Loading...
2018-20RESOLUTION NO.2018 - 20 A RESOLUTION APPROVING A LOCAL AGENCY AGREEMENT WITH CIVILTECH ENGINEERING, INC. RELATED TO THE PHASE II DESIGN OF BRANDYWYN LANE BETWEEN DEERFIELD PARKWAY AND PRAIRIE ROAD WHEREAS, the Village of Buffalo Grove is a Home Rule Unit pursuant to the Illinois Constitution of 1970; and, WHEREAS, the quality of life is enhanced by a high quality arterial street transportation system which operates efficiently and which allows for safe passage through the main corridors of the Village local street system; and, WHEREAS, the Village Board previously approved Resolution No. 2016-11 (A Resolution Approving an Agreement for Engineering Services for Brandywyn Lane and Thompson Boulevard Improvements) which indicated the Village's agreement to implement the Phase I Study of Brandywyn Lane and Thompson Boulevard; and, WHEREAS, the Village Board indicates the Village's agreement to complete the Phase II Design within the Illinois Department of Transportation's policies and procedures in exchange for Federal Highway Administration reimbursement of 80% of the total Phase II Design cost, or not to exceed $288,548, for this agreement. NOW, THEREFORE, BE IT RESOLVED by the Village President and Board of Trustees of the Village of Buffalo Grove, Cook and Lake Counties, Illinois, as follows: Section 1: The Agreement entitled "Preliminary Engineering Services Agreement For Federal Participation" between Civiltech Engineering, Inc. and the Village of Buffalo Grove related to the Brandywyn Lane (Deerfield Parkway to Prairie Road) Phase II Design, is hereby approved ("Agreement") Section 2: The Village President and Village Clerk are authorized and directed to execute the Agreement. A copy of said Agreement is attached hereto and made a part hereof. AYES: 66— Berman Stein Ottenheimer, Weidenfeld, Johnson, Smith NAYES: 0 — None ABSENT: 0 - None PASSED: August 20, 2018 APPROVED: August 20, 2018 APPROVED: 06t* &Aa��� — Beverly Sus an, Village President ATTEST: Janet M. Sirabian, Village Clerk G:\ENGINEER\Asset_Management\Streets\2016_Road_Program\Thompson&Brandywine\Civiltech Contract Local Public Agency �) Ili7ois Departitient Consultant L Village of Buffalo Grove O C `� Of Transportation C O Civiltech En ineerin Inc. Address County Lake A L N S Two Pierce Place Suite 1400 City Section 16-00106-00-RS A Preliminary Engineering U L Itasca Project No. State EFPL 112 G Services Agreement T Illinois Job No. For Zip Code D-91-145-17 E N Federal Participation A N 4 Contact Name/Phone/E-mail Address Contact Name/Phone/E-mail Address Kyle E. Johnson, P.E., CFM C T Mr. Jonathan R. Vana, P.E. 847.459.2523 Y 630.735.3382 k'ohnson vb..o1•g ....... ... .. ..... ...........�............._ .. m...... .............. �:��i:�:i�:).�tat�M.ttttt .. .........� .. ............. THIS AGREEMENT is made and entered into this _ day of _ , between the above Local Public Agency (LPA) and Consultant (ENGINEER)mair d covers certain professional engineering services in connection with the PROJECT. Federal -aid funds allotted to the LPA 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 Brandywyn Lane Route MS 2060, 4801 Length 2.11 Structure No. n/a Termini Deerfield Parkwav to Prairie Road Description Engineering services for the related improvements to resuface Brandywyn Lane and to reconstruct portions between Thompson Boulevard to Aptakisic Road to remove a failing pozolanic aggregate mixture base. 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 LPA 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 LPA or STATE. 3. To complete the services herein described within 1522 calendar days from the date of the Notice to Proceed from the LPA, 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 LPA. Page 1 of 8 BLR 05610 (Rev. 11/09/17) Printed on 8/6/2018 4:05:58 PM 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 LPA. 11. To submit all invoices to the LPA 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 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 maybe 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 LPA 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 fumished in quadruplicate. ❑ Furnish the LPA 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. 11/09117) Printed on 8/6/2018 1:05:00 PM II. THE LPA 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 + IHDq 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 LPA, 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 LPA, 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 LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA 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 LPA, 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 LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA 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.). 5. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Local Government Professional Services Selection Act 50 ILCS 510, the Brooks Act 40USC 11, and Procurement, Management, and Administration of Engineering and Design related Services (23 CFR part 172). Exhibit C is required to be completed with this agreement. III. IT IS MUTALLY AGREED, 1. That no work shall be commenced by the ENGINEER prior to issuance by the LPA 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 LPA 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 LPA or to the STATE, without restriction or limitation as to their use. Page 3 of 8 BLR 05610 (Rev. 11/09/17) Printed on 8/6/2018 1:05:00 PM 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 LPA 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 LPA. 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 LPA 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 LPA, 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 LPA 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 LPA 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 LPA. The LPA 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 contractors 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. 11109/17) Printed on 8/6/2018 1:05:00 PM 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 LPA deems appropriate. 11. When the ENGINEER is requested to complete work outside the scope of the original AGREEMENT, a supplemental AGREEMENT will be required. Supplements will also be required for the addition or removal of subconsultants, direct costs, the use of previously unspecified staff, and other material changes to the original AGREEMENT. Civiltech E Sub -Consultants: Jor ensen &Associates ..................... Midland Standard Enineer„nc�& Testi Huff &mHuff, Inc Executed by the LPA: ATTEST: Janet Sirabian, (SEAL) Executed by the ENGINEER: ATTE8-T: By: Title: Mary ung, Vice Presiden Page 5 of 8 Printed on 8/6/2018 1:05:00 PM Village Clerk Agreement Summary TIN Number A reement Amount 36-3606666 $322,450.38 TIN Number 18,110.00 13.887.79 Sub -Consultant Total: 1 $38,234.55 Prime Consultant Total: $322,450.38 Total for all Work: $360,684.93 Village of Buffalo Grove (Muni cipality/rownshi p/County) By: Title: Beverly Sus , Village President By: � e -r Title: Jon Vana, President BLR 05610 (Rev. 11/09/17) rn c 4) d c c w L R c E aL Q r x W -� rn " c w� (Do o o c .= w d � -aC Oo U O U m >+ f0LL G.Q gyp R O (U X y 7 �p O U co a c E� �E� LL 7 > O m CO ODU � p 2 = + t J J -- p p U 2 � � O T — + t + J J J p + t � J J p p O a U u� � _n L It 'T Nt T T T � Co C > o % p ® ❑❑❑❑ Vr` C O a CO C C T i 3 O m T N Ch _0 co LL Li- LL T O m U 0 X X X N c U E LE E m (D m 0 N N c N Q O U O Z p 7 _7 7 U d 0 d 4= (n a - N U U O w .. .... ci 0 0 0 aE O �-i 0 vna`� 2 UUUcn.i m 0 0 CD co 0 O m aL ID _.._ ......... O ` H ❑ C S U 2 mL (D U t �O i m cn i i v R � r CD p i i J � O � r L � R N IL O U i O d m I- C L !6 3 O O = O C d O v C. !L- E N W U a Y o L O tb O co a0+ o N_ d (fl E 0D 4/ H o 0 W to Cl) d 10 F N C ................. a a Exhibit B Illinois Department of Transportation Prime Consultant Name Civiltech Engineering, Inc. Address Two Pierce Place, Ste 1400 Telephone 630.735.3382 TIN Number Project Information Local Agency Buffalo Grove Section Number 16-00106-00-RS Project Number M-XXXX(XXX) Job Number D-XX-XXX-XX Engineering Payment Report. (Submit with Final Invoice ) 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. 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 8 BLR 05610 (Rev. 11/09/17) Printed on 8/6/2018 1:05:00 PM Exhibit C Federal Qualification Based Selection (QBS) Checklist Local Public Agency Section Number Project Number Job Number Buffalo Grove 16-00106-00-RS M-XXXX(XXX) D-XX-XXX-XX, The LPA must complete Exhibit C, if federal funds are used for this engineering agreement and the value will exceed $25,000. The LPA must follow federal small purchase procedures, if federal funds are used and the engineering agreement has a value less than $25,000. ❑ Form Not Applicable (engineering services less than $25,000) 1. ........... wwww............................................ ............ _...... ........... Do the written QBS policies and procedures discuss the initial administration (procurement, management, and administration) concerning engineering and design related consultant services? ® Yes ❑ No 2. Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and specifically Section 5-5.06(e) of the BLRS Manual? ® Yes ❑ No IDOT Original Contract Approval Date 1112112015 If no, IDOT's approval date: 3. Was the scope of services for this � ITITIT�mmmmmm p project clearly defined? ® Yes ❑ No 4. Was public notice given for this project? ® Yes ❑ No Due date of submittal: Method(s) used for advertisement and dates of advertisement: 5. Do the written QBS policies and procedures cover conflicts of interest? ® Yes ❑ No - 6. Do the written QBS policies and procedures use covered methods of verification for suspension and debarment? ® Yes ❑ No 7. Do the written QBS policies and procedures discuss the method of evaluation? ® Yes ❑ No Criteria for this project Weighting Criteria for this project Weighting Services 20 % Qualifications and Ex�e 20% References and Resumes 10 % Affiliations and Accreditations 10% Local Office & Area Knowledge 15 % Past Performances 15% Ability to Perform Multiple Func. 10 % % 8. Do the written QBS policies and procedures discuss the method of selection? ® Yes ❑ No Selection committee (titles) for this project: Village Engineer. Director of Public Works, Civil Engineer II Top three consultants selected for this project in order: 1) Civiltech 2) GHA 3) BLA If less than 3 responses were received, IDOT's approval date: 9. Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ® Yes ❑ No 10. Were negotiations for this project performed in accordance with federal requirements? ® Yes ❑ No 11. Were acceptable costs for this project verified? ® Yes ❑ No ❑ LPA will rely on IDOT review and approval of costs. 12. Do the written QBS policies and procedures cover review and approving for payment, before forwarding the request for reimbursement to IDOT for further review and approval? ® Yes ❑ No 13. ......................... Do the written QBS policies and procedures cover ongoing and finalizing administration of the project (monitoring, evaluation, closing -out a contract, record retention, responsibility, remedies to violations or breaches to a contract, and resolution of disputes)? ® Yes ❑ No Page 8 of 8 BLR 05610 (Rev. 11109117) Printed on 8/6/2018 1:05:00 PM iv 111 ech Engineering, Ilina. www.civiltechinc.com Two Pierce Place, Suite 1400 Itasca, IL 60143 Phone: 630.773.3900 Fax: 630.773.3975 30 N LaSalle Street, Suite 2624 Chicago, IL 60602 Phone: 312.726.5910 Fax: 312.726.5911 Transportation Civil Construction Environmental Water Resources Structural Appraisal April 3, 2018 Mr. Darren T. Monico, P.E. Village Engineer Village of Buffalo Grove 51 Raupp Blvd Buffalo Grove IL 60089 c/o: Kyle E. Johnson, P.E., CFM Civil Engineer II Re: Brandywyn Lane Preliminary Engineering Agreement Village: Buffalo Grove Section: 16-00106-00- R S Project: M-XXXX(XXX) Job: D-XX-XXX-XX Dear Mr. Johnson: We thank you for the opportunity to submit our proposal for Engineering Services related to the Brandywyn Lane Improvements. Following is our understanding of the project and the anticipated scope of services. This project includes the proposed resurfacing (8,045 ft) and reconstruction (2,458 ft) of approximately 2.11 miles along Brandywyn Lane from Deerfield Parkway to Prairie Road within the Village of Buffalo Grove, Lake County, Illinois. Improvements also involve numerous intersecting roadways along the project corridor. There are project omissions at Buffalo Grove Road and Aptakisic Road due to future Lake County DOT projects. For the purposes of this proposal, we have included the intersection with Thompson Boulevard to be designed and constructed as part of the Village's Brandywn Lane project. Brandywyn Lane will be reconstructed from Thompson Boulevard to Aptakisic Road to remove a failing poaolanic aggregate mixture (PAM) base while the remaining areas along Brandywyn Lane from Deerfield Parkway to Thompson Boulevard and from Aptakisic Road to Prairie Road will be resurfaced.The PDR shows that the resurfacing section from Aptakisic Road to Prairie Road includes changes to the existing profile. The roadway will maintain its existing width and consist of one 12 ft lane in each direction and a 10 ft parking. All curb and gutter along the project will be replaced with Type B-6.12 curb and gutter. There are no known known drainage problem areas, no anticipated improvements to the existing enclosed drainage system for conveyance or capacity, and improvements will be made to drainage structures if they are in poor condition. Parking will be restricted along the east side of Brandywyn Lane from Deerfield Road to Buffalo Grove Road and along the south side of Brandywyn Lane from Buffalo Grove Road to Prairie Road. This corresponds to removing parking on the side of the road where fire hydrants are present. There is existing sidewalk located on both sides of Brandywyn Lane from Deerfield Parkway to Prairie Road with an exception along the south side of Brandywyn Lane between Satinwood Terrace to Meridian Way. If necessary, pedestrian facilities shall be brought into compliance with current PROWAG standards. Marked crosswalks are located along or across Brandywyn Lane at the following locations: Thompson Boulevard, Chaucer Way, Heatherdown Way, Kingsbridge Way, near Prairie Elementary School, Bordeaux Court, Aptakisic Road, the Church Hill Park Trail, Meridian Way, and Prairie Road. Crosswalks will be striped out at all cross streets that already accommodate pedestrian use. Existing ramp locations at"T"-intersections that do not have an ADA compliant receiving ramp (such as those that lead to a driveway) will be evaluated with the Village to determine if other improvements should be made. Civiltech Engineering,Ind. www.civiltechinc.com Design Approval was received on March 23, 2018. The scope of the Phase II work has been prepared based on the draft Project Development Report (PDR), dated March 2018. This project is within Lake County, and is therefore subject to the requirements of the Watershed Development Ordinance. Based on the draft PDR prepared we anticipate submitting to Lake County Stormwater Management Commission a Countywide Permit for this work within the public right-of-way as Permit Number One for roadway projects. The numbering below is in accordance with the criteria listed in Section G. (Rehabilitative Maintenance of Roadways, Culverts, Stormsewers, and Bridges) of Countywide Permit 1: Disturbance of vegetation shall be kept to a minimum during construction to prevent erosion and sedimentation, resurfacing, rehabilitative