Loading...
2019-05RESOLUTION NO.2019 - 05 A RESOLUTION APPROVING A LOCAL PUBLIC AGENCY AGREEMENT FOR FEDERAL PARTICIPATION RELATED TO THE PHASE II DESIGN OF THOMPSON BOULEVARD BETWEEN ARLINGTON HEIGHTS ROAD AND WEILAND 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 $290,860.00, 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 "Local Agency Agreement" between State of Illinois Department of Transportation. and the Village of Buffalo Grove related to the Thompson Boulevard (Arlington Heights Road to Weiland 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: 6 — Berman Stein Ottenheimer, Weidenfeld Johnson Smith NAYS: 0 - None ABSENT: 0 - None PASSED: January 22, 2019. APPROVED: January 22, 2019. F-MIJIMIMSIT'll"I Beverly Sussm , Village President ATTEST: janethv. Sirahian, Village Clerk G:\ENGINEER\Asset_Management\Streets\2016_Road_Program\Thompson&Brandywine\Civiltech Contract Local Public Agency �J III'uiois Department Consultant Villa a of Buffalo Grove L p `d of TfanspOrta on C Civiltech Engineering, Inc. County C p Address Lake A N Two Pierce Place Suite 1400 Section L S City 16-00107-00-RS U Itasca Project No. A Preliminary Engineering L State 58 G Services Agreement T Illinois Job No. Zip Code D-91-144-17 E Federal Participation p A 60143 Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Kyle E. Johnson, P.E., CFM C T Mr. Jonathan R. Vana, P.E. 847.459.2523 Y Supplement No.1 630.735.3382 kiohnson vb .or fa • . . THIS AGREEMENT is made and entered into this Z° day of Uitn k m2i , Z 17 between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain profession�al 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 Thompson Boulevard Route FAU 3260,4756,4756A Length 2.09 Structure No. n/a Termini Arlington Heights Road to Weiland Road Description Engineering services for the related improvements to resuface Thompson Boulevard and to reconstruct portions between Arlington Heights Road to Buffalo Grove Road to remove a failing pozolanic aggregate mixture base and from Stanton Drive to Weiland Road to correct deteriorated pavement conditions. 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. 1 1 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 4/4/2018 2:45:47 PM 9. The undersigned certifies neither the ENGINEER nor I have: a. employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT, b. agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c. paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, e. have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property, f. are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) and g. have not within a three-year period preceding this AGREEMENT had one or more public transactions (Federal, State or local) terminated for cause or default. 10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the 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 may be required to furnish sufficient data for the design of the proposed improvement. Such investigations to be made in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal -Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. ® Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. ® Prepare preliminary roadway and drainage structure plans and meet with representatives of the 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. 