Loading...
2021-14 - APPROVING A LOCAL PUBLIC AGENCY AGREEMENT FOR FEDERAL PARTICIPATION AND A LOCAL PUBLIC AGENCY ENGINEERING SERVICES AGREEMENT RELATED TO THE PHASE II DESIGN OF BERNARD DRIVE FROM ARLINGTON HEIGHTS ROAD TO BUFFALO GROVE ROAD - 05/17/2021RESOLUTION NO.2021-14 A RESOLUTION APPROVING A LOCAL PUBLIC AGENCY AGREEMENT FOR FEDERAL PARTICIPATION AND A LOCAL PUBLIC AGENCY ENGINEERING SERVICES AGREEMENT RELATED TO THE PHASE II DESIGN OF BERNARD DRIVE FROM ARLINGTON HEIGHTS ROAD TO BUFFALO GROVE 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 Ordinance No. 2019-56 (An Ordinance Approving an Agreement for Engineering Services for Bernard Drive) which indicated the Village's agreement to implement the Phase I Study of Bernard Drive; 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 a portion of the total Phase II Design costs of $350,000, for this agreement; and, WHERAS, the Village Board indicates the Village's desire to enter into a Local Public Agency Engineering Services Agreement with Christopher B. Burke Engineering, Ltd. (CBBEL) to complete a Phase II Engineering Design for Bernard Drive. 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 Public Agency Agreement for Federal Public Participation" between State of Illinois Department of Transportation and the Village of Buffalo Grove and the Agreement entitled "Local Public Agency Engineering Services Agreement" between the Village of Buffalo Grove and CBBEL related to the Bernard Drive (Arlington Heights Road to Buffalo Grove Road) Phase II Design, are hereby approved ("Agreements"). Section 2: The Village President and Village Clerk are authorized and directed to execute the Agreements. A copy of said Agreements are attached hereto and made a part hereof. AYES: 5—Stein Ottenheimer.Johnson Smith Pike NAYES: 0 — None ABSENT: 1— Weidenfeld PASSED: May 17, 2021 APPROVED: May 17, 2021 APPROVED: 6 Beverly4n, Village President ATTEST: Janet abian, Village Clerk • Illinois Department Local Public Agency Agreement o :� of Transportation for Federal Participation LOCAL PUBLIC AGENCY Local Public Agency County Section Number VILLAGE OF BUFFALO GROVE Cook 20-00108-00-RS Fund Type ITEP, SRTS, HSIP Number(s) MPO Name MPO TIP Number STU CMAP 03-20-0049 ❑ Construction on State Letting ❑ Construction Local Letting ❑ Day Labor ® Local Administered Engineering ❑ Right-of-Way Construction Engineering Right of Way Job Number Project Number Job Number Project Number Job Number Project Number -91-140-21 UYD9(926) This Agreement is made and entered into between the above local public agency, hereinafter referred to as the"LPA"and the State of Illinois,acting by and through its Department of Transportation, hereinafter referred to as"STATE".The STATE and LPA jointly propose to improve the designated location as described below.The improvement shall be consulted in accordance with plans prepared by,or on behalf of the LPA and approved by the STATE using the STATE's policies and procedures approved and/or required by the Federal Highway Administration, hereinafter referred to as"FHWA". LOCATION Stationing Local Street/Road Name Key Route Length From To BERNARD DR. MUN 4045 1.38 Mi. 0.00 1.38 Location Termini S. ARLINGTON HEIGHTS ROAD to S. BUFFALO GROVE ROAD Current Jurisdiction Existing Structure Number(s) Add Location VILLAGE OF BUFFALO GROVE N/A Remove PROJECT DESCRIPTION PHASE II - reconstruction of Bernard Drive from Arlington Heights Road to Buffalo Grove Road including a new bike path along the south side, replacement of the north sidewalk for ADA compliance, White Pine Ditch culvert replacement, storm sewer outfall improvements along Navajo Trail from Bernard Drive to Buffalo Creek to reduce flooding. LOCAL PUBLIC AGENCY APPROPRIATION -REQUIRED FOR STATE LET CONTRACTS By execution of this Agreement the LPA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LPA share of project costs.A copy of the authorizing resolution or ordinance is attached as an addendum. METHOD OF FINANCING -(State-Let Contract Work Only) Check One ❑ METHOD A-Lump Sum (80%of LPA Obligation Lump Sum Payment-Upon award of the contract for this improvement,the LPA will pay the STATE within thirty(30)calendar days of billing, in lump sum,an amount equal to 80%of the LPA's estimated obligation incurred under this agreement.The LPA will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs)in a lump sum within thirty(30)calendar days of billing in a lump sum,upon completion of the project based on final costs. ❑ METHOD B- Monthly Payments of due by the of each successive month. Monthly Payments-Upon award of the contract for this improvement,the LPA will pay to the STATE a specified amount each month for an estimated period of months,or until 80%of the LPA's estimated obligation under the provisions of the agreement has been