and routine maintenance of a roadway shall not increase the number of the traffic lanes or increase the roadway elevation within a flood prone area. Best Management Practices (BMPs) will be incorporated into a Storm Water Pollution Prevention Plan (SWPPP) along with the IEPA Notice of Intent (NOI) and National Pollution Discharge Elimination System (NPDES) permit for the storm water discharge from the construction site. Through the construction of the roadway improvements and adjacent facilities, if there are trees which will have to be removed, we propose to replace trees in accordance with the Village Code's spacing requirements of 40' between trees and no closer than 25'from intersections, which may alter the location or number of the replacements. We will work with the Village to develop a planting scheme which is low maintenance, native in character, and representative of the roadway corridor. Private and public utilities own and operate facilities within the project corridor. We do not anticipate extensive relocation work to be required to accommodate the roadway improvements. There are no water main or sanitary sewer deficiencies identified, and we have not included manhours to design for the rehabilitation, relocation or replacement of the existing public utility infrastructure. The project scope for lighting will be limited to the relocation of existing light poles in locations where grade changes or the proximity to the proposed back of curb would require relocation. For purposes of this proposal, we have assumed 3 construction contracts based on the Thompson & Brandywyn Construction Phasing exhibit in the PDR.These limits and construction years are: • 2020Thompson Boulevard to Aptakisic Road • 2021 Aptakisic Road to Prairie Road • 2022 Deerfield Parkway to Thompson Boulevard Based on the project funding, we will prepare, process, and submit contract plans with supporting documentation through the Illinois Department of Transportation's Bureau of Local Roads and Streets (BLRS). If necessary, we will also coordinate through the Lake County Division of Transportation for any work within their right of way or affecting their facilities. We will develop preliminary plans within the scope of this project to a level that will allow the preliminary plans to be submitted to all of the review agencies. Upon receiving any comments on the preliminary plans, the project will proceed according to the BLRS letting schedule to target their January 2020 letting. We anticipate key IDOT project submittals to consist of the following: • Draft Local Agency Agreement BLR 5310) and Draft Prelim. Eng. Serv. Agrmt.: April 2018 • IDOT Approved LA (BLR 5310) and PSE (BLR 5610) w/ NTP for P2 Engineering: October 2018 • Pre -Final Submittal to Region One: August 2019 • Final PS&E and Draft Agreements: October 2019 • Service Bulletin Advertisement: December 2019 • Letting: January 2020 The schedules for the prefinal/final plans for 2021 and 2022 Brandywyn construction contracts will be confirmed as the preliminary engineering progresses and will be based on project funding. A tentative project schedule up through the letting of the 2020 Brandywyn Construction Contract is included in Attachment C. The engineering design, construction, and construction engineering related to this project is anticipated to utilize Federal funds with the local match from Buffalo Grove. Civiltech Engineering,Inc. www.civiltechinc.com 11. SCOPE OF SERVICES All work will be performed in accordance with the standards and guidelines of the Village of Buffalo Grove, the Illinois Department of Transportation (IDOT) Bureau of Local Roads and Streets (BLRS) Manual, and the approved PDR. In addition, all permitting will follow the requirements set forth by the Lake County Stormwater Management Commission, and the Illinois Environmental Protection Agency. 1. Early Coordination and Data Collection A. Initial Project Kick -Off Meeting with Village -We propose holding a meeting with the Village of Buffalo Grove to discuss the Phase I work performed to date, project requirements, schedule, and coordination with IDOT and any others involved with the project. B. IDOT Project Kick -Off Meeting - We will conduct a joint meeting with IDOT and the Village of Buffalo Grove to discuss the project, further define IDOT's processing requirements, and gain everyone's acceptance of the project schedule and commitment to timely reviews. C. Lake County Stormwater Management Commission Kick -Off Meeting — We will meet with LCSMC to discuss the project and confirm their permitting requirements. As noted in the Project Approach, this project is within Lake County, and is therefore subject to the requirements of the LCSMC Watershed Development Ordinance. We will confirm at the meeting that only a Countywide Permit is required for this work within the public right-of-way as Permit Number One for roadway projects. D. Obtain/Update and Review Record Data -The Phase II Engineers will review the Phase I study information in detail to ensure that the design of the proposed improvements is in accordance with the report. Furthermore, the report will be reviewed to ensure that any commitments made during the Phase I preliminary engineering stage of the project are followed through during Phase II design engineering. We will obtain and review available Village data including, but not limited to, subdivision plans and plats, existing/proposed record drawings, geotechnical reports, right-of-way data, aerial photography and contour mapping, other existing plans, and utility atlases. We are aware of the Northwest Suburban ERUV which was granted permission from various agencies to erect an ERUV in Buffalo Grove. We'll contact and coordinate with the current representative for the ERUV regarding the maintenance of this facility and include the boundary within the contract plans to reflect any modifications or maintenance required. E. Preliminary Utility Company Coordination - We will send letters to the utility companies within the project limits requesting copies of their utility atlases in order to confirm or update the information obtained during Phase I. Much of this information was obtained during the Phase I stages of the project, however it will need to be verified and/or updated during Phase II. The information will be incorporated into the project base drawing. F. Topographic Survey —This item includes obtaining supplemental survey at locations where the original survey did not cover what is anticipated to be required as part of the Phase II engineering work to prepare construction details for ADA ramps shown in the plans. This supplemental survey will be performed by Jorgensen and Associates as a sub -consultant to Civiltech. We have included manhours for coordination between Civiltech and Jorgensen. A copy of Jorgensen's proposal is included in Attachment B. G. Field Review of Survey —This item includes review of the existing topographic survey and performing a "plan -in -hand" field check of the project site to verify the completeness and accuracy of the survey. We will also photo document the site and prepare a detailed inventory of existing signage and any other topographic features which may impact or be impacted by the proposed design. At this time we will also establish as accurately as possible, the locations of existing private utilities in the field using a combination of the atlases obtained during our Preliminary Utility Company Coordination and visual observation in the field. H. Structure Inventory — A structure inventory was performed during the Phase I design. The type and size of structure, size, type and inverts of pipes, and the overall condition of the structure were documented. However, the number, type, and condition of rings were not documented. The intent of the Phase I design was to reuse as many of the structures as possible. We will add information to the structure inventory reports about the top sections of structures that may remain in place in order to assess the need for adjustment, reconstruction, or replacement. The Village will be invited to attend this field inventory. Civiltech n l l , Inc. www.civiltechinc.com I. Geotechnical Studies — Geotechnical reports were prepared during the Phase I study by Soil and Material Consultants. The reports included soil borings for the roadway with pavement cores from Deerfield Parkway to Aptakisic Road. Midland Standard Engineering and Testing will obtain pavement cores and soil borings to collect the necessary information to assess the sub -grade soil conditions from Aptakisic Road to Prairie Road and verification pavement cores between Deerfield Parkway and Aptakisic Road. We will coordinate the locations of the borings with the Village and Midland. Midland will also review and analyze the original Soil and Material Consultants report and provide, if necessary, supporting design recommendations for the sections of Brandywyn Lane that have an existing pozzolanic aggregate mixture (PAM) base. For other areas that don't have issues with the base, Midland will review and provide supporting design recommendations for grinding and resurfacing to rehabilitate the pavement. Midland will also identify subgrade soil treatment areas, provide soil strength criteria for pavement designs, and provide general earthwork recommendations. We have included manhours for coordination between Civiltech and Midland to discuss the findings of the report, if required. A copy of Midland's proposal is included in Attachment C. J. Verify ESR Limits and Update Environmental Sign -Offs — We will obtain a copy of the original ESR submittal from the Village and confirm that the entire project area has been included. If the detailed design requires any work outside the original limits, we will submit an ESR Addendum to IDOT. If the clearances in the draft PDR will expire prior to construction we will coordinate with IDOT to obtain updated clearances. We anticipate the Biological Clearance will need to be updated a maximum of 2 times.The original biological clearance was received as completed in March 2018 and is valid for 2 years. We anticipate the Wetland Report will need to be updated 1 time.The original Wetland report was completed in September 2016 and is valid for 5 years. This work will be performed by Huff & Huff, Inc. A copy of their proposal is included in Attachment B. We have included manhours for coordination between Civiltech and Huff & Huff. K. Special Waste and CCDD Testing — A Preliminary Environmental Site Assessment was performed during the Phase I study by Huff& Huff, Inc. There is no evidence of potentially impacted properties (PIPS) in connection to the project corridor, therefore a Preliminary Site Investigation was not recommended. If necessary, any updates and the required CCDD documentation will be performed by Huff & Huff, Inc.The original PESA report was completed in November 2016 and is valid for 3 years. We anticipate the PESA report requiring an update of a maximum of 2 times depending on the letting date for the 3rd construction contract which may be in 2022. Their work will include collection of soil samples for assessment of appropriate disposal practices including classification as CCDD for the project corridor. Specifically, since PIPS/RECs were not identified, the LPC-662 form approach is anticipated to include soil testing for pH only. A copy of their proposal is included in Attachment B. We have included manhours for coordination between Civiltech and Huff & Huff. 2. 2020/2021/2022 Brandywyn Construction Contracts Preliminary (65%) Engineering A. Plan Base Sheet Preparation - We will plot existing topographic survey information and develop plan base sheets at a scale of 1"= 20' and 1 "=50' for use in the development of contract plans. Any updated existing utility information that has been obtained during the data collection phase and survey phase will also be plotted on the base sheets. All drawings will be in Microstation format following IDOT nomenclature. B. Pavement Design -We will complete pavement designs for the reconstruction of Brandywyn Lane and intersecting roadways. The designs will be in accordance with the geotechnical report performed during Phase I, the additional report prepared during the Early Coordination phase, Village Requirements, and the IDOT BLRS Manual. C. Drainage Design —The Phase I study did not identify any known known drainage problem areas and there no anticipated improvements to the existing enclosed drainage system for conveyance or capacity. Improvements will be made to drainage structures if they are in poor condition. Floodway and floodplain follow Aptakisic Creek located just south of Aptakisic Road, within the project limits. There are no practical alternatives to construction in the floodplain or floodway, however, these maintenance activities are limited to only roadway resurfacing with no volume of fill or grading requirements (compensatory storage) for this work. The corridor improvements will require a permit application to the Lake County Stormwater Management Commission subject to the requirements of the Watershed Development Ordinance. We will confirm that only a Countywide Permit is required for this work within the public right-of-way as Permit Number One for roadway projects. Civiltech Engineering,Inc. www.civiltechinc.com D. Maintenance of Traffic Concept - We envision the construction staging and maintenance of traffic as a critical component to be addressed and resolved as part of the preliminary engineering. We will prepare a staging and maintenance of traffic concept memorandum for review and approval by the Village. Construction staging, maintenance of traffic concepts and detour routes will be agreed to prior to the pre -final plan development and includes work associated with maintaining detours for sidewalks, bike paths, and ERUV Boundaries affected by the improvements. E. Preliminary Plans (65%) -The Preliminary Plans will include all three construction contracts. We will prepare preliminary plans containing the following drawings: • Cover Sheet (1 sheet) • Index of Sheets and List of State and Local Standards (1 sheet) • General Notes and List of Commitments (2 sheets) • Existing Typical Sections (1 sheet) • Proposed Typical Section and Typical Section Details (2 sheets) • Alignment,Ties, and Benchmarks 1"=50'(4 sheets — dual pane) • Roadway Removal Plan 1 "=20'(22 Sheets) w/ utilities • Roadway Plan and Profile 1"=20'(22 sheets) w/ utilities • Intersection Details 1"=20'(15 sheets — dual pane) • Driveway Details 1 "=10' (29 sheets — quad pane) • Sidewalk ADA Ramp Details 1"=5'(24 sheets — quad pane) • Pavement Marking and Signing Plan 1 "=50' (4 sheets — dual pane) • Landscaping Plan 1 "=50'(4 sheets — dual pane) • Cross Sections - 50' interval, high and low points, beginning of project, end of project, and culverts; reconstruction section only; 1'=5' H:V (49 sheets) We estimate that the preliminary contract plans will contain a total of 180 sheets. The Preliminary Plan submittal will serve as a progress submittal for review by the Village in an effort to identify and address any significant design issues prior to completing pre -final plans. We will communicate with all agencies throughout the design process to resolve any current design issues. In an effort to alert the various utility companies of possible conflicts and to advise them of the overall project schedule, we will submit a utility plan set for their review. It is our intention that this submittal will allow the utility companies to review the plans to determine where additional information is needed concerning the location of their facilities. F. Preliminary Cost Estimate — We will prepare a preliminary cost estimate in order to assist the Village in determining the number of construction contracts that will be needed. We will work with the Village to evaluate the available federal and local funds and the construction schedule for use of those funds. G. Preliminary Design Review Meeting - We will coordinate meetings in order to discuss the status of the project and discuss the review of the preliminary plans. The meetings will be scheduled such that all parties will have had an opportunity to review the preliminary plans and provide comments. 