11/09/17) Printed on 4/4/2018 2:45:47 PM IL 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 + IHDC] Where: DL = Direct Labor IHDC = In House Direct Costs OH = Consultant Firm's Actual Overhead Factor R = Complexity Factor Specific Rate ❑ (Pay per element) Lump Sum ❑ 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the 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. 1 1 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 4/4/2018 2:45:47 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 contractor's policy of maintaining a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. c. Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. d. Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, f. Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. Page 4 of 8 BLR 05610 (Rev. 11/09/17) Printed on 4/4/2018 2:45:47 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. Agreement Summary Prime Consultant: TIN Number Agreement Amount Civiltech Engineering, Inc. 36-3606666 $330,301.12 ............ Sub -Consultants: TIN Number ...... Agreement Bement Amount Jor ensen & Associates 36-3668574 $4,662.44 Midland Standard Enineerinr. & Testing 20-2435502 $14,700.00 Huff & Huff 36-3044842 '1Ti,887 79 ... Sub -Consultant Total: ___.............................. $33,274 23 Prime Consultant Total: $30,301.12 Total for all Work: $363,575.35 Executed by the LPA: ATTEST: By: _m Jane': Sirabian, Village Clerk (SEAL) Executed by the ENGINEER: ATTEST: By: -k �ae Title: Kyl E. Zler, Vic President Page 5 of 8 Printed on 4/4/2018 2:45:47 PM Village of Buffalo Grove (Municipalityrrownship/County) a By: Title: Beverly Su man, Village President Ut bq®ham 49L, By. .. - Title: Jonathan R. Vana, President SLR 05610 (Rev. 11/09/17) m� m N lV O V N r Ol d m O d r n d Ld O W O W aD f� m t+l IO m N l7 Ol d I� m N r tJ N N (7 m 0 W m p O N m OOmI m O N d m t�l N W al al N Cl f7 O N W d m O F w w w w - w - '... - w '.., w w w w r Ol N d iA O N c4 O) t7,N th (7 In N 0 a` '.. - w w w w w - w w w w w - w w w w- w w w w w w -W w w w w w Nf� � KAo W N CS C1 mim 3 d N � 7 O 0 = c U T 41 JQ � I N V L as y � N w w I _ an d Ol NI O N N N O O .- m N W n N In N t7 r N W n IA m 0 W Q IO Ol r m V] N n Q O d r ih Cl N W N_ d n m Q O Q � N m W ''... m Q1 7 w w...w w w''...w w w w o vl .m o p In p W 0 0 N O ' W m O r O n po Io 0 IO l�l m O Cl! N m m N W � 0 0 N fh O m N W d Q N r N 0 l6 N IL c U l�. . . n o . . 1 n '. O f p en0 In O r o n r O o l7 c> N r O o N n O l�l Ill O w O l7 N O Y] 0 N O m n N W N NI th n N O m n IO m N t�l M r !7 O r m IO m Nl N Cl r t�l O n m N W f�l N f�l n (�I O r fU N l7 N r CI (7 � IL w w w w '... w w '',.. w w w w w w w w w w w w w w w w w.l w w N C 7 N N M {Q O L N w m N E g E 'u u a 'u u ❑ b W A T m A m L FJ A m C A/JI m ry75 N m N r N m a m m o a W W c.. p5 0 m o w it JJ ud W W W VI fn d W W co 'u m�� fn n W W w � O C In L ro a ^. o a c Y oL d d 3 � m e O o c o o U 0 U 0 IU U o 0 0 N o `o 2 .0 8 m E 2 c 2 c W o o L O F N U C U L U C C O O N O O L t 0 W N N N N a0 N 4- 0 N' W _a H w L up m 4.0 Vl c O V O w 40 m E W H O u tD m m r m W M d m M m W m m n w w M m m Q m m r M N b O m �- m IliN m Q d m r 0 m m N N In v m n m n W 0 n qm� m O m m m d W m O n N N m M M m r O N M n b N N N N N N N N N N N N N N N N N N N N N N N V r o ul O n N m Q n O N M Ih N O m r M O Q b m M N m ai fv n m r M N. r N d d fh m N O ap r N O Q m d m m m m n O a a` pN N N N N.''