paid.The LPA will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs)in a lump sum, upon completion of the project based upon final costs. ❑ METHOD C- LPA's Share divided by estimated total cost multiplied by actual progress payment. Progress Payments-Upon receipt of the contractor's first and subsequent progressive bills for this improvement,the LPA will pay to the STATE within thirty(30)calendar days of receipt, an amount equal to the LPA's share of the construction cost divided by the estimated total cost multiplied by the actual payment(appropriately adjust for nonparticipating costs)made to the contractor until the entire obligation incurred under this agreement has been paid. Printed 04/30/21 Page 1 of 6 BLR 05310(Rev.02/03/21) Failure to remit the payment(s)in a timely manner as required under Methods A, B,or C shall allow the STATE to internally offset, reduce, or deduct the arrearage from any payment or reimbursement due or about to become due and payable from the STATE to the LPA on this or any other contract.The STATE at its sole option, upon notice to the LPA,may place the debit into the Illinois Comptroller's Offset System(15 ILCS 405/10.05)or take such other and further action as may be required to recover the debt. THE LPA AGREES: 1. To acquire in its name,or in the name of the STATE if on the STATE highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, and established State policies and procedures. Prior to advertising for bids,the LPA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied.The disposition of encroachments, if any,will be cooperatively determined by representatives of the LPA,the STATE,and the FHWA if required. 2.To provide for all utility adjustments and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Public Agency Highway and Street Systems. 3.To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. 4.To retain jurisdiction of the completed improvement unless specified otherwise by addendum(addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction, a jurisdictional addendum is required. 5.To maintain or cause to be maintained the completed improvement(or that portion within its jurisdiction as established by addendum referred to in item 4 above)in a manner satisfactory to the STATE and the FHWA. 6.To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. 7.To maintain for a minimum of 3 years after final project close out by the STATE, 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.The LPA agrees to cooperate fully with any audit conducted by the Auditor General,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 presumption in favor of the STATE for 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. 8.To provide if required,for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. 9.To comply with Federal requirements or possibly lose(partial or total)Federal participation as determined by the FHWA. 10. (Local Contracts or Day Labor)To provide or cause to be provided all of the initial funding,equipment, labor, material and services necessary to complete the project. 11. (Preliminary Engineering)In the event that right-of-way acquisition for, or construction of,the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following FHWA authorization,the LPA will repay the STATE any Federal funds received under the terms of this agreement. 12. (Right-of-Way Acquisition)In the event construction has not commenced by the close of the twentieth fiscal year following FHWA authorization using right-of-way acquired this agreement,the LPA will repay the STATE any Federal Funds received under the terms of this agreement. 13. (Railroad Related Work)The LPA is responsible for the payment of the railroad related expenses in accordance with the LPA/ railroad agreement prior to requesting reimbursement from the STATE. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets Office. Engineer's Payment Estimates shall be in accordance with the Division of Cost. 14.Certifies to the best of its knowledge and belief that it's officials: a. are not presently debarred,suspended, proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; b. have not within a three-year period preceding this agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a public(Federal, State or local)transaction or contract under a public transaction;violation of Federal or State antirust statutes or commission of embezzlement, theft,forgery, bribery,falsification or destruction of records, making false statements receiving stolen property; c.are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal,State, Local)with commission of any of the offenses enumerated in item(b)of this certification;and d. have not within a three-year period preceding the agreement had one or more public transactions(Federal, State,Local) terminated for cause or default. 