3. 2020 Brandywyn Construction Contract Pre -Final (90%) Plans, Special Provisions and Estimates A. Pre -Final Plans - We will prepare pre -final contract plans based on comments received on the preliminary plans and in accordance with the approved Phase I report, the applicable sections of the BLRS manual, applicable IDOT Standards and in accordance with current Village standards and practices. We anticipate that the contract plans will contain the following drawings: • Cover Sheet (1 sheet) • Index of Sheets and List of State and Local Standards (1 sheet) • General Notes and List of Commitments (2 sheets) • Summary of Quantities (5 sheets) • Schedule of Quantities (8 sheets) • Existing Typical Sections (1 sheet) • Proposed Typical Section and Typical Section Details (2 sheets) Civiltech Engineering, Inc. www.civiltechinc.com • Alignment, Ties, and Benchmarks 1"=50'(2 sheets — dual pane) • Roadway Removal Plan 1 "=20' (8 Sheets) w/ utilities • Roadway Plan and Profile 1 "=20' (8 sheets) w/ utilities • Stages of Construction — Sequences and Typical Sections (2 sheets) • Stages of Construction — 2 stages 1 "=50' (4 sheets — dual pane) • Detour Plan (2 sheets) • Erosion Control Plan — 2 stages 1 "=50' (4 sheets — dual pane) • Intersection Details 1 "=20' (4 sheets — dual pane) • Driveway Details 1 "=10' (8 sheets — quad pane) • Sidewalk ADA Ramp Details 1"=5'(7 sheets — quad pane) • Pavement Marking and Signing Plan 1 "=50'(2 sheets — dual pane) • Landscaping Plan 1"=50'(2 sheets — dual pane) • Cross Sections - 50' interval, high and low points, beginning of project, end of project, and culverts; reconstruction section only; 1'=S' H:V (13 sheets) • IDOT Design Standards (D1, BDE,TC) (6 sheets) • Village Design Standards (4 sheets) We estimate that the contract plans will contain a total of 96 sheets. The pre -final contract documents to be submitted to LCDOT, IDOT, and the Village of Buffalo Grove. We will also submit the contract plans to.the various utility companies. This submittal will sufficiently define the conflicts so that the utility companies can, at a minimum, perform the necessary engineering for any required utility relocations. This allows relocations to be performed in advance of the actual construction. Civiltech will perform the necessary coordination with the utility companies and follow up as needed on each of our submittals. This will attempt to ensure that no utility company is ignoring the project. Depending on the complexity of the utility involvement it may be necessary to conduct periodic coordination meetings. B. Pre -Final Special Provisions - We will prepare special provisions that supplement or amend the special provisions contained in the latest edition of the Standard Specifications for Road and Bridge Construction adopted by the Illinois Department of Transportation and the latest edition of the Standard Specifications for Sewer and Water Main Construction in Illinois. Applicable County special provisions will be utilized to supplement the Standard Specifications. In addition, we will include the latest IDOT Recurring Special Provisions Check Sheet.The most recent set of IDOT's Bureau of Design and Environment Special Provisions and District 1 Special Provisions will be reviewed and included in the special provisions where applicable. C. Pre -Final Quantity Calculations - We will perform detailed quantity calculations at the pre -final stage of the plan development. Two sets of calculations will be performed by separate engineers in order to ensure the accuracy of the calculations. D. Pre -Final Estimate of Cost and Construction Time - We will use the quantities of work in order to calculate an Engineer's Estimate of Cost and Time. Estimates will be based on recent bid tab information for projects of similar scope and magnitude. E. Pre -Final QA/QC Review - Prior to submission of the pre -final plans for review, we will perform an internal Quality Assurance / Quality Control review of the work completed. The review will be performed by a professional engineer independent of the design team. The review will consider constructability issues as well as identification of missing pay items, quantities of work, and special provisions required. The design team will also perform a "plan -in -hand" field check to confirm the existing conditions and design. F. Pre -Final Project Review Meetings - Project review meetings will be held to address design issues and plan comments generated from the pre -final contract document review. We anticipate two meetings will be required. 4. 2020 Brandywyn Construction Contract Final (100%) Plans, Special Provisions and Estimates A. Final Plans - After completion of all agency reviews and resolution of any other agency or utility company concerns, the contract plans will be finalized. In order to assist the Resident Engineer (RE) we will furnish the County, as part of our deliverables, detailed information including all design, quantity calculation, and Microstation files. We will also prepare a technical memorandum to the RE highlighting any key issues, commitments, or special concerns that arose during the design stage of the project. We will also submit the contract plans to IDOT, LCDOT, the Village of Buffalo Grove, and the various utility companies. Civiltech Engineering, Inc. vwvw.civiltechinc.com B. Final Special Provisions - All comments received pertaining to the pre -final special provisions and bid documents will be addressed and a disposition will be included in the final bid documents. The status and schedule of all utility relocations, as of the date of the final plans, will be included in the bid documents. C. Final Quantity Calculations -The quantities will be updated based on changes made to the plans after the pre -final stage. D. Final Estimate of Cost and Construction Time -The estimates will be updated based on the revised quantities. Cost breakdowns for different funding sources will be provided to the County to assist in the completion of anyjoint agreements for construction. E. Final QA/QC Review - Prior to the final submittal, a second QA/QC review of the plans and special provisions will be performed. 5. 2021 Brandywyn Construction Contract Pre -Final (90%) Plans, Special Provisions and Estimates A. Pre -Final Plans -We will prepare pre -final contract plans based on comments received on the preliminary plans and in accordance with the approved Phase I report, the applicable sections of the BLRS manual, applicable IDOT Standards and in accordance with current Village standards and practices. We anticipate that the contract plans will contain the following drawings: • Cover Sheet (1 sheet) • Index of Sheets and List of State and Local Standards (1 sheet) • General Notes and List of Commitments (2 sheets) • Summary of Quantities (5 sheets) • Schedule of Quantities (8 sheets) • Existing Typica I Sections (1 sheet) • Proposed Typical Section and Typical Section Details (2 sheets) • Alignment, Ties, and Benchmarks 1"=50'(3 sheets— dual pane) • Roadway Removal Plan 1 "=20' (13 Sheets) w/ utilities • Roadway Plan and Profile 1 "=20' (13 sheets) w/ utilities • Stages of Construction — Sequences and Typical Sections (2 sheets) • Stages of Construction — 2 stages 1 "=50' (6 sheets — dual pane) • Erosion Control Plan — 2 stages 1 "=50' (6 sheets — dual pane) • Intersection Details 1 "=20'(1 0 sheets — dual pane) • Driveway Details 1 "=10' (10 sheets — quad pane) • Sidewalk ADARamp Details 1"=5'(14sheets — quad pane) • Pavement Marking and Signing Plan 1 "=50' (3 sheets — dual pane) • Landscaping Plan 1"=50'(3 sheets — dual pane) • Cross Sections - 50' interval, high and low points, beginning of project, end of project, and culverts; reconstruction section only; 1'=5' H:V (26 sheets) • IDOT Design Standards (D1, BDE,TC) (6 sheets) • Village Design Standards (4 sheets) We estimate that the contract plans will contain a total of 139 sheets. The pre -final contract documents to be submitted to LCDOT, IDOT, and the Village of Buffalo Grove. We will also submit the contract plans to the various utility companies.This submittal will sufficiently define the conflicts so that the utility companies can, at a minimum, perform the necessary engineering for any required utility relocations. This allows relocations to be performed in advance of the actual construction. Civiltech will perform the necessary coordination with the utility companies and follow up as needed on each of our submittals. This will attempt to ensure that no utility company is ignoring the project. Depending on the complexity of the utility involvement it may be necessary to conduct periodic coordination meetings. B. Pre -Final Special Provisions - We will prepare special provisions that supplement or amend the special provisions contained in the latest edition of the Standard Specifications for Road and Bridge Construction adopted by the Illinois Department of Transportation and the latest edition of the Standard Specifications for Sewer and Water Main Construction in Illinois. Applicable County special provisions will be utilized to supplement the Standard Specifications. In addition, we will include the latest IDOT Recurring Special Provisions Check Sheet. The most recent set of IDOT's Bureau of Design and Environment Special Provisions and District 1 Special Provisions will be reviewed and included in the special provisions where applicable. Civiltech Engineering, Inc. - www.civiltechinc.com C. Pre -Final Quantity Calculations - We will perform detailed quantity calculations at the pre -final stage of the plan development. Two sets of calculations will be performed by separate engineers in order to ensure the accuracy of the calculations. D. Pre -Final Estimate of Cost and Construction Time - We will use the quantities of work in order to calculate an Engineer's Estimate of Cost and Time. Estimates will be based on recent bid tab information for projects of similar scope and magnitude. E. Pre -Final QA/QC Review - Prior to submission of the pre -final plans for review, we will perform an internal Quality Assurance / Quality Control review of the work completed. The review will be performed by a professional engineer independent of the design team. The review will consider constructability issues as well as identification of missing pay items, quantities of work, and special provisions required. The design team will also perform a "plan -in -hand" field check to confirm the existing conditions and design. F. Pre -Final Project Review Meetings - Project review meetings will be held to address design issues and plan comments generated from the pre -final contract document review. We anticipate two meetings will be required. 6. 2021 Brandywyn Construction Contract Final (100%) Plans, Special Provisions and Estimates A. Final Plans - After completion of all agency reviews and resolution of any other agency or utility company concerns, the contract plans will be finalized. In order to assist the Resident Engineer (RE) we will furnish the County, as part of our deliverables, detailed information including all design, quantity calculation, and Microstation files. We will also prepare a technical memorandum to the RE highlighting any key issues, commitments, or special concerns that arose during the design stage of the project. We will also submit the contract plans to IDOT, LCDOT, the Village of Buffalo Grove, and the various utility companies. B. Final Special Provisions - All comments received pertaining to the pre -final special provisions and bid documents will be addressed and a disposition will be included in the final bid documents.The status and schedule of all utility relocations, as of the date of the final plans, will be included in the bid documents. C. Final Quantity Calculations -The quantities will be updated based on changes made to the plans after the pre -final stage. D. Final Estimate of Cost and Construction Time -The estimates will be updated based on the revised quantities. Cost breakdowns for different funding sources will be provided to the County to assist in the completion of anyjoint agreements for construction. E. Final QA/QC Review - Prior to the final submittal, a second QA/QC review of the plans and special provisions will be performed. 7. 2022 Brandywyn Construction Contract Pre -Final (90%) Plans, Special Provisions and Estimates A. Pre -Final Plans -We will prepare pre -final contract plans based on comments received on the preliminary plans and in accordance with the approved Phase I report, the applicable sections of the BLRS manual, applicable IDOT Standards and in accordance with current Village standards and practices. We anticipate that the contract plans will contain the following drawings: • Cover Sheet 0 sheet) • Index of Sheets and List of State and Local Standards 0 sheet) • General Notes and List of Commitments (2 sheets) • Summary of Quantities (5 sheets) • Schedule of Quantities (8 sheets) • Existing Typical Sections (1 sheet) • Proposed Typical Section and Typical Section Details (2 sheets) • Alignment,Ties, and Benchmarks 1 "=50' (1 sheet - dual pane) • Roadway Removal Plan 1"=20'(5 Sheets) w/ utilities • Roadway Plan and Profile 1 "=20'(5 sheets) w/ utilities • Stages of Construction - Sequences and Typical Sections (2 sheets) • Stages of Construction - 2 stages 1 "=50' (2 sheets - dual pane) Civiltech Engineering,Ina www.civiltechinc.com • Erosion Control Plan — 2 stages 1 "=50' (2 sheets —dual pane) • Intersection Details 1"=20'(2sheets —du al pane) • Driveway Details 1 "=10' (11 sheets —quad pane) • Sidewalk ADA Ramp Details 1 "=5' (4 sheets — quad pane) • Pavement Marking and Signing Plan 1"=50'(1 sheet — dual pane) • Landscaping Plan 1"=50'(1 sheet —dual pane) • Cross Sections - 50' interval, high and low points, beginning of project, end of project, and culverts; reconstruction section only; 1'=5' H:V (12 sheets) • IDOT Design Standards (D1, BDE,TC) (6 sheets) • Village Design Standards (4 sheets) We estimate that the contract plans will contain a total of 78 sheets. The pre -final contract documents to be submitted to LCDOT, IDOT, and the Village of Buffalo Grove. We will also submit the contract plans to the various utility companies. This submittal will sufficiently define the conflicts so that the utility companies can, at a minimum, perform the necessary engineering for any required utility relocations. This allows relocations to be performed in advance of the actual construction. Civiltech will perform the necessary coordination with the utility companies and follow up as needed on each of our submittals. This will attempt to ensure that no utility company is ignoring the project. Depending on the complexity of the utility involvement it may be necessary to conduct periodic coordination meetings. B. Pre -Final Special Provisions - We will prepare special provisions that supplement or amend the special provisions contained in the latest edition of the Standard Specifications for Road and Bridge Construction adopted by the Illinois Department of Transportation and the latest edition of the Standard Specifications for Sewer and Water Main Construction in Illinois. Applicable County special provisions will be utilized to supplement the Standard Specifications. In addition, we will include the latest IDOT Recurring Special Provisions Check Sheet. The most recent set of IDOT's Bureau of Design and Environment Special Provisions and District 1 Special Provisions will be reviewed and included in the special provisions where applicable. C. Pre -Final Quantity Calculations - We will perform detailed quantity calculations at the pre -final stage of the plan development. Two sets of calculations will be performed by separate engineers in order to ensure the accuracy of the calculations. D. Pre -Final Estimate of Cost and Construction Time -We will use the quantities of work in order to calculate an Engineer's Estimate of Cost and Time. Estimates will be based on recent bid tab information for projects of similar scope and magnitude. E. Pre -Final QA/QC Review - Prior to submission of the pre -final plans for review, we will perform an internal Quality Assurance / Quality Control review of the work completed. The review will be performed by a professional engineer independent of the design team. The review will consider constructability issues as well as identification of missing pay items, quantities of work, and special provisions required. The design team will also perform a "plan -in -hand" field check to confirm the existing conditions and design. F. Pre -Final Project Review Meetings - Project review meetings will be held to address design issues and plan comments generated from the pre -final contract document review. We anticipate two meetings will be required. 