.N N N.- N..''...- N...'. -- N N N N N N N N N N N N N.....N 'IN 7 ra O V1 2 O T lD VI n N L I zo d N O M m d m m N O N1 Q r W n M N n m M QI Q m m n Q r N� Q ID n r m Cl M tp ''... b d 0 N N N N N N N N N N N O M O O d 0 0 N M O O O g N 0 0 O Q O O N O'n O Nm n Q O O n m N '. O N� n d O Q m m N O M O W • 0 M M M m d o n m M �_ M M m M N clm a O U O o M r a ''... r o ''., M '.... n o n M r o r '.... o M r o r ''., o M ''., r o n R a N''N N N'N N N N NIN N'N N m Q Nn ,.m m m m Q N r dlllll.m m Q m C` n M 1p 3 r2 O L C O A w iD m E m U i s w c c c u m cmi w d t a n �o `m `s a` m `m W > `o_ m`o_ m m e o y c c .m .c o; . a m Q c m m c c d o c c m c c m '.... m IL w m a In o_ w w ''.... m` '. an a w w m` rn d w w m m a w w w a n m .� rn n' a m c' a c m a o a 0 m o m o Y LL O_ ILL V C m O U U U m 0 O O E 2 2 W c c c $ o n o O c Q E E E E o 0 0 0 ¢ 2 15 N N m N N N m n m m o Thompson Boulevard ImprovementsArlington Heights Roadto Weilando 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) $4,662.44 Sub -Consultant: Midland Standard Engineering and Testing (Geotechnical Studies) $14,700.00 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 1 Subtotal $163.50 $33,250.23 2 2020/2021/2022 Thompson Construction Contracts Preliminary (65%) Engineering Printing: 212(11"x17")pages @ $0.16/ea. @ 12 sets Shipping: 12 packages @ $12.00/ea. Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $407.04 $144.00 $54.50 Item 2 Subtotal $605.54 $0.00 3 2020 Thompson Construction Contract Pre -Final (90%) Plans, Special Provisions and Estimates Printing: 200 (8"xll") pages @ $0.10/ea. @ 12 sets Printing: 94 (11"x17") pages @ $0.16/ea. @ 12 sets Shipping: 12 packages @ $12.00/ea. Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $240.00 $180.48 $144.00 $54.50 Item 3 Subtotdl $618.98 $0.00 4 2020 Thom son Construction Cony ( } ns, Special 11 Provisions and Estimates o p ntract Final 300% Pla Printing: 200(8"xll") pages @ $0.10/ea. @ 2 sets Printing: 94(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 $180.48 $24.00 $54.50 Item 4 Subtotal $298.98 $0.00 5 2021 Thompson Construction Contract Pre Final (90%) Plans, ""'Special Provisions and Estimates Printing: 200 (8"xll") pages @ $0.10/ea. @ 2sets $40.00 Printing: 143 (11"x17") pages @ $0.16/ea. @ 12 sets $274.56 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 4 Subtotal $393.06 $0.00 Thompson Boulevard Improvementsin eights Road to WeilandRoad ............................... Village of Buffalo Grove I April 3, 2018 Direct Costs (Page 2 of 2) Item 6 2021 Th Task Construction Contract Final In -House Sub -Consultant Iirect Cost Cost Plans Special Provisions Printing: 200(8"x11") pages @ $0.10/ea. @ 2 sets $40.00 Printing: 143 (11"x17") pages @ $0.16/ea. @ 12sets $274.56 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 