15.To include the certifications,listed in item 14 above, and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. 16. (STATE Contracts).That execution of this agreement constitutes the LPA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. 17.That for agreements exceeding$100,000 in federal funds,execution of this agreement constitutes the LPA's certification that: a. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress,an officer or employee of congress,or any employee of a member of congress in connection with the awarding of any federal contract,the making of any cooperative agreement, and the extension,continuation, renewal,amendment or modification of any Federal contract,grant,loan or cooperative agreement. Printed 04/30/21 Page 2 of 6 BLR 05310(Rev.02/03/21) b.If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress,an officer or employee of,congress or an employee of a member of congress in connection with this federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit standard form-LLL,"Disclosure Form to Report Lobbying",in accordance with its instructions. c.The LPA shall require that the language of this certification be included in the award documents for all subawards(including subcontracts,subgrants and contracts under grants, loans and cooperative agreements),and,that all subrecipients shall certify and disclose accordingly. 18.To regulate parking and traffic in accordance with the approved project report. 19.To regulate encroachments on public rights-of-way in accordance with current Illinois Compiled Statutes. 20.To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with the current Illinois Compiled Statutes. 21.To comply with the federal Financial Integrity Review and Evaluation (FIRE)program,which requires States and subrecipients to justify continued federal funding on inactive projects.23 CFR 630.106(a)(5)defines an inactive project as a project in which no expenditures have been charged against federal funds for the past twelve(12) months. 22.(Reimbursement Requests)For reimbursement requests the LPA will submit supporting documentation with each invoice. Supporting documentation is defined,as verification of payment,certified time sheets or summaries,vendor invoices,vendor receipts,cost plus fix fee invoice, progress report, personnel and direct cost summaries, and other documentation supporting the requested reimbursement amount(Form BLR 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. 23.(Final Invoice)The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation of all incurred costs, less previous payments,no later than twelve(12)months from the date of completion of work or from the date of the previous invoice,which ever occurs first. If a final invoice is not received within this time frame,the most recent invoice may be considered the final invoice and the obligation of the funds closed. Form BLR 05613(Engineering Payment Record)is required to be submitted with the final invoice on the engineering projects. 24.(Project Closeout)The LPA shall provide the final report to the appropriate STATE district office within twelve(12)months of the physical completion date of the project so that the report my be audited and approved for payment. If the deadline cannot be met, a written explanation must be provided to the district prior to the end of the twelve(12)months documenting the reason and the new anticipated date of completion. If the extended deadline is not met,this process must be repeated until the project is closed. Failure to follow this process may result in the immediate close-out of the project and loss of further funding. 25.(Project End Date)For Preliminary Engineering projects the end date is ten (10)years from the execution date of the agreement. For Right-of-Way projects the end date is fifteen (15)years from'the execution date of the agreement. For Construction projects the end date is five(5)years for projects under$1,000,000 or seven (7)years for projects over$1,000,000 from the execution date of the agreement. Requests for time extensions and joint agreement amendments must be received and approved prior to expiration of the project end date. Failure to extend the end date may result in the immediate close-out of the project and loss of further funding. 26. (Single Audit Requirements)That if the LPA expends$750,000 or more a year in federal financial assistance they shall have an audit made in accordance with 2 CFR 200. LPA's expending less than$750,000 a year shall be exempt from compliance.A copy of the audit report must be submitted to the STATE(Office of Internal Audit, Room 201,2300 South Dirksen Parkway, Springfield, Illinois, 62764)within 30 days after the completion of the audit, but no later than one year after the end of the LPA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. 