Loading...
2013-12RESOLUTION NO. 2013- 12 A RESOLUTION APPROVING A PRELIMINARY ENGINEERING SERVICES AGREEMENT CONCERNING THE RAUPP BOULEVARD BRIDGE IMPROVEMENT WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and, WHEREAS, the Village desires to adopt an agreement for the provision of necessary professional engineering design services for the Raupp Boulevard Bridge Improvement; NOW, THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE, LAKE AND COOK COUNTIES, ILLINOIS as follows: Section 1: The attached agreement entitled "Preliminary Engineering Services Agreement for Federal Participation" concerning the Raupp Boulevard Bridge Improvement is hereby approved. Section 2: The Village President is hereby authorized and directed to execute the agreement. A copy of said agreement is attached hereto and made a part hereof. AYES: 6 — Berman Trilling Sussman Terson Stein, Ottenheimer NAPES: 0 - None ABSENT: 0 - None PASSED: March 4, 2013 APPROVED: March 4, 2013 ATTEST: AY1. ZA c.� Vi�g� Clerk GAPWDIRGRP \LHC \Raupp Blvd Bridgc\Resolution 2013 ESA.doex Local Agency 'tillage of Buffalo Grove Section Project No. Job No. 1 Contact Name /Phone /E -mail Address Greg Boysen 847 -459 -2547 Consultant Baxter & Woodman, Inc. L I S1 city A Preliminary Engineering G Services Agreement E For N Federal Participation C Y IW A N Contact Name/Phone/E -mail Address T Matt Washkowiak 815- 459 -1260 Zip Code THIS AGREEMENT is made and entered into this 09 _ day of 1111A-64, , 2013 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 Raupp Boulevard Route Off- System Length 0.026 Mile Termini Over Buffalo Creek Structure No. 016 -6325 (Ex) Description: Phase II design for replacement of a bridge on a Village route. The Phase II includes design of bridge replacement, roadway approaches, detour route, driveway aprons, HMA path reconstruction, stream stabilization and ditching. ENGINEER's Project No. 101120.40. 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 365 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 8 BLR 05610 (Rev. 9/06) Printed on 1/29/2013 3:10:12 PM 91 The undersigned Certifies neither t NGINEER nor I have: a. employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT, b. agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid, or agreed to pay any fine, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, 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 fumish 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 8 BLR 05610 (Rev. 9106) Printed on 1/29/2013 3:10:12 PM IL 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.). Ill. IT IS MUTALLY AGREED, 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 8 BLR 05610 (Rev. 9106) Printed on 1/29/2013 3:10:12 PM 3., That all reports, plan's, estimates anc _ial provisions furnished by the ENGINEER sl. -je 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 fumished 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 8 BLR 05610 (Rev. 9 /06) Printed on 1/29/2013 3:10:12 PM f 0. The ENGINEER or subconsultant s. lot discriminate on the basis of race, color, na.. -.,al 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: I TIN Number Aareement Amnunt & Woodman. Inc. Sub - Consultants: TIN Number Agreement Amount Land Acquisitions, Inc. 36- 4303020 $3,200.00 Sub - Consultant Total: $3,200.00 Prime Consultant Total: $116,653.00 Total for all Work: $119,853.00 Executed by the LA: ATTEST: By: Village (SEAL) Executed by the ENGINEER: ATTEST: By: aa6&7- k u 1 Title: � eputy Secretary Page 5 of 8 Printed on 1/29/2013 3:10:12 PM Clerk Village of Buffalo Grove (M u nic