8. 2022 Brandywyn Construction Contract Final (100%) Plans, Special Provisions and Estimates A. Final Plans - After completion of all agency reviews and resolution of any other agency or utility company concerns, the contract plans will be finalized. In order to assist the Resident Engineer (RE) we will furnish the County, as part of our deliverables, detailed information including all design, quantity calculation, and Microstation files. We will also prepare a technical memorandum to the RE highlighting any key issues, commitments, or special concerns that arose during the design stage of the project. We will also submit the contract plans to IDOT, LCDOT, the Village of Buffalo Grove, and the various utility companies. B. Final Special Provisions - All comments received pertaining to the pre -final special provisions and bid documents will be addressed and a disposition will be included in the final bid documents. The status and schedule of all utility relocations, as of the date of the final plans, will be included in the bid documents. Civiltech i I Inc. www.civiltechinc.com C. Final Quantity Calculations -The quantities will be updated based on changes made to the plans after the pre -final stage. D. Final Estimate of Cost and Construction Time -The estimates will be updated based on the revised quantities. Cost breakdowns for different funding sources will be provided to the County to assist in the completion of any joint agreements for construction. E. Final QA/QC Review - Prior to the final submittal, a second QA/QC review of the plans and special provisions will be performed. 9. Project Administration, Coordination and Permits A. Project Administration -This item includes project setup, monthly invoicing, preparation of monthly status reports, and internal project team coordination meetings. B. Project Submittals - As noted above, we will make the necessary document submittals, and follow through with each agency in regards to their review comments or arrange a review meeting to discuss plan changes necessary to resolve conflicts if possible. As part of the final deliverables to Buffalo Grove, we will prepare a document that contains a directory of contents and a brief explanation (as warranted) of all files delivered. The final deliverable will include PDF's and Microstation (*.dgn) drawings. C. Detour Coordination — Manhours are also included for preparing exhibits and meeting with LCDOT one time as the 2021 contract will likely use the County's routes of Aptakisic Road, Buffalo Grove Road, and Deerfield Road, as is shown in the PDR. Civiltech will assist the Village with additional coordination the may be needed with schools, the post office, Pace, the police department, and the fire department. Coordination with these stakeholders is a commitment noted in the PDR. D. Utility Company Coordination - As noted above, we will analyze the project for potential impacts to existing utilities. We will provide the utility companies with a list of areas of potential conflict so that additional information, such as horizontal locates or depth borings can be obtained where necessary to further define the extent of conflicts. We will first attempt to address utility conflicts through design modifications while considering the impact those changes will have on the overall improvement. We do not anticipate extension utility relocation work will be necessary to construct the proposed roadway improvements. Based on the amount and complexity of the required utility relocation, it may be necessary to have periodic coordination meetings with the utility companies. We have included hours to meet six times (two preliminary and once per contract) with the utility companies. In addition, we will review the permit submittals from the utility companies to ensure that all of the conflicts have been resolved and that the plans are compatible with the proposed construction. E. Lake County Stormwater Permitting and Documentation -This project will require a permit submittal to Lake County Stormwater Management Commission in compliance with the Countywide Stormwater and Floodplain Ordinance. We will prepare and submit the permit application along with the required back-up documentation. F. IEPA and NPDES Permitting and Documentation -The IEPA NOI and NPDES permit, along with a Stormwater Pollution Prevention Plan, will also be prepared for inclusion in the contract documents for final execution by the successful bidder. Separate permits will be required for each construction contract. All erosion control design will be in accordance with the latest IEPA, IDOT, and Village requirements. G. CCDD Testing —The construction of these improvements creates waste material that the Contractor will likely want to dispose of as Clean Construction and Demolition Debris through appropriate disposal practices for the project corridor. Samples will either be collected for pH only along project areas since PIPS/RECs were not identified through the Phase I PESA (LPC-662 Form to be provided). Huff & Huff will perform preliminary testing of material within the project limits for this purpose as a subconsultant to Civiltech and we included manhours for coordination between Civiltech and Huff& Huff to prepare the special provisions and forms to be included within the bid documents which follow the LCDOT guidelines for "pre -a pproved" disposal sites. H. Bidding Assistance - We will review any questions received from contractors during the bidding process and provide any necessary responses to clarify the documents. Manhours have been included to perform this work for all four construction contracts. Civiltech nine I I www.civiltechinc.com I. Pre -Construction Meeting Attendance - We will attend the pre -construction meeting at LCDOT to answer any questions regarding the design and contract documents. Manhours have been included to perform this work for all four construction contracts. 10. Construction Assistance A. Construction Shop Drawing Reviews - We will make the necessary construction shop drawing reviews to assist the Resident Engineer and Contractor in regard to review comments to ensure compliance with the contract documents and the design engineer's intent. B. Construction Review and Meeting Attendance -When a problem occurs it is the construction engineer who will utilize their critical thinking, listening, learning, problem solving, monitoring and decision making skills to create and enact a solution. Civiltech will be a resource to the construction engineer for them to seek further clarification to confirm the interpretation of a detail, specification or note on the construction drawings or to secure a documented directive or clarification that is needed to continue work. Manhours have been included to perform this work for all construction contracts. Civiltech has what we believe to be a unique breadth of expertise and staff capability that we can use to serve the Village in an exceptional manner. Jonathan R. Vana, P.E. will be the individual knowledgeable and responsible for all matters regarding this submittal (jvana@civiltechinc.com; 630-735-3382). We thank you for the opportunity to submit our proposal, and we look forward to working with the Village to make this project a tremendous success. Civiltech Engineering, Inc. (Consultant) Signature: ,2 L Name: Jonathan R. Vana, P.E. Title: President — Director of Design Services Date: April 3, 2018 Fed. Tax I.D. No.: 363606666 Attachment A Subconsullant Qualificahons Schedule u� N 01 Q7 ''., r m Q M N M O N m OI n m m N M N O M. Nr m m m O Q N.n m m m Q �(f 01 N T Q W r N r Q O In N Q N Q m Q N O> Q aD m N N n C] m M m N m M r m m a O m''...0 M r W N Q Q N r m m m U) n M W a N O M N M N f w w w w -- w w w w ''... w w w w '... w w w w w '., w w w m 6m OOM n Q fMmV M OnM m M fmr,: Q M Om MQ Q f�I W 6O� O cmU m N Qr m Q n O N N m Q Q N n N(rV M n O M q O m M WD O n r �nn NNM w O _ a` w ''... w w w -- w w w w -- w w w w U 0 p vt wrr .r 2 N G O Vl 2 O c U — w w I j w w w a q N d N u L ZO d n O1 N O N pp r N M N N M O� t N • Q m m W N m Qi V M n Q Q N u] m m Q O m N n Omi oND (mp i[ m O m N m a00 m (n'f m Oni r In m 16 01 Q r N r 0 0 M W'.Q 0 m Q M M m N r n M m N Q � O M M M O n Q M M m N N Q n m v......Q n m rn Mn Mtu� - - '', M V N Q G7 O r 0 0 0 O i-. G O n ifI N m O 1� C'I V tU O V O to Op O N ul o 1� n o O Q N 0 fY o 0 V (O r N M O N M W n u] n Q N M Q� N '. n Q Q u] N m M r M M Q ... m N Q m m m N N N O m N,,M a c U O M O M �(1 O n O n O o M M N O n o IfI n O M o M 1n n O o rll '.. n o M O M N O n O n O o M M h n O rlI o n O d O m m N n O W m N n O m m N n O t0 m N n O m m N n � 16 R IL C � O O L C O •17 N N V m m 'y E E Y E m m w 91 E w i7 c c c c C. O m , fl. a o a o t . `5 W p we.c$ o aN` c CC ao '2` 'wcC n w i N a w WC Uw n a w U Ua wCc .UC wtc w io f0 ', N � N 'e rn 0 c' c Y o a i d 2 U m U m U m 2 m C C C p .1 o U U U U6 U c c c C A c o_ o E o 3 U 2 ... 2 U 2 W m o o o o m U U� U N C c 1p C N O p N N l0 U in m W N N N N r N M Q N co s C6 N 1p A r Ql 00 N M O N N r N �O Of ro Q aD m N N N Q O �O M O N W OrD IQ v N CQO n '.., O W N Pi F w w w N w w w N N w w w ',. w w N w N w w w w w w w w w w w w N N fn0 OMD No MQ nn O Io N tn 6 6 M N �Qo Nm oM 0Mo t0 N O 17 � N O O a` w Pt w w w w w w w w w w w w w N w N w N w w w w w w u0 N w w w ''..".. w w N tN� Aif 0 N 7 O » = O C U L N � N N N N dD r N N m f0 O • O1 tD f� ap �p �O u'i 0 w ' 0 O tp Oi m yy r m O L6 161.6 Q ti 1.: M [V m Q 6 O f7 l6 Ci O Q M IQ tO r Q O O '... Q M Q M N N r r M O M m O M n d a O w w N '... w N N w w w N w N w N N N w w N O O r oO ` oO rPO oO o0 oO rnQ oO a O V V f0 O Q aU [O m 6 m O M M ? M ''., wM O w OI p �. f0 0 O O Q M O 1p M a0 N - N M M N N r N N N a� o O M N O ul O M O �O O M O ul r O M O M UI O r O rl O O M M v! O r O ) r A � a ` N 17 A O I L C •V I � N +� U w a c m w - � a £ W 0 C C O C C O O C C O C C O C C a .2p c O m Bi c C Q m '� .c m m .o .Y% c c O a .� m o .� Q .c m c c Q m c l c Q m h a w.w.in U a w w (n` y a S w W, w h h a w w v`i h a w w in U can m � U) m - c' m a � m 0 o o A a o w �€ N W m Y LL a �' a a 3 c < o m o o - c C c m c o c 0 n d a V V O 0 £ 2 2 2 m W c c W U m U U N c c c C C C V O m N A Q U m` m` 2 N N N O O O 00 ti elZAel 0010000 N N N C3 ' 1p lD O N N O I'l V1 VI llli tiN N. M to t1100 I� 9 a 00 00 00 N 0,04 a a 00 m .M-' e4 0 ,4 ei C C 00 f0 i � ' U O 00 V V M L - 7 al C N' R -ItI D' 00 i ID V� M� 4 LM o E _ 1 C I r OJ CLn u LC m NN M"•--I MIN n � � O MOJ 1 10 C '0 C N 0) m 1 0 1 � � 1 E i m'i f i J O I uu ]C ' Y c O` O E U c c m cc)01 C _ E Oi�i 1 a1�0 C c " Yl IEpvfv o+ 07 o o' m m U Oto C c� C3 w: m� H 'O . O. a :wiE> o Ln c 0 0 3 �' u°�> 2 m u 4 1 G4 UI-Y O N O U 'gip A YiY �:.D 7 C N. Y m Cry � of 0 - 01 E Y CJ 111, � U L m c a c,cr vi w3 a u 4a A >.m0 41+? E ov?I0-c: - i 5T O s a o a a m a N, of E s c �a to m 00 0l0 1 0 Lo,i m , lD f-1 .-+ W O lD m 00 0 0 '~ ' N 00 lD N Ol Lq lD m ''. O c-1 '-1 '-1 c-1 N I, N 0 V Ol V N� W O, O �14 DO . 00 01 orr cn .-1 00 of .-1 M O N 00 M t\ O loo M .-1 Lo Vf ei 14 - ei N N 00 N N N 14 a m N N� N CD N f N lD CO lD N V lD lD O ( a rn l� ID O N Q. N V 00 00 N N V m a lD O N 00 O M 00 M N d '-1 M lD 111 N V N a-1 I, M ', a � � 1 ID m O ID N N V N V N W '7 00 M O lD O N j^ N m N J V M 1D Ln '-1 '-1 N 'i '-1 rl 00 N a-1 N N} e-1 M 00 N p i N N to 1 , 1 1 � fA m w+ I WLn ! 44 ro N1 N d � Wi, j SDI I - mi ai i mar cl, 3 3 0 M v c� a+ my O, O j N •- a V v 7 vi O.O v ar 1n -' a1 a 0"'' V1 N Ol N J V C 11 N • C _ U N �L N m Y a- v a M � � 0/ E � m I_i� ` O 1 O! � 1j c m1 E r a 10 0 L u Q' u m m a y a c C u ] 10 p c c :-i W D m v1 c o w - u j V' '-' �; v CO '� m' m o �.C' c Ln) m 'O . i y w via a 11 ;i j a f0 l v1' m d N'lD�v1 M. AQQYm oQlp `nmmaO0-�)1 0o ~ nZ"O y m N L0�u O tiUQO01 mT U1m�c` m x`N ��v3E > (N�ocLvo i•.... v y o o c c om ,u° 5 l7 w a i Wo �' 0 �, a u m N ales O a n a d C6 0 o Lo LL N 00 LM Im m VA 0 C m Po—z" t 0 E CB z Q Lq 00 oo:-*I"�- r4, Ll� �or, cn . . . .. . D� o� c? r�: ci 0 C) 0 r-4 a, Ln, r4 Cn en 0) "'r4, -T -4r Ln Cn Ili c 1 14 M CL IA C W CL c 0, 1 t az C, V. s 12 C i Qj O N {—j r C, v. 0 I -�� —13 F>i o CLI at E c. 1 0 b I —, ( %', � -., C) I c E 00 �o .0 Ln -11 C M w E�% 'a co M tn a: o El jw-- i -o N, 9tip E- f 0 w 'I ,4 c, CC w "1' u 'o �t , '.P , "Op 0,- t; -01 C, Av rm- -0 -L-0 � 6 >,— (W" II C) -0 2 z -1 -z7 -5 ! -i!5' --o .2 U -. a: L 1 0, o -0 c I S 1, 0 0 wl r- Zn m m. c V X C. -,r- E M m m S- >0 :E, w m E � 11 1 U, > M — 0 'u W� M w cc M o Ul 0 1 W Cy m E c P -0,—. o 0, D —m < �l w cc w % u EL -�j cc -�u u C. -0 -0 0 .2,0 `�, C to E Cf! w U 4d T. M E M E =�5 � IC w rL 6 =3 0 M! E u W cr M 0 c too w E o Lp m m M I w 0 — 4� 1 1.0 — -Fa -i6 -F� 76 - ' cu lu > ol o o -x wo cor VI N M C, Lt C in L 3 6 I i< m Li -, " - " C*- - N N Ln u c 0 VI U, > 2 u >w w w M u E CF CL E a Q Ed Li ci uj Rr 00 r 9 4 Ile �R���e ������io II] 1, n .--I n Ol Ol Ol t, N tD 00 O in V - Ol O N n Ol N ry n ~ Ol j C O O O N m 0. 6 O V N m lD V .4 00 O m 0 0 V V V y { i I yV!� M N,N N.�NN`NN m m OI N � a 0 1D 00:a�lflI i �J' v to ., v N m m D lD mN'-1 IAicNtD m m F I ri 'i ri r-I N N rl ri a lD N T 00 W tD N m rl N un N- � m w m .N-1 N It I � I i Z3. N ' L, 't N,ID 1 I V se.f A III � I i D. j N d W. Q. v a a} a wl w o: � !2 Y ai cr m 1 c aj p n~�i �� A a 4 m cl �j i aYpi n Rj N!�y' c y m al O a p_ 0) E F- ,_, mF- d O c Jv, LC,,,' ar; c b �� ° 3 1 0, v a m m n I -;m R n �oaa , n, I c u :-r m a" n j a R N oIL'L N c' E{o ii Q �v m o� r;:- E m N o nc C 1 Vi N N� V RiL� II a-1 d '� R O` - Cw Or ~ a N � {Oaci Nj p U m R O, ° O CR 11 I=J'O R,. p N k�a - i•- y,a a a1- c�N n a > f0.� 7:. 7 O R R R O m �E c >,nN bo 41 �z O??'o'>�E�auu o oa¢�{S °ioc_o� �;� E0,w W N'. O O N Gul W O w O O �'p n X E' of m o E,v, v o °N' 3' 3 El o� Cf a !0 Cl y N m d C a a m} N H 1 R r f0 R R f0 a, y> U X O o0 0. O R. R O O! >r� N'. O:0 R"C Cf C LL n`.Q�'in;�n w in d1J u > 1-4 N m ti O wLn 1 � I Y � m N N N N V m f { rv' ' N Ln LL C - c 0 °u 2 O ru u 4A C!a ;, m o C _ u m, u d � ate. O1 K w R a u c cc u E U( d lc V Mu ci O C I C LL C_ C N LL 00 Ln 4- 0 cm m M 0 .0 c m 0 9 � g g -.R x. g g r, g m 10 [" a) -cT 0 14 Iq C� a� �t C:) n Lri 0 C:, cq 0, c) (D o rf oo m oo Ln rn "'ko m o Ln ui %D N ui ui Lr; A o m �4 ch cn en oo o 't m CC CO Q N, r4 m m al lo -4 t-4 4 1 Ln rn rin N cn LD to rl ''H N �q .4 �4 r4 Ln rn oo A 14 w T 'D 00 m C,lp T "�W C4 %o ID 00 M�OD "�%D 00 oo w w a co 14 LU CLP E bo �j r4 oo lD t m *j� H 00 00 00 N co 't M r4 r uj I m m tn m r4 W M 1A N co lu -C, o Q. CML w CL 'a -F. C'L 01- Io' -DO F, -4-F Ch C "I COL I m w lu W CL A M. -,N o E F- �; o 41 s Ln 4u 4�5 cD d) c -il c c � -C 11 i a), Ln -, ;- �2 w E ZD CC W a) a, U if cmo Co o u 1 1 c C4 o c o'01 1 r4 w u n mll D -T -o o o Z (U cl m 1 E bo ;-4In -o c u u j, -m � >o cc o o Cf cr -a of �� L, , o F � < m :0 u 4) > -- -76 o' o c c 4) 0 bo ol c tlo� mju mr000 u u o cl E Cf I 2 - u lyvs In z e- — u 'i,- �p > c du. cu F- -a c >. o m m 75� o cr — -c, �j E wo a t2 1 3: E tlo > w - E to ED o� B 2 > c o 0 r4, cU. 2,2 m m s s o o u -S 0 of co a: 6 ci --7 ...... . ... .. . ..... . c uj LL . . . co u i:) w m C, o oo cn oo.N LD m[c 0 0 r4 rq IN m w oo m 00ry t, m -1 r4"I , c c oa DD IF 11 w s *oo: oo oo - oo oa IF , > w 'cr eq c) m m 'kD m NiM m E tw c 100 Lu do N pa al C rq'r4 00 �t 00 ID, -It In M, ID r- e4 "o C', c Wl E� c: D .2 Cl jou f c E C bo 0' to o E' caf I - 2 '-. u 4- 0 - c , �>, -o r- S Z 4 2 - 0' ba, R Zu cL >� ` Ln E E -r z - 2 u m m cn do uo cc o —:t w <, cl o V o .-:CLD, CL 1. aka o 2 L'U uu N E co iu�o h. (n .0 c m 2 Ln rn rq co cq f Mn 14 C4 co 14 Do IF, m "1 1 1 a 0 o 0 Biraindywyn Lane Ilrnprevelmeints Deerfield Parkway to Prairie Read Village of Buffalo Grove I April 3, 2018 Direct Costs (Page 1 of 2) Item Task In -House Sub -Consultant No. Direct Cost Cost 1 Early Coordination and Data Collection Sub -Consultant: Jorgensen and Associates (Topographic Survey) $6,236.76 Sub -Consultant: Midland Standard Engineering and Testing (Geotechnical Studies) $18,110.00 Sub -Consultant: Huff & Huff (Wetlands, Special Waste and CCDD Testing) $13,887.79 Mileage: 6 trips @ 50 mi./round trip @ $0.545/mi. $163.50 Item i Subtotal $163.50 $38,234.55 2 2020/2021/2022 Brandywyn Construction Contracts Preliminary (65%) Engineering Printing: 207 (11"x17") pages @ $0.16/ea. @ 12 sets $397.44 Shipping: 12 packages @ $12.00/ea. $144.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 2 Subtotal $595.94 $0.00 ywy () ,Special Provisions and Estimates 3 2020 Brand n Construction Contract Pre -Final 90% Plans µ Printing: 200 (8"xll") pages @ $0.10/ea. @ 12 sets $240.00 Printing: 106 (11"x17") pages @ $0.16/ea. @ 12 sets $203.52 Shipping: 12 packages @ $12.00/ea. $144.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 3 Subtotal $642.02 $0.00 4 2020 Brandywyn Construction Contract Final (100%) Plans, Special Provisions and Estimates Printing: 200 (8"xll") pages @ $0.10/ea. @ 2 sets Printing: 106 (11"x17") pages @ $0.16/ea. @ 12 sets Shipping: 2 packages @ $12.00/ea. Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $40.00 $203.52 $24.00 $54.50 Item 4 Subtotal $322.02 $0.00 5 2021 Brandywyn (90% Construction Contract Pre -Final J Plans Special Provisions and Estimates Printing: 200 (8"xll") pages @ $0.10/ea. @ 2 sets $40.00 Printing: 151 (11"x17") pages @ $0.16/ea. @ 12 sets $289.92 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 4 Subtotal $408.42 $0.00 IRrandywyn ILane Improvements ®IDeerfield Parkway to Prairie Road Village of Buffalo Grove I April 3, 2018 Direct Costs (Page 2 of 2) Item Task In -House Sub -Consultant No. Direct Cost Cost 6 2021 Brandywyn Construction Contract Final (100%) Plans, Special Provisions and Estimates Printing: 200 (8"xll") pages @ $0.10/ea. @ 2 sets $40.00 Printing: 151(11"x17") pages @ $0.16/ea. @ 12 sets $289.92 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 4 Subtotal $408.42 $0.00 7 2022 Brand Construction Contract Pre -Final 90% Plans, Special Provisions an t y+�wryrrr ( ) p ons and Estimates Printing: 200 (8"xil") pages @ $0.10/ea. @ 2 sets $40.00 Printing: 91 (11"x17") pages @ $0.16/ea. @ 12 sets $174.72 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 4 Subtotal $293.22 $0.00 8 2022 Brandywyn Construction Contract Final (100% Plans, Special Provisions and Estimates Printing: 200 (8"xll") pages @ $0.10/ea. @ 2 sets $40.00 Printing: 91 (11"x17") pages @ $0.16/ea. @ 12 sets $174.72 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 4 Subtotal $293.22 $0.00 9 Project Administration, Coordination and Permits Printing: 200 (8"xll") pages @ $0.10/ea. @ 2 sets $40.00 Printing: 94 (11"x17") pages @ $0.16/ea. @ 12 sets $180.48 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 3 trips @ 30 mi./round trip @ $0.545/mi. $49.05 SMC Countywide Permit #1 Fee $440.00 Item 5 Subtotal $733.53 $0.00 .. q. w.. N 10 Construction Assistance Mileage: 3 trips @ 50 mi./round trip @ $0.545/mi. $81.75 Item 6 Subtotal $81.75 $0.00 Total In -House Direct Costs: $3,942.04 - Total Subconsultant Costs: - $38,234.55 TOTAL IN-HOUSE DIRECT & SUBCONSULTANT COSTS: $42,176.59 Attachment B Cost Calculations Schedule Midland ©»:§< Standard .� 2... ,p,y r.: rr<>z . . ,a§§>::«<� .«:: z:37 , «>m:rr»}a r ,:eeri: ° 7»<r� :<:«rr»« ,x vazrr� .� :, � «.\\� :r:«a«„ ::xd , ., ., ©tom :dz < % .� ± \� . ° \� � . \ §' . Tan2 i tg : www.mset.com MIDLAND STANDARD ENGINEERING & TESTING, INC. 558 Plate Drive, Unit 6 East Dundee, Illinois 60118 (847) 844-1895 f(847) 844-3875 March 29, 2018 Ms. Kristin R. Kalitowski, P.E. Civiltech Engineering, Inc. Two Pierce Place, Suite 1400 Itasca, Illinois Re: Proposal for Subsurface Exploration and Analysis Brandywyn Lane Section 16-00106-00-RS Deerfield Parkway to Prairie Lane Buffalo Grove, Illinois Dear Ms. Kalitowski: We are pleased to have the opportunity to submit the following proposal for the performance of a subsurface soil exploration and analysis for the referenced project. Proiect Description and Scope of Work The project consists of roadway improvements for the alignment include sections slated for reconstruction, sections for resurfacing, and sections that are yet to be explored with pavement cores and soil borings. Therefore, the proposed scope for this work includes: 1. Deerfield Road to Aptakisic Road — Three (3) pavement cores with shallow subgrade probes to verify findings by SMC and provide a review with respect to alternatives to reconstruction, such as Full Depth Reclamation (FDR). 2. Aptakisic Road to Prairie Road — A total of twenty (20) soil borings/Cores for IDOT Soil Survey with Soil Borings and Cores Spaced at 300-foot intervals. Method of Performance - Field Work The typical subgrade soil survey exploration will be accomplished by performing soil borings spaced at approximately 300-foot intervals, on alternating sides of the alignment. a) Soil survey borings will be extended to depths of ten (10) feet with split spoon sampling at 30-inch intervals or more frequently if required to sample all soil strata. b) Pavement cores will be made with an electric drill/core barrel setup along the existing alignment to determine the existing pavement section. c) Laboratory testing will include moisture content determinations, consistency (penetrometer value), determination on cohesive soil samples and classification tests as required to identify major subgrade soil types. Midland Standard Engineering & Testing, Inc. 3/29/18 The soil survey borings will be performed in compliance with the current State of Illinois, Geotechnical Manual' December 2015. In our proposal, we have assumed that the final locations and elevations will be determined by the design engineer or will be referenced to centerline stationing provided by the design engineer. Method of Performance - Analysis and Report The boring information will be used to develop soils profile drawings and boring logs as required which will be prepared showing the soil types and test data in accordance with applicable specifications. Pavement core information will be presented on core logs. We understand that reproducible copies of the plan and profile showing existing and proposed grade will be provided by Civiltech for our plotting of the soil profile. The results of this field exploration and laboratory testing would be used in an analysis and formulation of our recommendations. Major subject areas for our analysis, recommendations and report would include: 1. Identification of subgrade soil treatment areas. 2. General earthwork recommendations. 3. Description of the existing pavement section encountered in the cores. 4. Subgrade soil strength criteria for input to the pavement design being done by the Design Engineer. A written report summarizing and presenting the data and recommendations will be prepared by a Professional Engineer, licensed in the State of Illinois. Timing We will begin on work after notice to proceed and utility clearance. We plan on mobilizing and doing all the borings concurrently. Final reports and profiles will be coordinated with Civiltech as the base plan and profile drawings and other designs are completed. Fees We propose to provide this work at the unit rates quoted on the attached Schedule of Services and Fees, Attachment 1. These estimated quantities and unit rates are based on information as outlined in this proposal and experience on past projects. On the basis of the above information, we estimate that these services can be provided for a fee of $ 18,110.00. Closure Our staff is acquainted with the local subsurface conditions and has participated in the planning, development and execution of numerous highway soil explorations in this area. We appreciate the opportunity to provide our services and look forward to working with you on this project. If you have any questions concerning our proposed scope of work or fees, please contact us. Respectfully submitted, MID ND STANDARD ENGINEERING &TESTING, INC. William J. Wyzgala, P.E. Principal Engineer Enclosure: Attachment 1 MSET, INC. 3/29/18 ATTACHMENT 1 SCHEDULE OF SERVICES AND FEES Brandywyn Lane Section 16-00106-00-RS Deerfield Road to Prairie Road Buffalo Grove, Illinois Item Estimated Quantity Unit Cost Extension Field Services I Mobilization of Drill Rig, equipment, and personnel, lump sum 1 $400.00 $400.00 Roadway profile borings with Split Spoon Sampling, 11 200 $21.00 $4,200.00 i Pavement Core with Shallow Subgrade Soil Probe, ea: 23 $175.00 $4,025.00 Traffic Control, signs, barricades, Flagmen, etc./day 2 $660.00 _ $1,320.00 Field Services Total: $9,945.00 Laboratory Services Moisture Content Determinations, ea 104 $6.00 $624.00 Soil Classification, Grain Size by Hydrometer and Atterberg Limits,each 5 $179.00 $895.00 Laboratory Services Total: $1,519.00 Engineering Services for Roadway GeotechnicaI Report Including: Layout Coordination w/Design Engineer Utility Clearance and Permits Engineering Supervision of Soil Borings Preparation of Soil Profile Diawings Summary of Exisiting Pavement Materials Analysis and Recommendations for Subgrade Preparation, Report, Consultation Principal Engineer, per hr. 3 $150.00 $450.00 Project Engineer, per hr. 16 $135.00 $2,160.00 Staff Engineer, per hr. 20 $100.00 $2,000.00 Field Engineer, per hr. 20 $95.00 $1,900.00 Word Processing, per hour 2 $68.00 $136.00 Estimated Cost: $6,646.00 PROJECT TOTAL: $18,110.00 Midland Standard Engineering & Testing, Inc. CIVIL • GEOTECFINICAL • CONSTRUCTION MATERIALS ENGINEERING AND ASSOCIATED SERVICES Fees for our services will be based upon the time worked on the project at the following rates: Principal or Consulting Engineer .................. .a Project Engineer or Project Geologist.......... Senior Engineer, Senior Designer, o Or Senior Resident ......................... p Staff Engineer or a Senior Engineering Technician..... tw Secretarial Services ........................................ cn REIMBURSABLE EXPENSES The following items are reimbursable to the extent of actual expenses: 1. Transportation, lodging, and subsistence for out of town travel 2. Special mailing and shipping charges. 3. Special materials and equipment unique to the project. 4. Automobile travel to projects. TEST BORINGS AND FIELD INVESTIGATIONS On projects requiring test borings, test pits, or other explorations, we may obtain the service of reputable subcontractors to perform such work. SPECIAL RATES Per Diem or other special rates can be established for specific projects when conditions indicate the desirability of such rates. ACCESS TO SITES Unless otherwise agreed, the Client will furnish us with right -of -access to the site in order to conduct the planned exploration, We will take responsible precautions to minimize damage to the site due to our operations, but have not included in the fee the cost of restoration of any damage resulting from the operations. If the client desires, we will restore any damage to the site and add the cost of restoration to the fee. INCREASES Fee schedule increases made by our firm on an over-all client basis will be applied to work on all projects as they become effective. At least 30 days advance notice of such Increases will be given. FEE AND RATE SCHEDULE GENERAL CONDITIONS INVOICES Progress invoices will be submitted to the client monthly and a final bill will be submitted upon completion of the services. Invoices will show charges for different personnel and expense classifications. A more detailed separation of charges and backup data will be provided at client's request, but each invoice is due on presentation and is past due thirty (30) days from Invoice date. Client agrees to pay a finance charge of 11h% per month, or the maximum rate allowed by law, on past due accounts. The client's obligation to pay for the work contracted is In no way dependent upon the client's ability to obtain financing, zoning, approval of governmental or regulatory agents, or upon the client's successful completion of the project. WE RESERVE THE RIGHT TO SUSPEND OR TERMINATE. WORT{ UNDER OUR AGGREEMENT UPON FAILURE OFTE CLIENT TO PAY INVOICES AS DUE. INSURANCE We maintain Workman's Compensation Insurance and Employer's Liability Insurance In conformance with state law. In addition, we maintain Comprehensive General Liability Insurance and Automobile Liability Insurance with bodily injury (limit $1,000,000. each occurrence, $1,000,000. aggregate), and property damage (limit $1,000,000. each occurrence, $1,000,000. aggregate). Within the limits of said Insurance, we agree to hold the client harmless from and against loss, damage, injury or liability arising directly from the negligent acts or omissions of ourselves, our employees, agents, subcontractors and their employees and agents. If the client places greater responsibilities upon us or requires further insurance coverage, we, if specifically so directed, will take out additional insurance (if producible) to protect us, at the client's expense. But we shall not be responsible for property damage from any cause, including fire and explosion, beyond the amounts and coverage of our insurance. LIMITATION OF PROFESSIONAL LIABILITY The Client recognizes the inherent risks connected with construction. In performing our professional services, we will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of our profession practicing in the same or similar locality. No other warranty, express or implied, is made or intended by the proposal for consulting services or by furnishing oral or written reports of the findings made. It is agreed thatthe Client will limit any and all liability, claim for damages, cost of defense, or expenses to be levied against us on account of any design defect, error, omission, or professional negligence to a sum not exceed $50,000., or the amount of our fee, whichever is greater. Initial " MTIA/q, JORGENSEN & ASSOCIATES, INC. LAND SURVEYORS Est. 1990 January 19, 2018 Mr. Reid T. Magner, P.E. Civiltech Engineering, Inc. Two Pierce Place Suite 1400 Itasca, Illinois 60143 Re: Village of Buffalo Grove - Brandywyn Lane Survey Proposal Dear Mr. Magner: Enclosed, please find our proposal to prepare a supplemental topographic survey for the referenced project. Should you have any questions, comments or require any further information concerning our proposal, please feel free to call me at (847)356-3371. Respectfully submitted, Jorgensen & Associates, Inc. Christian H. Jorge n, P. . President CHJ/pt Enclosures E:\Civiltcch\Buffalo Grove\Brandywyn WSupplemental ToN\Lettu 120 PARK AVENUE, P.O. BOX 306 - LAKE VILLA, ILLINOIS 60046-9093 • (847) 356-3371 - FAX (847) 356-3488 Route: Brandywyn Lane Section: County: Lake Job No.: Exhibit "A" Droll Burden & Fringe Costs % of Direct Productive Payroll Federal Insurance Contributions Act 11.81 % State Unemployment Compensation 0.47% Federal Unemployment Compensation 0.11 % Workmen's Compensation Insurance Paid Holidays, Vacation, Sick Leave, Personal Leave Bonus Pension Group Insurance Total Payroll Burden & Fringe Costs EACivittech\Buffalo GroveTrandywyn Ln\Supplemental Topo\EXA 0.95% 9.83% 11.78% 0.98% 37.83% 73.76% Route: Brandywyn Lane Section: County: Lake Job No.: Exhibit "B" Overhead and Indirect Costs % of Direct Productive Payroll Business Insurance 4.72% Depreciation 11.00% Indirect wages and salaries ....... 