27. That the LPA is required to register with the System for Award Management or SAM,which is a web-enabled government-wide application that collects,validates,stores, and disseminates business information about the federal government's trading partners in support of the contract award and the electronic payment processes.To register or renew, please use the following website: httos://www.sam.gov/SAM/ 28. (Required Uniform Reporting)To comply with the Grant Accountability and Transparency Act(30 ILCS 708)that requires a uniform reporting of expenditures. Uniform reports of expenditures shall be reported no less than quarterly using IDOT's BoBS 2832 form available on IDOT's web page under the"Resources"tab.Additional reporting frequency may be required based upon specific conditions,as listed in the accepted Notice of State Award(NOSA).Specific conditions are based upon the award recipient/grantee's responses to the Fiscal and Administrative Risk Assessment(ICQ)and the Programmatic Risk Assessment (PRA). NOTE: Under the terms of the Grant Funds Recovery Act(30 ILCS 705/4.1),"Grantor agencies may withhold or suspend the distribution of grant funds for failure to file requirement reports" if the report is more than 30 calendar days delinquent,without any approved written explanation by the grantee,the entity will be placed on the Illinois Stop Payment List. (Refer to the Grantee Compliance Enforcement System for detail about the Illinois Stop Payment List:https://www.illinois.gov/sites/GATA/Pages/ ResourceLibrary.aspx) THE S ATE;# RE r � ._ , . �? e R � � 1. To provide such guidance,assistance,and supervision to monitor and perform audits to the extent necessary to assure validity of the LPA's certification of compliance with Title II and III Requirements. 2. (State Contracts)To receive bids for construction of the proposed improvement when the plans have been approved by the STATE(and FHWA, if required)and to award a contract for construction of the proposed improvement after receipt of a satisfactory bid. 3. (Day Labor)To authorize the LPA to proceed with the construction of the improvement when agreed unit prices are approved, and to reimburse the LPA for that portion of the cost payable from Federal and/or State funds based on the agreed unit prices and engineer's pay estimates in accordance with the division of cost page. Printed 04/30/21 Page 3 of 6 BLR 05310(Rev.02/03/21) 4. (Local Contracts)For agreements with federal and/or state funds in engineering, right-of-way, utility work and/or construction work: a.To reimburse the LPA for federal and/or state share on the basis of periodic billings,provided said billings contain sufficient cost information and show evidence of payments by the LPA; b.To provide independent assurance sampling and furnish off-site material inspection and testing at sources normally visited by STATE inspectors for steel,cement,aggregate,structural steel, and other materials customarily tested by the STATE. IT IS°MUTUALL�YAGREED ' �� rxr��' ti ` 1. Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and federal Buy America provisions. 2. That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation within one (1)year of the date of execution of this agreement. 3. This agreement shall be binding upon the parties,their successors and assigns. 4. For contracts awarded by the LPA,the LPA shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any USDOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts.The LPA's DBE program,as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this agreement. Upon notification to the recipient of its failure to carry out its approved program,the STATE 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.0 3801 et seq.). In the absence of a USDOT-approved LPA DBE Program or on state awarded contracts,this agreement shall be administered under the provisions of the STATE'S USDOT approved Disadvantaged Business Enterprise Program. 5. In cases where the STATE is reimbursing the LPA,obligation of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year,the Illinois General Assembly or applicable federal funding source fails to appropriate or otherwise make available funds for the work contemplated herein. 6. All projects for the construction of fixed works which are financed in whole or in part with funds provided by this agreement and/or amendment shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of the act exempt its application. ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this agreement. X 1. Location Map X 2. Division of Cost X 3. GATA Reporting AtldRoow Printed 04/30/21 Page 4 of 6 BLR 05310(Rev.02/03/21) • The LPA further agrees as a condition of payment,that it accepts and will comply with the applicable provisions set forth in this agreement and all Addenda indicated above. APPROVED APPROVED State of Illinois Local Public Agency Department of Transportation Name of Official(Print or Type Name) Omer Osman P.E.,. __ „ Secretary Date BEVERLY SUSSMAN 4041,‘ b'/�Title of Officialn VILLAGE PRESIDENT By: Signature Date Director of Planning & Programming Date Director of Planning&Programming Date The above signature certifies the agency's Tin number is 362525051 conducting business as a Governmental Entity. N P\ Duns Number 074402751 Yan su Kim,Chief unsel Jam' ./tA� Joanne Woodworth,Actin. Chief Fiscal Officer Date NOTE: if the LPA signature is by an APPOINTED official, a resolute•n authorizing said appointed official to execute this agreement is required. Printed 04/30/21 Page 5 of 6 BLR 05310(Rev.02/03/21) I`:'... t e ,1 9�J 1 x 0 1Ao0 2,000 4,000 BE<MAR Cq C ;-:4� .!-- !] ,..-.4.4 I x r x Feet x L=` tY Buffs 1 inch 2,000 feet NORTH ,y n RIDGEF/ 1, II .'' Wm conch Mundelein ' n ELD� _ W_ Groye , Q f _< - > P m oICAN _ IOr. m _ - O H/ODEN,• :O �I— FABISH 7a ; i1wooc '�. _ _ `�q�m 0 I for Mo ox Fo' � ��r s�Hl9hlandPN zi \'C'S' 4- z J + o / [v/ 101 ; I� Q0 u Buffalo Grove j. o w lc.\.�P<CQ4:2 a D 11' ,n z -- NF�T" mc� OHESTER_RD I,o Barrtngton''• `�\\.t, > w z p No-1; '`. .. ..N orthbrock '0\��;p�S' t t7 m "/qc,=LE w O 1-?;):- > ! `NE-I:I- Roir AP ersville y S I .17 �'- J`i'.c d'.. W-n .F FF. I i zo` ¢ o o+. I'o.�; >! I l l : f .-- PROJECT LOCATION 9iP� S. ��G 0-.. FARP\� -�'p ''. 4i, CO,.. -y i a' 2I� 0 �2O -D.R ek ) -ru11W1 P PEIBLVrA �x >F -.- Estates -' ` De;Plaines lenview Z��F`000 P WIlIOW - oP- I PLACFq a _ I; h10R—LE--- =I QI, r�1I1I i �+Il!3lil an ..� I. p ,tia 1 " - ..r N.. :_ 2 -m P UL---- .:- __Lai l A ' 11 i WI.-J'.. Hotn �— I © c� YI... , / - Stream w '' O� -�~ c(I7—__1 I' L.. �-7.1„ m PAU41(, p� - L `'�I �,y41, ��-P ark .- , . 0 83 ,GHAM LN !, jr� BOO W1,--; : oUo ',' - z : _J %STo`ooQ" Q DOG.' N i_/ EAN1NJ lD CyECK�R RD R Q BA LN NE II ri �� w , WEIDNEA 11 i ' Groveo 'S p53' - I --�` °McORY L.j{ G DRZ i° - �a Golf Club ybri FcTT u i PAw j { LAKE R° r� °� — ; ;� -,Z I� R/OG,'7Cc. ):: TEHAcCJAP<,O GR ROVE CIR 0 0`. o: s °�' INGSGS EYCD� w _ 'F _ �„O pr z BAP 3 z RU D �: ��F=S� ; PROJECT LOCATION �a II , _ �. N :`�. ,,,cn .� I O E. > e RD rt1q LS RD1, MINGSLEY D-F�i` ` _-- t� ichols wHt - .��i�\CyOLS=RD° _ .26: �`,� o. p� o c _ ro s , `ii I' ;Sr' 2 0 Golf IWINDFIEL2 D 1 (,� Ai O - Q I <� ~ _J �. O' .NGTp '1 n _A. ,wq R�P,CHELL ice, } loll m, h Z STLLWELLDR i J m �; NOP Bu EEK i Course ,J = N� 0 "Z c7 •,� �� - b10HA K7R $ , �r INDFIELD DR I �EI'C -�a O ~ �"27 / _ w x .Z. - I - - H U ti I I I--I -I 1-,A' RD ,F/IEW TERR CT /Jp Y sm.-- I' - 1APPFIELD DR " �4�� A I • re'to 1 - o ow OAK.OR "2�� 1�; •?....N • --__....0 NNICO�P. �._.___s_� r (7 OyWOOD RR _ la m C y -' -..0 s ; o.� —Y-I� 'P: - J 3 E , m 1 3 ar 'L.i 1 ._g ce Buffalo , ZBRADLEY RD /_`FKcc N / ; yl j Ii0 O J a .t'^ PO LL Plaza ` O I '! l Q Grove .__ A C AKA/N. e- = q.,-- Ridge ��� P �' r p CTONO A pd Il' >.I High School aO _ CHENAl D i6 6OR F- cr ��.� w Z pd Q DUNDEE RD- Tip o y 4- - VILLA VERDE, 4 !,N t � O 0 sl IEW TERRACE - �_- I �i i p O SHURE DRVit, ----- r - f .` O s. ____[(t0� '_ 4, 0 . Ir o 'a.. O„�au E ARK PL�•o 41, I w m ?AlA Ia` CELLULAR DR ' :..� �z (('F«,m 1 3 E , z m © rec _ ,,-m m MARCY LA LEES . a - O O m < Z R Rri OR -m ____ Z < ON\_. < w w °' d� ,o G'...� -4. Fi ANTHONY RD Z_i UNIVERSITY I -�---..,,o p ;o Q o:.3 m FLEN-PE LN W_ _ _ Qyq.:9, '6 `_ -I( Z QR O FE > >DOWNING RD UN/Vc,,p R<FS Li NTRL, \'co i °t .,0GA U �GTO, z — Sry' 0A �p _ , t P -- __TANG_LEW00D DRV`'} O K f a',I \ c , Q--._ TAHOF .OR --0 ,T _ O A H �' HACKBER -DRV F� ' t4 H"-��,\,c ----¢ z o. cn p Q_ o'1P 9e H4oa m KIVGSP°RT Ir w `N. ,( t'E DR '{ _ ARI�GE Vd Luz O DR 3 O-Lt. P ?i9 m O -- > ] 4 KBER Y DRV_ = 0.' - _t 7 �'C > 2 !.CAPTAINS � If` I j`�1I,� T ..-_ z J� m-HUNTER DR S�.P Cr EM I� a! G TREE ! BRnT URBRNTTANY DRVI�~ _. r- / m R wi O _ .LAKOEVIEW DR_-. -z��/ 4 m w �I O1 _ r I ` tp B OAK OR 3 �N' _ V P ESO Z w� °3i, Q18 KLEV DRV >__, '`-`�IoBR j ANY DR ¢ �e_ // f - �-.D`�, W. o `� RI Q zI > -p BRAESbFO`_. i:.._=BPo!.TA NY; ; ?i �.. ZG�c O// J..L _��LO d 2...: ,^', I�4� U o m'xY O > t7 12 `, n�w.a wl , \A w �_--- J .uL _w ATH AqY fA y �. -14,d S ( I-.KINGSBURY DRV 0 +� HINTZvRD •S m R� a i l I/p �a°a I < >EI('Try .k_ SI RRY!'Cl_Th ( -,O e -, O-rOsd ��BR/O I..P� it {L NTERBU O N z-- Q Q Cry° O�N�=RBURY'D g Q,.. m REYLJ;`viLADOW WOGE N g m v II,4. XP —,1 I .�, d 1n ' O CF 00 � L SUFFIELD DR 5 m SUFFIEO pZP ¢ u t7 EE (I It �K LN{ tiI 1 N � ,t1"�`,..(I�--,�a.. a;,.. O,p, <SAVE m -�,l SUFEIELD-DV IW ,. .. a z. _. . 