4 Subtotal $393.06 $0.00 7 2022 Thompson Construction Contract Pre Final (90%) Plans, Special Provisions and Estimates Printing: 200(8"x11")pages @ $0.10/ea. @ 2sets $40.00 Printing: 119 (11"x17") pages @ $0.16/ea. @ 12 sets $228.48 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 Item 4 Subtotal $346.98 $0.00 8 2022 Thompson Construction Contrail Final (100%) Plans, Special Provisions and Estimates Printing: 200 (8"x11") pages @ $0.10/ea. @ 2 sets $40.00 Printing: 119 (11"x17") pages @ $0.16/ea. @ 12sets $228,48 Shipping: 2 packages @ $12.00/ea. $24.00 Mileage: 2 trips @ 50 mi./round trip @ $0.545/mi. $54.50 I Item 4 Subtotal $346.98 $0.00 9 Project Administration, Coordination and Permits Printing: 200(8"x11")pages @ $0.10/ea. @ 2 sets $40.00 Printing: 94(11"x17")pages @ $0.16/ea. @ 12sets $180.48 Shipping: 2 packages @ $12.00/ea. $24.00 Item 5 Subtotal $293.53 $0.00 10 „Constru, ,.,,s, .. , _. .� ilion Assistance Mileage: 3 trip @ 50 mi./round trip @ $0.545/mi. $81.75 Item 6 Subtotal $81.75 $0.00 Total In -House Direct Costs: $3,542.36 - Total Subconsultant Costs: $33,274.23 TOTAL IN-HOUSE DIRECT & SUBCONSULTANT COSTS: $36,816.59 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 Thompson Boulevard Section 16-00107-00-RS Arlington Heights Road to Weiland Road 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. Project Description and Scope of Work The project consists of roadway improvements for the alignment include sections slated for reconstruction, sections for resurfacing, and sections the are yet to be explored with pavement cores and soil) borings. Therefore, the proposed scope for this work includes; 1. Arlington Heights Road to Buffalo Grove 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. Buffalo Grove Road to Weiland Road —A total of seventeen (17) 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 $ 14,700.00. 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, MIDLAbll)STANDARD ENGINEERING &TESTING, INC. William 1. Wyzgala, P.E. Principal Engineer Enclosure: Attachment 1 ATTACHMENT 1 SCHEDULE OF SERVICES AND FEES Thompson Boulevard Section 16-00107-00-RS Arlington Heights Road to Weiland Road Buffalo Grove, Illinois Item Estimated Quantity Unit Cost Field Services Mobilization of Drill Rig, equipment, and personnel, lump sum 1 $400.00 Roadway profile borings with Split Spoon Sampling, LE 170 $21.00 Pavement Core with Shallow Subgrade Soil Probe, ea. 20 $175.00 Traffic Control, signs, barricades, Flagmen, etc./day 1 $660.00 Field Services Total: Laboratory 5eryice s Moisture Content Determinations, ea 88 $6.00 Soil Classification, Grain Size by Hydrometer and Atterberg Limits, each Engineering Services for Roadwav Geotechnical Re Dort Includin 4 $179.00 Laboratory Services Total: Layout Coordination %v/Design Engineer Utility Clearance and Permits Engineering Supervision of Soil Borings Preparation of Soil Profile Drawings Summary of Exisiting Pavement Materials Analysis and Recommendations for Subgrade Preparation, Report, Consultation Principal Engineer, per hr. 3 Project Engineer, per hr. 12 Staff Engineer, per hr. 16 Field Engineer, per hr. 16 Word Processing, per hour 