42.74% Reproductive and printing costs 0.23% Office Supplies..____ 2.99% Computer Costs 2.19% Professional Fees 1.94% Telephone 1.89% Fees, license & dues 0.88% p Re a>rs and maintenance 1.77% Business space rent _..... 4.94% Facilities - capital 0.72% Travel - Meals 0.26% Survey Supplies 2.60% Automobile/travel expense 0.41 % Miscellaneous Expense 0.76% State Income Tax 1.67% Postage 0.20% Educational & Professional Registrations 0.23% Gain on Sale of Asset 1.33% Total Overhead 80.81 % EACiviltechTuffalo Grove\Brandywyn Ln\Supplemental Topo1EXB § co \ §) «x� §ILLL LLIZ LL LLIoIL e� w2o 0u � � zU O RU � - . F ■ wX ) $ 2 �\\ IL \ z 4 = a 0 ® °C� j \ U § w ' 'rww �-M w�W / . { ' \ § - 02 co § \& 2 ® ■ cli LU 2 kk zLU $§ LL IL 00 CL FIRM NAME PRIME/SUPPLEMENT PSB NO. PAYROLL RATES Jor ensen & Associates DATE Prime ESCALATION FACTOR 0.00% CLASSIFICATION CURRENT RATE CALCULATED RATE Principal/Officer $46.00 $46.00 Supervisor, P.L.S. $43.00 $43.00 Survey Party Chief, S.I.T. $27.50 $27.50 Instrument Operator $21.50 $21.50 Cadd Supervisor $31,50 $31.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 01/19/18 Bureau of Design and Printed 1/19/2018 PREPARED BY THE CONSULTANTEnvironment (Rev. 05/08/15) W W LL ❑ W X LL CO J a O U co 0 W Q w O f Q LL ❑ Q X W W = J a w 2 O U U) m W � N lLL d a 00000 C) �c.�m� o 0 O Q O to C14 o 00 C7 r a0 V N r iA O 10 U� d) c0 W V O Ir J Or r co O w F O M N O w V co tC w a m r x 0 O ui h w x O o _ > m x 0 Ix w r O U) 0 0 v u y o _ N LL O O V co LL7 l�'1 O C14 aD p ui a0 1--* Qi m O m w K w w; LL LL v r w co co ao r O O O w O cqI t0 7 U F O W N O x K O i o � vrnrvo z r 10 10 00 N Q W W r Il- Cl) V cM x �E W 0a0 mr N w Z o rc LL 0 0 0 0 O O J 0 0 0 0 O O 0 CO N O O C-4 } m r N u1 0�] ,, O ¢ 'N 0. N cD N [�7 N 'n K 0 o a x z m ar W r U) ar m m r m 0 s dl yDi r c 0 N J � a cn�y05C o D J ❑ Q> GY c 0� M d O C CL 0 r 0 0 0 0 c u a b c o 0 a r N r> V u7 N LU a moo ❑❑to 0 00 0 0 N E O .j C W v m (0 cl ❑ O m m r Z J D U) Z O L) W 2 F— W W Q a W w a a N Qaw I.L H U LU N� w a J D O 2 rW V W z z W i W J IL IL ur w a C O C O 0 Y o c 'v a o 0 0 00 U 0 N N U d, 0 e U m u a O G N M V W x d m W 9 O N m " m L a A M .% W o N 0 00 m A i t+i N YO A C O C] m O Ci LL m E A o 0 o 0 o ° m 0 U m V N O .. N O S y O y u a a N a a O o e O 0 0 0 - v m n 0 N N IL 0 V cx ".M Cl! 7 O� :q It! N W 49 H W a N m N I N C] 7 N O 7 a FQ N CO N N 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 0 0 n O = H JN � 0 0 0 0 0 Q Q mrin'� t�r N N C7 2 F Z U ` J Q � L E 2 O J ,..... O t� �G } n. a O Z N d O IL w aci �, U2 m C 3 ? v a`'U) 7. N l( l Route: Brandywyn Lane Section: County: Lake Job No.: Manhour Breakdown Supplemental Topographic Survey Estimate Length of Project Brandywyn Lane + 10,900, _ + 2.064 miles Total Length + 10,900' _ + 2.064 miles 1. Field — Topographic Survey a. Measure traverse & level circuit 4 hours x 2 men = b. Locate supplemental topography 20 hours x 2 men = 2. Office - Compile Field Data a. Compute traverse & level circuit 2 hours x 1 man = b. Edit & compile topographic survey 4 hours x 1 man = 3. Office - Create Existing Topography Base Sheets a. Layout and drafting 12 hours x 1 man = b. Check topographic survey 3 hours x 1 man = (1) 40 MH Sub -total Item #1 48 MH 4 MH Sub -total Item #2 6 MH 1.2 MH 3 MH Sub -total Item #3 15 MH 4. Office - Create T.I.N. & Contours a. Compute contours 2 hours x 1 man = b. Check contours I hour x 1 man = 5. Coordination Meetings 1 meeting @ 2 hours = (2) EACiviltechTuffalo GroveTrandywyn Ln\Supplemental TopoVAP PA► I me 1 MH Sub -total Item #4 3 MH 2 MH Total All Items 74 MH Route: Brandywyn Lane Section: County: Lake Job No.: Breakdown of In House Direct Costs Item 1. Field - Topographic Survey a. Trips to project site - 3 ea. + 50 miles/trip x 3 trips = + 150 miles + 150 miles @ $0.54/mile = 5. Coordination Meetings a. Meetings at Civiltech office - I ea. + 70 miles/trip x 1 trip = + 70 miles + 70 miles @ $0.54/mile = EACiviltech\Buffalo Grove\Brandywyn Ln\Supptementat Topo\IHC $ 81.00 $ 37.80 Total All Items $ 118.80 "7A"; %>i March 29, 2018 Kristin R. Kalitowski, P.E. via email: kkalitowski@civiltechinc.com Project Manager Civiltech Engineering, Inc. Two Pierce Place, Suite 1400 Itasca, IL 60143 Subject: Phase II Environmental Services — Brandywyn Lane, Buffalo Grove, Lake County Proposal #81.PT00016.19 Dear Ms. Kalitowski: Pursuant to your request, Huff & Huff, Inc. (H&H) a subsidiary of GZA GeoEnvironmental, Inc. (H&H) is pleased to present this revised proposal to Civiltech Engineering, Inc. (Client), to provide environmental services. Specifically, this proposal is for soil sampling / characterization for consideration of final disposition at a Clean Construction and Demolition Debris (CCDD) facility. In addition, this proposal also includes tasks to update existing environmental documents as necessary, including Preliminary Environmental Site Assessment and Wetland Delineation Reports. 1. BACKGROUND AND UNDERSTANDING H&H understands that The Village of Buffalo Grove / Lake County Division of Transportation (LCDOT) is proposing roadway improvements to Brandywyn Lane from Deerfield Parkway to Prairie Road (approximately 2-miles in length). Planned improvements include reconstruction from Thompson Boulevard to Aptakisic Road to remove a failing pozzolanic aggregate mixture (PAM) base while the remaining areas along Brandywyn Lane from Deerfield Parkway to Thompson Boulevard and from Aptakisic Road to Prairie Road will be resurfaced. The expected depth of excavation varies between 18 and 24 inches. We understand that the Village of Buffalo Grove is considering letting this project in three stages for construction in 2020, 2021, and 2022. Based on potential project timing issues, this scope includes tasks to update existing environmental documents that may expire based on our current understanding of anticipated project schedule. H&H previously completed a Preliminary Environmental Site Assessment (PESA) for the project corridor, dated September 2016. The findings of the PESA indicate that potentially impacted properties (PIPS) or recognized environmental conditions (RECs) were not identified associated with the project corridor. Therefore, a Preliminary Site Investigation (PSI) was not recommended. However, since construction of these improvements generates spoils that the Contractor will likely want to dispose of off -site as clean Construction or Demolition Debris Equal Opportunity Employer M/F/V/H March 29, 2oi8 Civiltech Engineering, Inc. Proposal No. 81.PT00016.i9 CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — village of Buffalo Grove, IL Page 1z (CCDD), assessment of the conditions of the spoils is necessary. Specifically, since PIPS/RECs were not identified, the LPC- 662 Form approach is anticipated to include soil testing for pH only to ensure soils meet the CCDD pH requirement range of 6.25 to 9.0. H&H also previously completed a Wetland and Waters of the US Investigation Report, dated November 28, 2016. That report included both Brandywyn and Thompson Avenues. Three wetlands and two open water streams were identified along Brandwyn. The findings documented within the report include identification of three wetlands (Sites 2 through 4) and three WOUS (sites W1 through W3). Based on the timing of the project letting, it may become necessary to update the previously completed report and an optional task is included with this scope if this is necessary to complete. In addition, we understand the scope is to include manhours for coordination with Client to prepare the special provisions and other documentation to be included within the bid documents which follow LCDOT guidelines for "pre -approved" disposal sites. 2. SCOPE OF SERVICES The following scope of services will be completed for the proposed improvements and the scope/fee is based on our understanding that our work will be combined with similar services for the Thompson Boulevard portion of the project which was originally combined with Brandywyn Lane in the September 2016 PESA document. Task 1— Site Reconnaissance and Mark Sampling Locations Due to the age of the PESA (greater than 6 months old but less than 3 years old), it is suggested that an updated database be reviewed to confirm the original findings of the PESA to ensure that LPC-662 Form documents submitted to CCDD facilities for pre -approval are up to date. H&H will conduct a trip for site reconnaissance to mark boring locations for utility clearance at the time of the site reconnaissance. Due to the length of the project corridor, we currently anticipate conducting 12 to 14 soil borings for full corridor coverage. In addition, the utility locate call will be made to the Illinois state one -call system (JULIE) prior to advancing hand augers at selected sampling locations. This task also includes preparation of a Health & Safety Plan prior to conducting the field work. Task 2 — Soil Sample Collection and Laboratory Analysis Considering use of existing, Client -provided information, Consultant anticipates completing one day of field work with up to 12 to 14 soil borings being conducted to depths consistent with the planned improvements, currently anticipated to depths of approximately 18 to 24 inches deep. Borings will be conducted by hand auger and soil samples will be collected continuously to terminal depth of each boring. All soil samples will be field screened with a photo -ionization detector (PID) to determine if volatile organic compounds are present in any of the collected samples. This field screening will aid in determining which samples to preferentially select for laboratory analysis. March 29, 2oi8 Civiltech Engineering, Inc. Proposal No. 83..PT00016.i9 CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — Village of Buffalo Grove, IL Page13 Task 3 - Laboratory Analysis Based on the findings of the PESA, since PIPs/RECs were not identified, H&H anticipates up to 14 laboratory analyses for soil pH. Task 4 - CCDD LPC-Form Preparation and Assistance with Special Provision Development H&H will compare the analytical results to the CCDD requirement pH range of 6.25 to 9.0 established for CCDD disposal consideration and complete the necessary disposal documentation (LPC-662 Form) based on the due diligence (PESA and updated database) and results. If some results do not achieve the CCDD pH range, those locations will be indicated as exclusion zones and recommendations for potential reuse. Field tests for pH will be conducted to ensure that if areas of pH that are out of range are identified, the areas can be "delineated" during field work to lessen the potential exclusion areas, if identified. H&H will also assist Client in development of special provisions for bidding documents. Task 5 - Project Management and QA/QC Time under this task includes various project management related to client and owner coordination as necessary and QA/QC of prepared documents. Task 6 - PESA Update (Optional, if Necessary) The previously completed PESA, dated September 2016, will be updated to assess the current site conditions. Since the original PESA included both Brandywyn and Thompson Boulevard corridors, the update will include figures depicting the revised (separate) project areas as well as a listing of sites considered to be Potentially Impacted Properties (PIPs). The PESA Update will include a new database search and include a site visit to assess current conditions. For identifying new PIPs or confirming previously identified PIPs, the PESA Update process will follow general protocols contained within: • A Manual for Conducting Preliminary Environmental Site Assessments for Illinois Department of Transportation (IDOT) Highway Projects (Erdmann et al., 2012) • ASTM International (ASTM) standard 1527-13 • The IDOTs Bureau of Design and Environment (BIDE) Procedure Memorandum Number 10-07, Special Waste Procedures. This memo was incorporated into Chapter 27-3 of the IDOT BDE Manual in June 2012. • IDOT Bureau of Local Roads and Streets (BLRS) Manual, Chapter 20-12, Special Waste, July 2013. • Public Act 96-1416 • Clean Construction or Demolition Debris Fill Operations (CCDD) and Uncontaminated Soil. Fill Operations: Amendments to 3S Illinois Administrative Code 1100. Effective on August 27, 2012. A. Historical Research The site's historical land use/ownership record will be developed from review of the previously completed PESA. B. Site Evaluation Current environmental features and conditions of sites adjacent to the right-of-way/project area (local, non-IDOT jurisdiction) will be evaluated. A site walkover of potential right-of-way/project areas designated for excavation and/or acquisition will be conducted for first-hand evaluation of current environmental conditions within the project limits. All March 29, 2oi8 Civiltech Engineering, Inc. Proposal No. 83_.PT000i6.i9 CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — Village of Buffalo Grove, IL Page14 of the features and conditions listed above will be investigated and, as appropriate, documented in photographs. The land -use and housekeeping practices of adjacent properties also will be evaluated in accordance with ASTM protocols. C. Records Review A records review will be conducted to determine potential environmental concerns within the study area. It will include a search of standard state and federal environmental record databases in accordance with the specifications of ASTM standards. This search is based on the outline of the study area. Specifically, Consultant will search each database to identify any potential sources requiring further investigation. As appropriate, Freedom of Information Act (FOIA) requests will be filed with the IEPA to obtain additional data pertaining to identified sites. D. Report Preparation One letter report summarizing the results of the evaluation will be prepared. The summary will reference the previous PESA and identify PIPS. Figures identifying the revised project area and will be included in