3�'. !7,1 _ O I .I I_xJ O CLIENT VILLAGE OF TITLE. PROJ.NO. 190474 s `3tra VILLAGE OF PROJECT LOCATION MAP DATE 2/11/2020 BUFFALO GROVE SHEET 1 OF 1 c DRAW NG NO. m DSG N. SCALE 1:24,000 EXH 1 z �B CHRISTOPHER B. BURKE ENGINEERING, LTD. DWN. DRW AUTHOR. DWALTERS 9575 W.Higgins Road,Suite 600•Rosemont,Illinois 60018 CHKD. PLOT DATE: 2/11/2020 2 99 (847)823-0500 FILE: Location Map ADDENDA NUMBER 2 Local Public Agency County Section Number VILLAGE OF BUFFALO GROVE Cook 20-00108-00-RS Construction Engineering Right of Way Job Number Project Number Job Number Project Number Job Number Project Number D-91-140-21 UYD9(926) DIVISION OF COST Federal Funds State Funds Local Public Agency Type of Work Fund Type Amount % Fund Type Amount % Fund Type Amount % Totals Preliminary Engineering STU $350,000.00 * LOCAL $901,381.32 BAL $1,251,381.32 Total $350,000.00 Total Total $901,381.32 $1,251,381.32 'XIMMOIM If funding is not a percentage of the total place an asterisk(*)in the space provided for the percentage and explain below: *Maximum FHWA(STU)Participation 50%,Not to Exceed $350,000 NOTE:The costs shown in the Division of Cost table are approximate and subject to change.The final LPA share is dependent on the final Federal and State participation.The actual costs will be used in the final division of cost for billing and reimbursement. Printed 04/30/21 Page 6 of 6 BLR 05310(Rev.02/03/21) Addendum 3 Grant Accountability and Transparency Act (GATA) Required Uniform Reporting The Grant Accountability and Transparency Act (30 ILCS 708), requires a uniform reporting of expenditures. Uniform reports of expenditures shall be reported no less than quarterly using IDOT's BoBS 2832 form available on IDOT's web page under the "Resources" tab. Additional reporting frequency may be required based upon specific conditions, as listed in the accepted Notice of State Award (NOSA). Specific conditions are based upon the award recipient/grantee's responses to the Fiscal and Administrative Risk Assessment (ICQ) and the Programmatic Risk Assessment (PRA). PLEASE NOTE: Under the terms of the Grant Funds Recovery Act (30 ILCS 705/4.1), "Grantor agencies may withhold or suspend the distribution of grant funds for failure to file requirement reports"if the report is more than 30 calendar days delinquent, without any approved written explanation by the grantee, the entity will be placed on the Illinois Stop Payment List. (Refer to the Grantee Compliance Enforcement System for detail about the Illinois Stop Payment List: https://www.illinois.gov/sites/GATA/Pages/ResourceLibrary.aspx ) Illinois Department Local Public Agency of Transportation Engineering Services Agreement Agreement For Agreement Type Using Federal Funds?® Yes ❑ No Federal PE Original LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number VILLAGE OF BUFFALO GROVE Cook 20-00108-00-RS D-91-140-21 Project Number Contact Name Phone Number Email UYD9(926) DARREN MONICO (847) 459-2523 DMONICO@VBG.ORG SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number BERNARD DR. 0-4045 1.43 MI N/A Location Termini Add Location S. ARLINGTON HEIGHTS RD. TO S. BUFFALO GROVE RD. Remove Location Project Description Reconstruction of Bernard Drive from Arlington Heights Road to Buffalo Grove Road including a new bike path along the south side, replacement of the north sidewalk for ADA compliance, White Pine Ditch culvert replacement, storm sewer outfall improvements along Navajo Trail from Bernard Drive to Buffalo Creek to reduce flooding. Engineering Funding ® Federal ® MFT/TBP ❑ State ❑ Other Anticipated Construction Funding Federal Z MFT/TBP ❑ State ❑ Other AGREEMENT FOR ❑ Phase I-Preliminary Engineering ® Phase II-Design Engineering CONSULTANT Consultant(Firm)Name Contact Name Phone Number Email CBBEL LEE M. FELL, PE (847) 832-0500 LFELL@CBBEL.COM Address City State Zip Code 9575 W. HIGGINS RD. ROSEMONT IL 60018 THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the"DEPARTMENT,"will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER,acting as an individual, partnership,firm or legal entity,qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT.The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Printed 05/10/21 Page 1 of 11 BLR 05530(02/10/21) Contractor Company or Companies to which the construction contract was awarded AGREEMENT EXHIBITS The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: ® EXHIBIT A: Scope of Services ►�I EXHIBIT B: Project Schedule ►�� EXHIBIT C: Direct Costs Check Sheet ® EXHIBIT D: Qualification Based Selection(QBS)Checklist ® EXHIBIT E: Cost Plus Fixed Fee Cost Estimate of Consultant Services Worksheet(BLR 05513 or BLR 05514) THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are 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. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation. Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA for Preliminary and/or Design Engineering:The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement. 