ipality/rownshi p /Cou nty) Baxter & Woodman, Inc. 8678 Ridgefield Road Crystal Lake, IL 60012 By: Title: Vice President BLR 05610 (Rev. 9106) CD Z a' W W Z 5 Z W W N Q 2 IL Q Z_ f J W IL a F _m S w W v, F c 0 o L CA '3 c to to to OI c0'1 m a 0 w C Q 0 o w c u u m m 0 y O C = C � O o Q U O H 0 G U7� f0 O X O d a m m E _ :L m 0 u rn i m O_ O a cr J m 2 CL cc r m N N O r `0 0 O CL a` c 0 O O O O uu 00000000000000 0 0 C y y L 0 0 u u 0 0 0 C 0 QE X X m v LL LL Il N a) 0 7 U7� O �Z a- a. a �p UO .Q M . . U « m N N N a E 07 R'J V) a ° J C7 UO O p U _ o�= �6�9� O m to M o00 Q Ci + + + T C) 4 @ CD h 0 Q N 7 m O V O M r a a a O m .r O C 000 O US U) LO U) a m i r �- rn e v v a m 0 o 0 2 rn 0 �s 0 rmo 0 0 X rn i m O_ O a cr J m 2 CL cc r m N N O r `0 0 O CL a` c 0 O O O O 00000000000000 0 0 C y y L 0 0 �LL LL LL 0 0 0 C 0 QE X X m v LL LL Il N a) 0 7 U7� O �Z a- a. a �p UO .Q M . . U « m N N N a E 07 R'J V) a ° �cgc�cg(n:1 rn i m O_ O a cr J m 2 CL cc r m N N O r `0 0 O CL a` O O O O O O 00000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CD M V N U) O r C7 UO _ �6�9� O to M Ci F- FA fA 6N9 EA 6N9 �b96N9 Ito 0 000 0 0 0 00000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 e} M co NON co MrhO CD CO Mir- O cc r ON W t, C)r� N Or(D O) a in is )O E!3 in MN 69 Eo EO 69N Wf 64 w MN fA E»EO Nr 69 W Eo 101 o °o Ep 2 m O °o (Cv 0 U is w C fA �' m 00O 0 0 000 O0 0 O00000 „ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 A �Or -q �OD m �EA (p N f!3 U)NOMN N W 69 tow N N r w0 r- CD'7 M � O Eo On W 69 � N 69 M to 64 Vi Eo Eli 0 0 7Z7 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 — J Op(pp co O CO r-.0m rD1N 0)N WQ1ti w OM, co co EO U) O00 CD bN9 ffl M 6469 NN0 br, yy pOppO)�(pp to V)EA69 W a 64 fA w IL O U O O (D V Cp O ((pp N N N N I� U) N M N co O co (") o V N N N 0 CO M N U) N O m K 6 N M M M M M V M pU) pU) C07 (n') mvco4j vUn(D(DIt aNO V O r) 0aao O 2 N r r N N r l as = >a — —a- u ww ww w = w — = — == — aw w = - —� --w- =�w� p -�ZZ JZ��2V W Z_RwmwZw M d a w w w~ o (D w c w o o `G v z Z Z Zww zw03FDOOW0000 .0 awd WWZZZZ<WZ<ZQRQ n.(nEn w O mwwwwwuwwUwOwu U m m E w w c A c (a � a fn C ) C U N � C N W /6 f W a t= m .� c U) m 0 CL E �3 L a Q2 Y a s to c O a V N E cTi E o aci m m m C m = prn 2 O w f a ¢ fS (D w co rn i m O_ O a cr J m 2 CL cc r m N N O r `0 0 O CL a` 0 O 0 O 0 O 0 O 0 (D 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O C) 0 00000 O O O O t f f _ N y i f` r to h 0 ? 00> ONN O n V M U C O F g0OnOpMw DtotO C ww T GOM wND O M0m�btN O4 O O F NN C N fo � N , O N N CO �6NA to r Cl) M bO�9 60 69 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O o O O O o 000 0 0 0 O 0 O 0 O o O O N r to O N 0 O O irO r` (MV O (.6 t0 r O m O M V9 t j—j—,c6,U—)j—juu3 f A — M [ N NfA� d C7 E9 M N E F f to 69 fA to N O O O M O O M 0 V Q 0t ) 699 N x ux G — G yp O O 0 N O N N m to m co i 000000 O O O O O O 0000000 O O O O O O O 0 0 0o 0 0 OO 0 0 O 0 O 0 to 'O W m r 0O OR O 0 NI n V pwpMNCOMMMMM Mn w LO Or O)0 LO CO co LO 7(O 0 LO COaO rN r. V V N 0 n M yy� to t(pp 69 t(pp Hi df tq 691 Ln CD 0) to CO I I N to N NN EA N 0 0000000000000 O O O O O O O O O O O O O O O O O O O 00000 0 0 0 0 M J 0 p to w to o IO M to 0 N 0 ew to O fO 0 O MN w 0 w w m w to O M t. ti m 0 ffl In 00 O to M (p M to w CO 0 r w N a 0) M lA ww EA N 6N9 '- to (A f9 fA 69 69 fA t9 fA N W V9 69 to 60 69 IL O U (D GO W N IMO co UM W w c'oMM w Op NuMj, 000, to a ppoir�r 7 M onononi:v ri o o rov 7 M M M M M M M M N a to M co N O r O Ov 0 0 0 w 'D OC> O N N v N N w 0 N N _ N O�f O - -�_D' - -- > tt00� G C1 W W X W — a' — =a' — -- — W W W a' =a. — IE a'w W W W—Q:= wawaa� W W