the letter report. Task 7 — Wetland and WOUS Delineation and Report Update (Optional, if Necessary) Based on project timing needs it may become necessary to update the November 28, 2016 Wetland and Waters of the US Investigation. H&H will complete tasks necessary to update the previously completed document in which three wetlands were identified (Sites 2 through 4) and three WOUS (sites W1 through W3). Wetland delineations are valid for three (3) years in Lake County. Therefore, if permitting is not initiated prior to 2019, then the delineation will need to be updated. A wetland delineation updated will require a site visit to assess conditions within the wetland and note any changes to the wetland and adjacent areas since the completion of the formal delineation. In addition, the vegetation community will be reassessed to determine if changes have occurred since the delineation was completed. This reassessment will include digging soil pits to assess soil and groundwater conditions. If significant changes have not occurred to the wetland since the completion of the formal delineation, a summary memorandum will be prepared verifying that the delineation results are still valid. If changes are significant enough that the vegetation, soils, and water sources have been altered, then a formal delineation report will be prepared. Prior to conducting the field work, H&H will review the current delineation report and the latest aerial photography. PROJECT COST The estimated hours are included in the attached CECS forms. PROJECT SCHEDULE Services will begin within one week of Notice to Proceed (NTP). However, hand auger sampling cannot be completed during frost conditions. Therefore, we anticipate completion of sampling after March 2018 and LPC-Form documentation within 2 weeks of the sampling. Wetland tasks, if necessary will be completed during the growing season which in Lake County is considered between May 151h and October V of each year. We appreciate the opportunity to work with you and look forward to a successful completion of the project. If you have any questions concerning our proposed scope of services or fees, please contact us. March 29, 2o18 Civiltech Engineering, Inc. Proposal No. 81.PT000i6.i9 CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — Village of Buffalo Grove, IL Page15 5. CONTRACT TERMS CONDITIONS OF ENGAGEMENT The conditions of engagement are described in the attached Terms and Conditions for Professional Services. H&H's report will be prepared on behalf of and for the exclusive use of Client. Client acknowledges and agrees that the report and the findings in the report shall not, in whole or in part, be disseminated or conveyed to any other party, or used or relied upon by any other party, in whole or in part, except for the specific purpose and to the specific parties alluded to above, without the written consent of H&H. H&H would be pleased to discuss the conditions associated with any additional dissemination, use, or reliance by other parties. ACCEPTANCE This agreement may be accepted by signing in the appropriate space below and returning one complete copy to H&H. Issuance of a Purchase Order implicitly acknowledges acceptance of this proposal. This proposal is valid for a period of 30 days from the date of issue. We appreciate the opportunity to submit this proposal. Please feel free to contact the undersigned at (630) 684-9100 with any questions. Very truly yours, Huff & Huff, Inc. Jeremy J. Reynolds Associate Principal Attachments: Terms and Conditions This Proposal for Services, Schedule of Fees and Terms and Conditions for Professional Services are hereby accepted and executed by a duly authorized signatory, who by execution hereof, warrants that he/she has full authority to act for, in the name, and on behalf of By: Title: Printed/Typed Name: Date: The Proposal for Services, Schedule of Fees and Terms and Conditions for Professional Services may be executed in two or more counterparts, each of which together shall be deemed an original, but all of which together shall constitute one and the same instrument. In the event that any signature is delivered by facsimile transmission or by an e-mail delivery of a document in ".pdf" format, each such signature shall create a valid and binding obligation of the party executing the document, or on whose behalf each document is executed, with the same force and effect as if each such facsimile or 11.pdf' signature were an original thereof. March zg, 2oi8 Civiltech Engineering, Inc. Proposal No. 8i.PT000i6.ig CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — Village of Buffalo Grove, IL Page 16 TERMS AND CONDITIONS FOR PROFESSIONAL SERVICES Including Site Investigation, Remediation, Geotechnical, Construction, And Testing © 2016 by Huff & Huff, Inc., a Subsidiary of GZA GeoEnvironmental, Inc. These Terms and Conditions, togetherwith Huff & Huff, Inc.'s (H&H's) Proposal, make up the Agreement between H&H and you, Client, named in the attached proposal. BEFORE SIGNING THE PROPOSAL, BE SURE YOU READ AND UNDERSTAND THE PARAGRAPHS ENTITLED "INDEMNIFICATION"AND "LIMITATION OF REMEDIES" WHICH DEAL WITH THE ALLOCATION OF RISK BETWEEN YOU AND H&H. i. Services. H&H will perform the services set forth in its Proposal and any amendments or change orders authorized by you. Any request or direction from you that would require extra work or additional time for performance or would result in an increase in H&H's costs will be the subject of a negotiated amendment or change order. 2. Standard of Care; Warranties. a. H&H will perform the services with the degree of skill and care ordinarily exercised by qualified professionals performing the same type of services at the same time under similar conditions in the same or similar locality. b. H&H warrants that its construction services will be of good quality, free of faults and defects and in conformance with the Proposal. c. EXCEPT AS SET FORTH IN SUBSECTIONS za AND 2b, ABOVE, NO WARRANTY, EXPRESS OR IMPLIED, INCLUDING WARRANTY OF MARKETABILITY OR FITNESS FOR A PARTICULAR PURPOSE, IS MADE OR INTENDED BY H&H'S PROPOSAL OR BY ANY OF H&H'S ORAL OR WRITTEN REPORTS. d. H&H assigns to you any manufacturers' warranties of equipment or materials purchased from others, to the extent they are assignable, and your sole recourse will be against the manufacturer. Full risk of loss of materials and equipment will pass to you upon delivery to the Site, and you will be responsible for insuring and otherwise protecting them against theft and damage. 3. Payment. a. Except as otherwise stated in the Proposal, you will compensate H&H for the services at the rates set forth in the applicable Proposal, amendment or change order; reimburse its expenses, which will include a communication fee calculated as a percentage of labor invoiced; and pay any sales or similartaxes thereon. b. Any retainer specified in H&H's Proposal shall be due priorto the start of services and will be applied to the final invoice for services. c. H&H will submit invoices periodically, and payment will be due within zo days from invoice date. Overdue payments will bear interest at 11h percent per month or, if lower, the maximum lawful rate. H&H may terminate its services upon io days' written notice anytime your payment is overdue on this or any other project and you will pay for all services through termination, plus termination costs. You will reimburse H&H's costs of collecting overdue invoices, including reasonable attorneys' fees. 4. Your Responsibilities. a. Except as otherwise agreed, you will secure the approvals, permits, licenses and consents necessary for performance of the services. If you are the owner or operator of the Site, you will provide H&H with all documents, plans, information concerning underground structures (including but not limited to utilities, conduits, pipes, and tanks), information related to hazardous materials or other environmental or geotechnical conditions at the Site and other information that may be pertinent to the services or, if you are not the owner or operator of the Site, you agree to make reasonable efforts to obtain these same documents and provide them to H&H. Unless otherwise indicated in writing, H&H will be entitled to rely on documents and information you provide. b. If you use the services of a construction manager at the Site, you agree to use best and reasonable efforts to include in your agreement(s) with the construction contractor provisions obligating the latter: (i) to indemnify and hold harmless, to the fullest extent permitted by law, you and H&H, its officers, employees and principals, for or on account of any claims, liabilities, costs and expenses, including attorneys' fees, arising out of or relating to the design or implementation of construction means, methods, procedures, techniques, and sequences of construction, including safety precautions or programs, of the contractor, or any of its subcontractors or any engineer engaged by it; March zg, 2018 Civiltech Engineering, Inc. Proposal No. 81.PT000i6.s9 CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — Village of Buffalo Grove, IL Page17 (ii) to name you and H&H as additional insureds under general liability and builder's risk insurance coverages maintained bythe contractor, or any of its subcontractors; and (iii) to require that all of its subcontractors agree and be bound to the obligations set forth in (i) and (ii) above. c. In the event that you are unable to secure such provisions in the agreement(s) with the construction contractor, you shall promptly notify H&H and H&H shall have the opportunity to negotiate with you reasonable substitute risk allocation and insurance indemnities and protections. 5. Right of Entry; Site Restoration. You grant H&H and its subcontractor(s) permission to enterthe Site to perform the services. If you do not own the Site, you represent and warrant that the owner has granted permission for H&H to enter the Site and perform the services; you will provide reasonable verification on request; and you will indemnify H&H for any claims by the Site owner related to alleged trespass by H&H or its subcontractors. H&H will exercise reasonable care to limit damage to landscaping, paving, systems and structures at the Site that may occur and you agree to compensate H&H for any restoration it is asked to perform, unless otherwise indicated in the Proposal. 6. Underground Facilities. H&H's only responsibility under this Section will be to provide proper notification to the applicable state utility "Call -Before -You -Dig" program. You further agree to assume responsibility for and to defend, indemnify and hold harmless H&H with respect to personal injury and property damages due to H&H's interference with subterranean structures including but not limited to utilities, conduits, pipes, and tanks: (i) that are not correctly shown on any plans and information you or governmental authorities provide to H&H; or (ii) that are not correctly marked by the appropriate utility. Reliance. The services, information, and other data furnished by you shall be at your expense, and H&H may rely upon all information and data that you furnish, including the accuracy and completeness thereof. You acknowledge that the quality of the services provided by H&H is directly related to the accuracy and completeness of the information and data that you furnish to H&H. H&H's REPORTS ARE PREPARED FOR AND MADE AVAILABLE FOR YOUR SOLE USE. YOU ACKNOWLEDGE AND AGREE THAT USE OF OR RELIANCE UPON THE REPORT OR THE FINDINGS IN THE REPORT BY ANY OTHER PARTY, OR FOR ANY OTHER PROJECT OR PURPOSE, SHALL BE AT YOUR OR SUCH OTHER PARTY'S SOLE RISK AND WITHOUT ANY LIABILITY TO H&H. 8. Lab Tests and Samples. H&H is entitled to rely on the results of laboratory tests using generally accepted methodologies. H&H may dispose of samples in accordance with applicable laws 3o days after submitting test results to you unless you request in writing forthem to be returned to you or to be held longer, in which case you will compensate H&H for storage and/orshipping beyond 3o days. 9. H&H Professionals. H&H employees or consultants may act as licensed, certified or registered professionals (including but not limited to Professional Engineers, Licensed Site or Environmental Professionals, or Certified Industrial Hygienists collectively referred to in this section as "H&H Professionals") whose duties may include the rendering of independent professional opinions. You acknowledge that a federal, state or local agency or otherthird party may audit the services of H&H or other contractor/consultant(s), which audit may require additional services, even though H&H and such H&H Professionals have each performed such services in accordance with the standard of care set forth herein. You agree to compensate H&H for all services performed in response to such an audit, or to meet additional requirements resulting from such an audit, at the rates set forth in the applicable Proposal, amendment or change order. io. Hazardous Materials; H&H "Not a Generator". Before any hazardous or contaminated materials are removed from the Site, you will sign manifests naming you as the generator of the waste (or, if you are not the generator, you will arrange for the generator to sign). You will select the treatment or disposal facility to which any waste is taken. H&H will not be the generator or owner of, nor will it possess, take title to, or assume legal liability for any hazardous or contaminated materials at or removed from the Site. H&H will not have responsibility for or control of the Site or of operations or activities at the Site other than its own. H&H will not undertake, arrange for or control the handling, treatment, storage, removal, shipment, transportation or disposal of any hazardous or contaminated materials at or removed from the Site, otherthan any laboratory samples it collects or tests. You agree to defend, indemnify and hold H&H harmless for any costs or liability incurred by H&H in defense of or in payment for any legal actions in which it is alleged that H&H is the owner, generator, treater, storer or disposer of hazardous waste. March zg, 2018 Civiltech Engineering, Inc. Proposal No. 81.PT000i6.sg CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — Village of Buffalo Grove, IL Page 18 ii. Limits on H&H's Responsibility. H&H will not be responsible for the acts or omissions of contractors or others at the Site, except for its own subcontractors and employees. H&H will not supervise, direct or assume control over or the authority to stop any contractor's work, nor shall H&H's professional activities nor the presence of H&H or its employees and subcontractors be construed to imply that H&H has authority over or responsibility forthe means, methods, techniques, sequences or procedures of construction, for work site health orsafety precautions or programs, or for any failure of contractors to comply with contracts, plans, specifications or laws. Any opinions by H&H of probable costs of labor, materials, equipment or servicesto be furnished by others are strictly estimates and are not a guarantee that actual costs will be consistent with the estimates. iz. Changed Conditions. a. You recognize the uncertainties related to environmental and geotechnical services, which often require a phased or exploratory approach, with the need for additional services becoming apparent during the initial services. You also recognize that actual conditions encountered may vary significantly from those anticipated, that laws and regulations are subject to change, and that the requirements of regulatory authorities are often unpredictable. b. If changed or unanticipated conditions or delays make additional services necessary or result in additional costs or time for performance, H&H will notify you and the parties will negotiate appropriate changes to the scope of services, compensation and schedule. c. If no agreement can be reached, H&H will be entitled to terminate its services and to be equitably compensated for the services already performed. H&H will not be responsible for delays orfailures to perform due to weather, labor disputes, intervention by or inability to get approvals from public authorities, acts or omissions on your part, or any other causes beyond H&H's reasonable control, and you will compensate H&H for any resulting increase in its costs. 13. Documents and Information. All documents, data, calculations and work papers prepared orfurnished by H&H are instruments of service and will remain H&H's property. Designs, reports, data and other work product delivered to you are for your use only, for the limited purposes disclosed to H&H. Any delayed use, use at another site, use on another project, or use by a third party will be at the user's sole risk, and without any liability to H&H. Any technology, methodology or technical information learned or developed by H&H will remain its property. Provided H&H is not in default under this Agreement, H&H's designs will not be used to complete this project by others, except by written agreement relating to use, liability and compensation. iq. Electronic Media. In accepting and utilizing any drawings, reports and data on any form of electronic media generated by H&H, you covenant and agree that all such electronic files are instruments of service of H&H, who shall be deemed the author and shall retain all common law, statutory law and other rights, including copyrights. In the event of a conflict between the signed documents prepared by H&H and electronic files, the signed documents shall govern. You agree not to reuse these electronic files, in whole or in part, for any purpose or project other than the project that is the subject of this Agreement. Any transfer of these electronic files to others or reuse or modifications to such files by you without the priorwritten consent of H&H will be at the user's sole risk and without any liability to H&H. 15. Confidentiality; Subpoenas. Information about this Agreement and H&H's services and information you provide to H&H regarding your business and the Site, other than information available to the public and information acquired from third parties, will be maintained in confidence and will not be disclosed to others without your consent, except as H&H reasonably believes is necessary: (a) to perform its services; (b) to comply with professional standards to protect public health, safety and the environment; and (c) to comply with laws and court orders. H&H will make reasonable efforts to give you prior notice of any disclosure under (b) or (c) above. Information available to the public and information acquired from third parties will not be considered confidential. You will reimburse H&H for responding to any subpoena or governmental inquiry or audit related to the services, at the rates set forth in the applicable Proposal, amendment or change order. 3.6. Insurance. During performance of the services, H&H will maintain workers compensation, commercial general liability, automobile liability, and professional liability/contractor's pollution liability insurance. H&H will furnish you certificates of such insurance on request. 3-7. Indemnification. You agree to hold harmless, indemnify, and defend H&H and its affiliates and subcontractors and their employees, officers, directors and agents (collectively referred to in this paragraph as "H&H") against all claims, suits, fines and penalties, including mandated cleanup costs and attorneys' fees and other costs of settlement and defense, which claims, suits, fines, penalties or costs arise out of or are related to this Agreement orthe services, except to the extent they are caused by H&H's negligence or willful misconduct. March 29, 2018 Civiltech Engineering, Inc. Proposal No. 8i.PT000i6.19 CCDD / Spoils Assessment, PESA, and Wetland Updates for Brandywyn Lane — Village of Buffalo Grove, IL Page19 18. Limitation of Remedies. a. To the fullest extent permitted by law and notwithstanding anything else in this Agreementtothe contrary, the aggregate liability of H&H and its affiliates and subcontractors and their employees, officers, directors and agents (collectively referred to in this paragraph as "H&H") for all claims arising out of this Agreement or the services is limited to $5o,000 or, if greater, io% of the compensation received by H&H underthis Agreement. b. You may elect to increase the limit of liability by paying an additional fee, such fee to be negotiated prior to the execution of this Agreement. c. Any claim will be deemed waived unless received by H&H within one year of substantial completion of the services. d. H&H will not be liable for lost profits, loss of use of property, delays, or other special, indirect, incidental, consequential, punitive, exemplary, or multiple damages. e. H&H will not be liable to you orthe Site ownerfor injuries or deaths suffered by H&H's or its subcontractors' employees. f. You will look solely to H&H for your remedy for any claim arising out of or relating to this Agreement, including any claim arising out of or relating to alleged negligence or errors or omissions of any H&H principal, officer, employee or agent. ig. Disputes. a. All disputes between you and H&H shall be subject to non -binding mediation. b. Either party may demand mediation by serving a written notice stating the essential nature of the dispute, the amount of time or money claimed, and requiring that the matter be mediated within forty-five (45) days of service of notice. c. The mediation shall be administered by the American Arbitration Association in accordance with its most recent Construction Mediation Rules, or by such other person or organization as the parties may agree upon. d. No action or suit may be commenced unless mediation has occurred but did not resolve the dispute, or unless a statute of limitation period would expire if suit were not filed priorto such forty-five (45) days after service of notice. 20. Miscellaneous. a. Illinois law shall govern this Agreement. b. The above terms and conditions regarding Limitation of Remedies and Indemnification shall survive the completion of the services under this Agreement and the termination of the contract for any cause. C. Any amendment to these Terms and Conditions must be in writing and signed by both parties. d. Having received these Terms and Conditions, your oral authorization to commence services, your actions, or your use of the Report or Work Product constitutes your acceptance of them. e. This Agreement supersedes any contract terms, purchase orders or other documents issued by you. f. Neither party may assign ortransferthis Agreement or any rights or duties hereunder without the written consent of the other party. g. Your failure or the failure of your successors or assigns to receive payment or reimbursement from any other party for any reason whatsoever shall not absolve you, your successors or assigns of any obligation to pay any sum to H&H underthis agreement. h. These Terms and Conditions shall govern over any inconsistent terms in H&H's Proposal. i. The provisions of this Agreement are severable; if any provision is unenforceable it shall be appropriately limited and given effect to the extent it is enforceable. j. The covenants and agreements contained in this Agreement shall apply to, inure to the benefit of and be binding upon the parties hereto and upon their respective successors and assigns. P:\FY2019\Transportation\Civiltech\Buffalo Grove\81.PT00016.19 CivTch Brandywyn Phase Il.docx I-pe 2 m a H � O oo O H y LL V d y y M O~ W 111 H O W W = J LL z aLL �v K am >o° 0. E oa 0u e 0 N 2 z 2 LU llmlmll NN W raM a Z 0 p a J a U W W W O FW- Vq K N to H z 0 c `m U . c m c W = ti y 7 2 U Z z W W J 15 W a. 11 zw 22 95w U. a am oaw N oo U' oQ n � o N ry o rn W N O � m � W F Z K a of Trartspbrtafim Payroll Rates FIRM NAME Huff & Huff, Inc. DATE 3/29/2018 PRIME/SUPPLEMENT CiviltechE i ing PTBNO' ESCALATION FACTOR CLASSIFICATION CURRENT RATE ESCALATED RATE Senior Principal $70.00 $70.00 Principal $70.00 $70.00 Associate Principal || $70.08 $78.00 Associate Principal | $59.19 $59.34 Senior Consultant $87.18 $07.35 Senior Geo0oohnioa|Consultant $82.87 $05.03 Senior Project Manager ||| $00.00 $60.15 Senior Project Manager || $45.72 $45.83 Senior Landscape Architect $52.11 $52.24 Senior Planning PM $49.90 $50.02 Senior Geologist PK8 $43.33 $43.44 Senior Technical Specialist $44.84 $44.75 Senior Scientist PM || $46.14 $46.26 Senior Scientist PM | $39.45 $39.55 Senior Technical Scientist $38.94 $37.03 Senior CADOSpecialist $33.75 $33.83 Scientist PM $42.25 $42.36 Engineer PK8|| $42.24 $42.35 Engineer P[N| $38.18 $38.27 Planning PM $35.15 $35.24 Architect PM $37.54 $37.63 Assistant PM EnQineer|| $39.02 $38.12 Assistant P[NEngineer | $34.74 $34.83 Assistant PM Scientist $28.02 $28.09 Engineer $34.13 $34.22 Scientist El $26.98 $27.05 ScienUmtE2 $22D0 $22.06 Administrative Managers $40.57 $40.07 Senior Administrative Assistant $27.89 $27.90 Intern $15.00 $15.04 $0.00 *U.00 $0.00 $0.00 $0.00 $0.00 $0.00 BDEO25(Rav 2/08 PRINTED 3/2A/2018.3:O8PK4 O) L O U f6 LL w x N Q E O U jp � 00 00 Cl N OmIt M p 4 tO cli l() M co O H r r N O r r N N '.....00 00 o - LO � CO ado 00 41 (O r O 00 U') co 0 N r IT M CM 0 0 CD CD CD CD CD 4! OO O 00 O O d ` 0 O C7 C; Cp O C) v d m m O O O O O O O C) C) O C)000 C)LOO v +y+ N LO N M (O .� O m6 OR (V 1r V• •V' OO d N N N E N 25 LO CO LLLL ` t0 LO O O O LO LO (D O�- fA .r U) h Pd LO 3 V . O G) V) It 00 r r N V r cM U c ❑ Lq � O � LO 0 r r P-: LO m C M 00 co� a) N N d CM 0) O 'IT M r P7 r N N f� d G1 O C LL ti V N O N rl- tO co CM O (D O 00 m O 00 (ri fl- N LO LO N 00 co N � i6 r r cl a (O (O LO U) O CA r (q r r IT N 7 � 0 L C lC c O �_ Q) f4 U C 0. c CL N cn 4> � a ate+ @ O C OS w c C ._ ro c w O c c O 'C E cn m c F— (DmU)LLL.N ®', UUQ ❑ .® m (U C0 2u �.� $ (gJn aCia�®� CD O N N LO N O w m Z p 2 = lal c OD O f0 r N M N C N N O) O LL LL. LL N CL a) a) N M O x x x ELZ am p N 0 N Lrz �io > > oaaa�o E O O O O Q O 2000(AJ � m ca 7 2 Y JN ° a > > r vv Q (V (V CDtf) IN to 0 0 0 me t' to Ln O CD Inn O OO CD O 00 vi Co In y O N M N N a 2 aEn> n 0 O Q ' N N � m E r 0 o a o a a m v (OD V 0 O LO a S otm (D Lop (0 a Q m co N co m m � u m N c o O o a e d O (�O (~O CD m co N (d cD O LL U y r M ® r .al S r Ln a _ rn> A 64 c a a a .a as o �a o0 o 0 0 0 5 a o 0 g Ln Ln N - H co W c0 N S O A O) > Q co co N N m N U C o CD o a o O 0 c o r O i � K O m O (0 co (A S 'O n Cl) Ln CO I� 03 r- 0 M > (D Ln a0 N N r ''Ln Ln Q N M CO (n (D O O Cl) N m o ',,, o a a t' v e In O N fD � � N ,, O M V C, O O Ga.V to N ti N Ln 01 O a` CDC) O0000 OD. OONCO(DOO®a(DC) o00N0 .i0 0 0 0 N CO Ln Cl) V N V Ln (D Ln M Cl) (D Ln I- v co N co O N Ln (D � 0 0 O co COO r OD N O h N Un '.O W m CO N N (D r O7 O N O O (D Q) O > 3 w, a= A O O h O P- 0 ' Ln I-- w M (D O w Ln It N Ln O Ln CO It't tT co '..., v m M I- M M M N V N V co M Ln M I- M m CO V M Lp N v M n N N N ',,O V f- N Ln r C lb C � O CO — — U N y O U O O :E 2 N-- y N N N O N o u w m.. l0 m m .� c D m.� Q aaialacnaa(n a�i c m y'm cRi c'y � N N O(C _— w w 0) in p 7a. 0 U U y O C C Q d d d— > C E N Q_ a. D- W w N a- (6 10 L)(9 Jd UF- CO Cn F-U N O .O V Q p 0 0 'N 0 .O 0 .O 0 .N '.0 .O O O O O O O C N C C .0 C" h y y C y to y/1 via`Qcn(n(n�N(n(n(n(n(n(n(nNwwo 0 N N LU N N 41 U C M V QQ¢Qw(n(nQcnS y t (y C U U 'O N� 7 O d w o Q m a �C In o 04 O N W m M 0 w Z of Q. I4� m> o �aCD o o m m a o N O O O Q Cl (l - o m a o 7 O C7 O Q O fA o c e N a � L D Cl O ?� } O a I O N O O = I > o e m IL O 3 0 0 c � tp O ^ O CD m N a� • Q N cli M O M c 0 o c (h0 o 0 0 M n 10 a V coCN M O M O C O e m = 2. OOO Lot!') IM to M M(D h�'MNMmNLnNhO V d O O O M M O OR N ID It h N Up O aO CO M N N 0co O N O O [D m 0 y,, Q= 000LOwww V tNN V V Cm7MM V V (mMMMMN(+mNN V NF C l9 C � 7 U U 'V C V) d¢ N O N cm d` trN M ¢iadU)aa� = — f6 G1 , N 'Mn N '` N t10i m m m m aCc m Q d CA Yt`o6o U CC y` U VCl NC U CL (n` —�ai w wa ~O V 4 .N •p`o o ) ` a.� aa �n —w�C W.'cUn W .ctC aUc`oN m'Ca m m U c�o aN H )(n Uaaco• °1a Q ` ` ` ` .•c(nJ E NIVNNC)NN 01010 NN U N _vw N U) ''., 'm¢p U cna ncv`o n�nnncncnv)nnv)cnwCCa¢¢¢¢ ._ai , o a N co o a� M Q C to O O a) w N fT] M w z w a HUFF & HUFF, INC. SUMMARY OF INHOUSE DIRECT COSTS Project: Civiltech Brandywyn Ph II DIRECT Task 01- Site Recon and Mark Borings Trips - Company 70 miles x 1 x $ 0.545 = $ 38.15 Tolls 6 x $ 1.50 = $ 9.00 0 x $ - = $ - Task Total $ 47.15 Task 02 - Soil Sampling and Laboratory Analysis Trips - Company 70 miles x 1 x $ 0.545 = $ 38.15 Tolls 6 x $ 1.50 = $ 9.00 Field Kit 1 day x 1 x $ 30.00 = $ 30.00 pH Meter 1 day x 1 x $ 10.00 = $ 10.00 PID meter 1 day x 1 x $ 100.00 = $ 100.00 0 x $ - = $ - Task Total $ 187.15 Task 03 - LPC Form Preparation and Special Provisions Reproduction 3 sets x 100 x $ 0.03 = $ 9.00 Color copies 3 sets x 20 x $ 0.11 = $ 6.60 0 x $ - = $ - Task Total $ 15.60 Task 04 - Project Management and QAQC 0 x $ - = $ - Task Total $ - Task 05 - PESA Update Reproduction 3 sets x 150 x $ 0.03 = $ 13.50 Color copies 3 sets x 20 x $ 0.11 = $ 6.60 0 x $ - = $ - Task Total $ 20.10 Task 06 - Wetland and WOUS Delineation & Report Update Trips - Company 70 miles x 1 x $ 0.545 = $ 38.15 Tolls 6 x $ 1.50 = $ 9.00 0 x $ - _ $ - Task Total $ 47.15 GRAND TOTAL $ 317.15 \\Gzachicago\finance\PROPOSALS\Proposal-FY2019\Civiltech\[81.PT00016.19 CivTch Brandywyn REV Direct Cost.xls]lnhc HUFF & HUFF, INC. SUMMARY OF OUTSIDE DIRECT COSTS Project: Civiltech Brandywyn Ph II Task 01 - Site Recon and Mark Borings OUTSIDE 0 x I - = $ - Task Total $ - Task 02 - Soil Sampling and Laboratory Analysis pH Samples 1 ea x 14 x $ 20.00 = $ 280.00 Task Total $ 280.00 Task 03 - LPC Form Preparation and Special Provisions Federal Express 1 x $ 20.00 = $ 20.00 0 x $ - _ $ - Task Total $ 20.00 Task 04 - Project Management and QAQC Task 05 - PESA Update Records Search 0 x $ - = $ - Task Total $ - 2 x $ 175.00 = $ 350.00 Task Total $ 350.00 Task 06 - Wetland and WOUS Delineation & Report Update 0 x $ - = $ - Task Total $ - GRAND TOTAL $ 650.00 \\Gzachicago\finance\PROPOSALS\Proposal-FY2019\Civiltech\[81.PT00016.19 CivTch Brandywyn REV CECS CPFF.xIs]ESCP HUFF & HUFF, INC. SUMMARY OF SERVICES BY OTHERS Project: Civiltech Brandywyn Ph II Task 01- Site Recon and Mark Borings OUTSIDE 0 x $ - _ $ - Task Total $ - Task 02 - Soil Sampling and Laboratory Analysis 0 x $ - _ $ - Task Total $ - Task 03 - LPC Form Preparation and Special Provisions 0 x $ - = $ - Task Total $ - Task 04 - Project Management and QAQC 0 x $ - _ $ - Task Total $ - Task 05 - PESA Update 0 x $ - _ $ - Task Total $ - Task 06 - Wetland and WOOS Delineation & Report Update 0 x $ - = $ - Task Total $ - GRAND TOTAL $ - \\Gzachicago\finance\PROPOSALS\Proposal-FY2019\Civiltech\[81.PT00016.19 CivTch Brandywyn REV CECS CPFFA Attachment C Cost Calculations Subconsultant Qualifications 7 O M Qf O rn m W a N Sr o' pc •^ a E u 0 E S Z. I(J� v. L N N a if E YI N W P s N �p ILL¢ � f `8 ..........� 6i P ,. o` G i 2 a 1•l p µ� N x 4'd ',,. . . . . . . . . ....... . ................................................. . ................ ...... E ... .. _...... �.............. _........ �..... E • N Q a 3 O W N p N N co Y p V • _• o w Q r N i 6 a C O — V • P 6 • O � � C 4 $ f r � U � C S i N � • N � 3.2 a p = yC ~O 7 w 4 r