7. To submit a completed BLR 05613, Engineering Payment Report,to the DEPARTMENT within three months of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement.The form shall be submitted with the final invoice. 8. 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 United States Department of Transportation(US DOT)assisted contract. 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. 9. 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 be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 10. For Preliminary Engineering Contracts: (a)To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the LPA or the DEPARTMENT,as defined in Exhibit A(Scope of Services). (b)That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by the ENGINEER and affix the ENGINEER's professional seal when such seal is required by law. Such endorsements must be made by a person, duly licensed or registered in the appropriate category by the Department of Professional Regulation of the State of Illinois. 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 DEPARTMENT. (c)That the ENGINEER is qualified technically and is thoroughly 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 in Exhibit A(Scope of Services). 11. That the engineering services shall include all equipment, instruments, supplies,transportation and personnel required to perform the duties of the ENGINEER in connection with this AGREEMENT(See Exhibit C). Ii. THE LPA AGREES, Printed 05/10/21 Page 2 of 11 BLR 05530(02/10/21) 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following: (a)Professional Services Selection Act(50 ILCS 510),The Brooks Act(40 USC 11), and the Procurement, Management,and Administration of Engineering,and Design Related Services(23 CFR part 172). Exhibit D is required to be completed with this AGREEMENT. 2. To furnish the ENGINEER all presently available survey data,plans, specifications, and project information. 3. To pay the ENGINEER: (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 DEPARTMENT a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: (Maximum Fee$20,000)(For federal funds the lump sum shall be developed using Cost ❑ Lump Sum Plus Fixed Fee Formula.) ❑ Specific Rate ® Cost plus Fixed Fee: Fixed Total Compensation= DL+DC+OH +FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firms overhead rate applied to their DL and FF is the Fixed Fee. Where FF=(0.33+R) DL+%SubDL,where R is the advertised Complexity Factor and%SubDL is 10%profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15%of the DL+OH. 5. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US 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 US DOT-assisted contracts.The recipient's DBE program, as required by 49 CFR part 26 and as approved by US 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.0 3801 et seq.). 6. To certify by execution of the 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 40 USC 11, and Procurement, Management,and Administration of Engineering and Design related Services(23 CRF part 172). Exhibit C is required to be completed with this agreement. III. IT IS MUTUALLY AGREED, 1. No work shall be commenced by the ENGINEER prior to issuance by the IDOT of a written Notice to Proceed. 2. To maintain,for a minimum of 3 years after the completion of the contract, adequate books,records and supporting documents to verify the amount, 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 DEPARTMENT:the Federal Highways Administration (FHWA)or any authorized representative of the federal government, 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 DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 3. 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 DEPARMTENT, and their officers, agents,and employees from all suits,claims,actions or damage liabilities,costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery.The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 4. 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, Printed 05/10/21 Page 3 of 11 BLR 05530(02/10/21) 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 incurred under the terms of this AGREEMENT up to the date of the written notice of termination. 5. In the event that the DEPARMENT stops payment to the LPA,the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty(30)calendar days,consecutive or in aggregate,over the term of this AGREEMENT,the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred as a result of the suspension and resumption of its services, and the ENGINEER's schedule and fees for the remainder of the project shall be equitably adjusted. 6. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until the completion of construction of any phase of professional services performed by others based upon the service provided herein.All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional services are not commenced within 5 years after final payment by the LPA. 