W W aw E w zzwZawIx a�wawaw0.ww< zzz Zwa� w O(DOZZOZOZOWWO zzz 3 w0V U ww °w— O— ° — ° - -� www z wc9°w Z 0 p c7°w ao:adz¢z¢zazz-j wdd Xza-j tn00 WIWU W CJ wUwwU tnmcn UnwUU O� C N 0 LU 0 0 Q w O C A U m 0 3: 0 c ii LO V)) m G (n C !L �Nprj (O 'z pN m o a cc O G a 4) oo ;t��e� Lv La w p O= O cQQ m E € w E m _ U 0 vOi U V 2 a w o a v w � axadim LLi to- 0 w C 0 0 0 0 O °oco °o t°n)n p ag Q OI M N 60. N 0 0 fA fA w 4 12 N 4) z w C 0 _d In a N g u U p ag Q n 6 >a. Q)za� 0 0 () ,69 V 0 U y r- h 0 ? aC N V M U C () F C w 4 12 N 4) z w C 0 E soW3 W U E w a N g u U p ag Q r0 (D CL >a. Q)za� d O N O J m a N to M O N N W r 00 n m �a` Exhibit B Illinois Department of Transportation Prime Consultant Name Baxter & Woodman, Inc. Address 8678 Ridgefield Road, Crystal Lake, IL 60012 Telephone 815 - 459 -1260 TIN Number 36- 2845242 Project Information Local Agency Village of Buffalo Grove Section Number 11- 00101 -00 -BR Project Number BRM- 9003(789) Job Number D -91- 406 -11 Engineering Payment Report 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. Vice President 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 concurrinq with the payment amount specified above. Page 8 of 8 BLR 05610 (Rev. 9106) Printed on 1/17/2013 3:29:41 PM VILLAGE OF BUFFALO GROVE, ILLINOIS RAUPP BOULEVARD BRIDGE REPLACEMENT PHASE II DESIGN ENGINEERING EXHIBIT C PROJECT UNDERSTANDING & SCOPE OF SERVICES Route: Raupp Boulevard Section No.: 11- 00101 -00 -BR Project No.: BHM- 9003(789) Job No.: D -91- 406 -11 County: Cook Structure No.: 016 -6325 (Ex.) Location: This PROJECT is located on Raupp Boulevard within the Village of Buffalo Grove, Wheeling Township. The subject structure (S.N. 016 -6325) over Buffalo Creek is located 600 feet south of Lake -Cook Road on Raupp Boulevard. Project Understanding: The PROJECT will consist of providing final plans for the replacement of the existing bridge in accordance with the approved Project Development Report. The improvements on Raupp Boulevard over Buffalo Creek consist of removal of the existing structure and construction of a new two -span reinforced concrete slab structure. The existing profile will be maintained and approach pavement replaced to accommodate the new structure. This location will undergo a full roadway closure during construction and a detour route will be provided. The pavement cross section will be improved to include one lane in each direction bordered by curb & gutter, with a width varying between approximately 24 and 32 feet. The cross section will also include a shared use path across the bridge, and connections to existing sidewalks. The improvements will also include reconstruction of a portion of the existing shared use path west of the roadway, with associated streambank stabilization. All permits will be obtained for construction. Scope of Services: MANAGE PROJECT — Plan, schedule, and control the activities that must be performed to complete the PROJECT including budget, schedule, and scope. Confer with LA staff, from time to time, to clarify and define the general scope, extent, and character of the PROJECT and to review available data. Prepare and submit monthly invoices and coordinate invoices from sub - consultants. Attend one kick -off meeting with the LA to review the PROJECT and establish PROJECT criteria and clear lines of communication, -1- B A X T E R pro t r WOODMAN and up to three progress meetings to review the Plans, Contract Proposal, and Estimate of Cost prior to submittal to the STATE. 2. PRELIMINARY PLANS, SPECIFICATIONS, AND ESTIMATE OF COST • AGENCY COORDINATION - Meet and coordinate the proposed improvements with the STATE, Village of Buffalo Grove (LA), the Army Corps of Engineers, and Lake County Stormwater Management Commission. • UTILITY COORDINATION - Notify and coordinate the proposed improvements with utility companies. ADDITIONAL TOPOGRAPHIC SURVEY- Perform supplemental topographic surveys of natural and manmade features with use of GPS and total station equipment. State Plane and FEMA/Cook County benchmarks will be used. Additional survey is anticipated along the reconstructed portion of the shared use path. + DRAINAGE ANALYSIS AND PERMITS - Obtain a permit administered by the U.S. Army Corps of Engineers and a watershed development permit as necessary from the Lake County Stormwater Management Commission for the PROJECT. Prepare a grading plan showing compensatory storage for work within regulatory floodplain areas. Permit fees, wetland banking, and processing through the Lake County Stormwater variance procedures are not included in the scope of work. • GEOMETRIC PLANS - Prepare the pavement design and geometric plan and profile sheets for the proposed improvements. Prepare the storm sewer design for the proposed improvements and incorporate into the geometric plan sheets. Develop a proposed pavement striping and signage plan for the proposed improvements. Submit preliminary, pre - final, and final plan submittals as required through BLRS. • EROSION CONTROL PLANS - Design an erosion control plan for the PROJECT improvement. Coordinate the proposed improvements with the Lake Countv Stormwater Management Commission and obtain a permit for the PROJECT. • MAINTENANCE OF TRAFFIC PLAN — Prepare maintenance of traffic notes, typical sections, and detour route for construction documents. The 6 A X 7 E k -2- WOODMAN Raupp Boulevard detour will include a detour onto Lake -Cook Road to be approved by Cook County as well as utilizing local Village roads. • STRUCTURAL PLANS - Design bridge structures in accordance with the approved Type, Size and Location (TS &L) drawings per IDOT Bridge Manual. Structural engineering plans, details, and special provisions will be included. Structural design will include a retaining wall adjacent to the shared use path. • PROJECT DETAILS AND STANDARDS — Prepare a Cover Sheet, Typical Sections, Design Details, Summary of Quantities, and State Standard Detail sheets. Prepare alignment and ties sheet and set field alignment control • CROSS SECTION DESIGN - Design roadway cross sections at 25 -foot intervals and at all cross streets and driveways. Compute earthwork calculations. • ESTIMATE OF COST AND TIME - Prepare summary of quantities, estimate of time, schedules of materials, and an engineer's estimate of cost. • SPECIAL PROVISIONS Prepare special provisions in accordance with BLRS guidelines. 3. RIGHT OF WAY DOCUMENTATION • RESEARCH & LEG_AL, DESCRIPTIONS— Research existing documentation at County Recorder's office. Prepare legal descriptions in accordance with IDOT standards. • PLATS OF HIGHWAYS & FIELD WORK — Prepare plats of highway in accordance with IDOT standards. Prepare monumentation of permanent easement (if required). Obtain title commitments for 3 parcels C 5300 each. 4. FINAL PLANS, SPECIFICATIONS, AND ESTIMATE OF COST • QC /QA Perform an in -house peer review and constructability review of the pre -final plans, specifications, and estimates of cost for the PROJECT. • FINAL CONTRACT PLANS AND CONTRACT PROPOSAL - Prepare contract documents consisting of Plans, Special Provisions, Contract Proposals, and Engineer's Estimate of Probable Construction Cost, E