2 $150.00 $135.00 $100.00 $95.00 $68.00 Estimated Cost: PROJECT TOTAL: MSET, INC. 3/29/18 Extension $400.00 $3,570.00 $3,500.00 $660.00 $8,13 .00 $528.00 $716.00 $1,244.00 1 $450.00 $1,620.00 $1,600.00 $1,520.00 $136.00 $5,326.00 $14,700.00 f OD O W F- O W U >N i.f.. LLI W Z X_ N LL O UU 13.0 " W U OQ U � V) w F— U) O U oj0000 o_o ❑ J p, M'.N OD O M [D (D O O O O ZZZ O Q f Co (O CO 0 C7 a LL p L N O C9 N M N r ll'1 O O aO T V O r (O 00 a0 r O N m to m to o m, N V 0 0 J O m0x' O r 0 w o m F� W O I I I 0 0 o O O U T N(MOO I C! p W W W W a)(00 V co O CJ1 (O x LL LL N C. W oI O W N Cl) 0 x p Or U. ❑ z m C acq ro N W ; Oi of M CV (O x tl W U N N (O N C w o Z p LL O N O O O U 7 J O c co oOD 00 CA O mr�v� (n a H N co u7N MN V N 0 o x z Q L d ®8 rn m fYl L I p, oi® fIV U H ~ p~ N R7a 0 p 05 %XXn Z � tlS CU ❑ E R N O C O (D `8 ' ' w o U U U c u -a c a cis car ar oo 0 LL.00®U u a r 7:4 N 1 ' lool I Wax O T O aO m G Z Q J cn Z O U W F- m cl NW {.L Q a W a a U) W U LU 3 O w a J D TO i W 9 W FR �9mg o o v 0 U 7 IN N i O 'O Q CM'l 00 M v b Z m e o o mA a of M <d w m u N 0 a 0 2 N M Y m > N N V m co m A L O. OpA h W w m U mu � N O N o 2 O A m LL m A e o o a E; 0 U a v m u n O N u, 2 01 . A o lei, o o 0 o p O F IL m N O V 0 m m m LL 20 v > 01 T a n'i ''., w m t0 N w F U9 e g N e m el. m r 00 w a N N N 0 a 0 N Y7 co �2 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 O O O O �j FJa- O 2 F N LIJJ O 0 0 0 0 Q7 0 (OMfl�� Z J O (!J t O 12 O c��5 u d O f Q N O o R C O a N ma 0)7 N F... 'o U C m ? v 7 7 N R a j c co c 00 �o y LO O 0 � U � 7 � R C m N 7 E m C O w d Route: Thompson Boulevard Section: County: Lake Job No.: Breakdown of In House Direct Costs Item 1. Field - Topographic Survey a. Trips to project site - 2 ea. + 50 miles/trip x 2 trips = + 100 miles + 100 miles @ $0.54/mile = 5. Coordination Meetings a. Meetings at Civiltech office - 1 ea. + 70 miles/trip x 1 trip = + 70 miles + 70 miles @ $0.54/mile = EACiviltecMBuffalo GroveMompson Blvd\Supplemental Topo\IHC $ 54.00 $ 37.80 Total All Items $ 91.80 4- 0 W E N W H 0 LIE m 0 W co C C V- oa U a co 0 0 O N � N co M N f6 N 0 o E= � LLwU) � 0 0 0 0 0 0 0 0 C r 1� Ci Ln V: O O 0o O N O 0o N O O c N O M N O T r Cl) C,4 V N oD ti O �........ {� It �......... co co C (D O 0o LO r- 00 F, N T ct M C7 T 0 Cl (D 0 o O o N O O O O O O O ` O o O O o O. O V m L m p I 0 0 0 0 0 0 0 o O o Cl O o 'a U 0 C)10 C)''..... aN+ 10 ` Q 000 N (V CO(D LO O=�U 'DR CO. ll�. V: OO r- d y C07 'V' C)cM r- LL LL N N T Ln (D T to L.n O O O Ln (D T T (D '. O T T 7 N ++ N i`- r- tt7 ® O 1- ti C> i+ d• O T N It T O ` N T Cl) VDU LO r ti, O a m It M Cl) � Cl) � C o0 coA N y Cl) O O lqr Cl) M aa m I •- N N > N O LL a ct N O N Ln M M O CD O h — 00 m O 00 cM ti cV O CO OO Ln N N � >+ L L 10 - - CM a (D (D Ln Ln 0 O T N T T 7 O L C f0 C M O U C V C L2 QCL J E O Q 'C C: � ® O CD C C •� •.. ca E N c �C.k' H o U O m E L p� o . . �-0 .0 is m �LL ®U•> 0) OUQ �Q , o � o cn� 0 Cf3Jdd�a d O O W ar .... (D O N > N� LL Lo N O w m J J ❑ ❑ U 2 v ❑ 0': — t + t J J C) ❑ 0 + t M J J ❑ ❑ 0 0 0 Ln Ln Ln Ili 4 4 r T T 2 d O T M C Op O T T N M O N O N N N OLLLLLLN CL O N N M O X X X U IL IL LL o w rn o> > 2 aaa w in n n o, E O O O O Q O �UUUCAJ v rn > , v O Q N N O Cl) fH 0 0 0 O C) CD O O CD O va O. (\i Sri n M 7 y Q y 7 O r N M N N a= 02 O OD (QJ O a ? 