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 have harmless the LPA,the DEPARTMENT, and their officers, employees from all suits,claims, actions or damages liabilities,costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. 8. The ENGINEER and LPA certify that their respective firm or agency: (a)has not 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 the LPA or the ENGINEER)to solicit or secure this AGREEMENT, (b)has not 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) has not paid, or agreed to pay any firm, organization or person(other than a bona fide employee working solely for the LPA or the ENGINEER)any fee,contribution, donation or consideration of any kind for,or in connection with, procuring or carrying out the AGREEMENT. (d)that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, (e)has 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 indicated 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)has not within a three-year period preceding this AGREEMENT had one or more public transaction (Federal,State or local)terminated for cause or default. Where the ENGINEER or LPA is unable to certify to any of the above statements in this certification,an explanation shall be attached to this AGREEMENT. 9. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within six months after the specified completion date. Examples of unforeseen causes include but are not limited to: acts of God or a public enemy; act of the LPA, DEPARTMENT, or other approving party not resulting from the ENGINEER's unacceptable services;fire; strikes; and floods. If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE,the ENGINEER shall apply in writing to the LPA for an extension of time. If approved,the PROJECT SCHEDULE shall be revised accordingly. 10. This certification is required by the Drug Free Workplace Act(30 ILCS 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 DEPARTMENT 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 on grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one(1)year but not more than (5)years. For the purpose of this certification,"grantee"or"Contractor"means a corporation, partnership or an 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 contract or grant of$5,000 or more from the DEPARTMENT, as defined 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 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: Printed 05/10/21 Page 4 of 11 BLR 05530(02/10/21) (a)abide by the terms of the statement;and (b)notify the employer of any criminal drug statue conviction for a violation occurring int he workplace no later than(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 maintain 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. (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. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, the ENGINEER, LPA and the Department agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future project.The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 11. Due to the physical location of the project,certain work classifications may be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.). 12. For Preliminary Engineering Contracts: (a)That tracing, 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, CADD files, related electronic files, and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT,without restriction or limitation as to their use.Any re-use of these documents without the ENGINEER involvement shall be at the LPA's sole risk and will not impose liability upon the ENGINEER. (b)That all reports,plans,estimates and special provisions furnished by the ENGINEER shall conform to the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be approved by the LPA and the DEPARTMENT 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. AGREEMENT SUMMARY Prime Consultant TIN/FEIN/SS Number Agreement Amount CHRISTOPHER B. BURKE ENGINEERING, LTD. 36-3468939 $902,149.00 Subconsultants TIN/FEIN/SS Number Agreement Amount TESTING SERVICE CORPORATION 35-0937582 $36,020.00 MATHEWSON RIGHT-OF-WAY COMPANY 20-3870734 $165,000.00 Subconsultant Total $201,020.00 Prime Consultant Total $902,149.00 Total for all work $1,103,169.00 Add Subconsultants Printed 05/10/21 Page 5 of 11 BLR 05530(02/10/21) AGREEMENT SIGNATURES Executed by the LPA: Local Public Agency Type Name of Local Public Agency Attest: The Village of BUFFALO GROVE By Date By Date 6aibaVNL• amatigx, D\n \)-1 -5(rI\ Name of Local Public Agency Local Public Agency Type Title BUFFALO GROVE Village Clerk VILLAGE PRESIDENT (SEAL) Executed by the.ENGINEER: Consultant(Firm) Name Attest: CBBEL By Date By Date 5/11/2021 5/11/2021 Title Title Notary Pub is PRESIDENT "OFFIrI✓IAL SEAL" SHERRY SPORINA NOTARY PUBLIC,STATE OF ILLINOIS M Commission Ex•ires 08/13/2023 Printed 05/10/21 Page 6 of 11 BLR 05530(02/10/21) