. 90 864. 30 67 H.I . 30MP HR2-1 18 x 24 12. 90 696. 60 54 H. I . R7-1 12 x 18 8. 50 51 .00 6 H.I. R7-100 12 x 18 10. 48 1 ,750. 16 167 H.I . R7-13 12 x 18 8 . 50 2,456. 50 298 H. I . R7-2A 12 x 18 8. 50 382. 50 45 H.I . S.O. R7-32 18 x 24 109 E.G. 7 to 7 R7-32 12 x 18 8.50 25 . 25 3 H.I. R5-1 30 X 30 4 E.G. R5-2 24 x 24 3 E.G. R1-1100 18 x 30 8 E.G. R12-1 18 x 24 30 E.G. R6-3 18 x 24 10 E.G. R8-3A 12 x 12 19 E.G. R7-13 12 x 18 8. 50 2, 371. 50 297 H.I . R7-4 12 x 18 8. 50 34 .00 4 H.I . 20 W13-1 18 x 18 6 E.G. W14-1 24 x 24 15 E.G. W14-2 24 x 24 1 E.G. R7-2A 12 x 18 8. 50 34.00 4 H.I . R6-2R 18 x 24 7 H.G. R7-32 12 x 18 8. 50 76. 50 9 H.I . 30MPH R2-1 24 x 30 37 H.I . R7-5 12 x 18 8 . 50 663 . 00 78 H.I . R3-5R 24 x 30 6 E.G. R4-7 24 x 30 1 E.G. W1-2R 30 x 30 6 E.G. W1-31, 30 x 30 3 E.G. Wl-1L 30 x 30 2 E.G. R7-106 12 x 18 8. 50 892. 50 105 H. I . R7-11A 12 x 18 8.50 850. 50 1 H.I . R3-21, 24 x 24 3 E.G. W1-8 18 x 24 6 E.G. W1-2L 24 x 24 5 E.G. R7-12A 12 x 18 8. 50 59. 50 7 H.I . W3-1 30 x 30 10 E.G. R3-7 30 x 30 7 E.G. W11-9 30 x 30 3 E.G. S-I10 24 x 48 22 E.G. 52-1 30 x 30 14 . 98 164.78 11 E.G. 51-1 30 x 30 9. 08 45. 40 5 E.G. W15-1 24 x 24 1 E.G. W11-2A 30 x 30 8 E.G. W1-6 48 x 24 2 E.G. 20MPH S4-I102 24 x 36 2 E.G. R7-61 12 x 18 8 . 50 8 . 50 1 H.Z . W3-3 30 x 30 1 E.G. W1-1R 24 x 24 2 E.G. Total Faces . . . . . . . . . . . . . . 2, 094 Total Faces Cost . . . . . . . . . . . . $24, 219,02 Blanks needed to order for sign project. Minimum Thickness .080 R1-1 24 x 24 7.06 1,376.70 195 R1-1 30 x 30 8.60 1,410. 40 164 R1-2 30 x 30 x 30 8.10 275.40 34 12 x 18 4. 06 4,969.44 1,224 18 x 24 7.91 2,238.53 283 30 x 30 8.20 492.00 60 24 x 24 10. 46 313.80 30 18 x 30 7. 90 63. 20 8 12 x 12 2 . 66 50. 54 19 18 x 18 7. 10 49.70 7 24 x 30 9. 20 404.80 44 48 x 24 8. 60 17. 20 2 24 x 36 7. 80 15. 60 2 24 x 48 11. 60 255. 20 22 Total: $11,932.51 $2, 094 Total Cost Sign Blanks $2,094 = $11, 932 .51