A X 7 E R WNI -3- 4 WOODMAN Estimate of Time, and submit these documents to the STATE for the LA to receive construction bids. Make any necessary changes to the documents as required by the STATE in order to secure approval. I:\DeKalb\BFGW\101120 Raupp BridgeThase II Agreement \Exhibit C Raupp_phaselI scope.docx -4- E A X T E R k Oil WOODMAN VILLAGE OF BUFFALO GROVE. ILLINOIS RAUPP BOULEVARD BRIDGE REPLACEMENT PHASE 11 DESIGN ENGINEERING SECTION NO._ I1- 00101 -00 -BR EXHIBIT D PROJECT SCHEDULE Design A2Submittal Agency Review �er28. 2012 mdman; Inc. ngineers 1:IDeKalb \BFGVV1101120 Raupp Bnage%Phase 11 Agreement\Exhibit D - Project I WEEK COMMENCING MONDAY i Novembe December '�■ WHOM ■■■n■n■n■■■■■■■n■■■n■■n■■■n■ d Agency Coordination Win■ ■■ ■ ■■ ■ ■ ■ ■■ ■ ■■■ ■ ■■ nary Roadway and ■ ■ ■ ■ ■ ■ ■■ ■ ■ ■ ■ ■ ■ ■n ■n ■ ■ ■ ■ ■ ■N ■nn■ ■ ■■ . ■ ■ ■ ■ ■ ■ ■■ ■ ■ ■ ■■n■n ■ ■ ■ ■ ■ ■ ■ ■■n■n ■ ■■ umentation ■■■■■■■■■■■■■■■n ■ n■■■■■■■■■nn■■■■ -egal descriptions, Title commitments it Roadway . 6/2312013 ■■■■■■■■■■■ ■ ■■ n ■ ■ ■ ■ ■ ■ ■ ■ ■n ■ ■ ■ ■ ■■ DOT ■■■■■■■■■■■■■■■■n ■■■■n■n■n■■ mdman; Inc. ngineers 1:IDeKalb \BFGVV1101120 Raupp Bnage%Phase 11 Agreement\Exhibit D - Project I VILLAGE OF BUFFALO GROVE, ILLINOIS RAUPP BOULEVARD BRIDGE REPLACEMENT PHASE H DESIGN ENGINEERING SECTION NO.: l l - 00101 -00 -BR EXHIBIT E BAXTER & WOODMAN, INC. 2013 SCHEDULE OF HOURLY WAGE RATES AND OVERHEAD COSTS FOR PROFESSIONAL SERVICES ILLINOIS DEPARTMENT OF TRANSPORTATION EMPLOYEE CLASSIFICATION HOURLY WAGE RATES Principal $61 to $70 Sr. Engineer W $52 to $66 Sr. Engineer III $53 to $58 Sr. Engineer II $45 to $47 Sr. Engineer 1 $39 to $44 Engineer III $36 to S41 Engineer 11 $32 to S34 Engineer I $23 to S25 Engineer Tech V $54 Engineer Tech IV $45 Engineer Tech III $36 to S40 Engineer Tech II $26 to $36 Engineer Tech I $16 to S22 CAD / GIS / Survey IV $38 to S44 CAD / GIS /Survey III $36 to $38 CAD / GIS / Survey II $29 to S33 CAD / GIS / Survey I $24 to S25 Clerical $24 to S29 General and employee overhead is 155% of employee compensation. Mileage Charges - As set by the U.S. Internal Revenue Service. Traffic Counters - S50 /day. Postage - At cost. Revised 2013-01-08. 571JAK In I i zn A.-e. -e. D�1. CI- 1...1— mnT Zni z VILLAGE OF BUFFALO GROVE, ILLINOIS RAUPP BOULEVARD BRIDGE REPLACEMENT PHASE II DESIGN ENGINEERING SECTION NO.: 11- 00101 -00 -BR EXHIBIT F BAXTER & WOODMAN, INC. OVERHEAD* RATE AS PERCENTAGE RATE OF EMPLOYEE COMPENSATION Total Percent Salaries with Retirement Plan 121.00% Repairs 2.00% Rents 5.00% Taxes 1.00% Depreciation 3.00% Dues & Subscriptions 1.00% Utilities (Electric, etc.) 1.00% Insurance 4.00% Professional Services 1.00% Office Supplies & Services 3.00% Computer Service 4.00% Recruitment & Training 2.00% Telephone 3.00% Reproduction 1.00% Automotive Expense 2.00% Misc. Services & Expenses 1.00% IDOT Approved Rate 155.00% *Payroll Burden and Indirect Cost Revised 2013- 01 -08. 571JAK i.meu.,i�,�urr.�nni rn i �n ❑,....,, u.;.a..P�nti,�o n n...00.,,a.,,�u „o croo,� vim., cc04 VILLAGE OF BUFFALO GROVE, ILLINOIS RAUPP BOULEVARD BRIDGE REPLACEMENT PHASE II DESIGN ENGINEERING SECTION NO.: 11- 00101 -00 -BR EXHIBIT G SUMMMARY OF DIRECT COSTS Mileage: 459 miles x $0.565 /mile = $259.00 Postage: Mailing of report submittals, agency and utility coordination. 10 mailings x $17.40 each = $174.00 Title Commitments: Obtain Title Commitments for three parcels. 3 parcels x 5300.00 each = $900.00 TOTAL DIRECT COST FOR THIS PROJECT = $1,333.00 I:\DeKalb\BFGVV\101120 Raupp Bridge\Phase ll A_ereement\Exhibit G - Direct Cost.docx B A X T E R WOODMAN