7 a N N 68. R O o 0 0 m \ ° O O O R n o 0 O c v cD R u y c C N M (O o a a) > rn o (�D d Q ri 00 N M R � U C o 0 0 o a L o d O (O 00 R Cfi N (O 0 U. U y 7 fry 0 (O a. O '._3 = M � > (D A V} c a o 0 c ' to 00 0 0 O o a Cl o (n E y _ 70 09 06 0 i CA > A C)OD Q CC) � O N u o I o O O_ c 0 y i ',n O M r (O (O M O '', th N CO N O (O M Q N M 00 M (O '.m O LO m y 07 K o o_ N o c N' M o 0 e (6 '.L N O O 000 O ui a y 0 CDLO 000000000 ON O (D Co ®OOO N,,.M 0000N D F 2 y O O O V' (O Cl) lO M N 7 (O (D (O M M Co (O f- � M N M O) N lO (O n co st O] ` w 0 0 0 r) M O B 00 N O f� '..N (O O CO M M N N fD �-- M 0 N C) O O 6) O > 7 (0 Q= O O O '� h Cl) O to N O CO It (O 0) r Cl) (V N (0 LO� 6) � 00 It r- (V C3 1� (q n n N (D fD (D (f) lO V M M M �t co M M M r) N M N N� N r C l0 C (0 U) _ — U N y - Ag N N 0) C O L N N D_ U'...a...a U) C C T N, T w C C d a) N Q ~ _OL9•: U Y L O w w U) 4) N O d U)U d-E Y U U C O L C C L Q a a Lc N� � C) c C a) O O C N U 0 y U �� a a a a a_ _ w w m E — U U cao J d (D H U) U N d U C C C N N fA cn ¢ ' D a) cO c C C 4 N N N4 Q �� y cU 'U lu) "O 0)uN� a¢¢nn(nn(n(nnn(nu)nn(nwwa¢¢¢¢wn . U) a o02 N O N Q eD LO N O O N Q N m M w H Z_ a all a � C)> o �a � am a C) N 3 0 O S a rn> o o � Q � o m ' a o 0 N 0 ° O S a rn > o o Q C, o m a N 7 O O S a t3) > O O Q C) 0 16 a o N L 3 O O S a CI > O O em o a N 7 O O _c 2 a > LO �. to CA N q m' Q N M CO O 61) C m o O V o at 7 O o a O N O C,.) �......... co v u m,O N Cl)N S QJ ` m O O O O O O CO CO C') Cl) O t0 C) O � N N O � 'V 1� CO N CC) Cn Cl) O m Cw] CO C9 Cn Cl C- N � N Cl) (0 N � C) a. O O'.N N CC) O CO O'.(O C, O O >> l0 Q = O CD t` C)m C` CC) n (O M o 0 (O Cn R N CO O '.... Cn M V V V CO V CA Cl) Ih Cl) 6 M N N CO Cl) m Cl) 1-- Cl) O Cl) f Cl) 06 N V I- N C) C` Cn C'' C 7 �) fA .N m a� mmaa�aa�a°i ccm m a Q ? m c ' c� Nin c��n -- wwU) in ~ IL uNi V c c O0 o 0 o c m a aNN aa —W m w0a.a3yo')) HUUoU ;m m c cN cN yQ 000O O O O 0 0 0 O OCCC Cu 4)IZ; D ��Cm CU omn cNN CU � N N m CCCCCC N N N 0 N NN CCC m CCcu UCaQC f m C m naaannnnnnnncnncnu)u)ww n cEo o d w N O Q a �C6 L o o w cm N 0 c� m O w F- Z a HUFF & HUFF, INC. SUMMARY OF INHOUSE DIRECT COSTS Project: Civiltech Thompson Ph II Task 01- Site Recon and Mark Borings Trips - Company 70 miles x Tolls DIRECT 1 x $ 0.545 = $ 38.15 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.PT00017.19 CivTch Thompson REV Direct Cost.xls]lnhc HUFF & HUFF, INC. SUMMARY OF OUTSIDE DIRECT COSTS Project: Civiltech Thompson Ph II Task 09 - Site Recon and Mark Borings OUTSIDE 0 x $ - = $ - 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 Task 06 - Wetland and WOUS Delineation Trips -Employee 0 .miles x Tolls - Employee Parking Maps/Aerials Federal Express Records Search 0 x $ - = $ - Task Total $ - 2 x $ 175.00 = $ 350.00 Task Total $ 350.00 & Report Update 0 x . $ 0.535 = $. - 0 x $ 1.00 = $ - 0 x $ 10.00 = $ - 0 x $ 10.00 = $ - 0 x $ 20.00 = $ - 0 x $ 250.00 = $ - 0 x $ - = $ - Task Total $ GRAND TOTAL $ 650.00 \\Gzachicago\finance\PROPOSALS\Proposal-FY2019\Civiltech\[81.PTO 0017.19 CivTch Thompson REV CECS CPFF.xls]ESCA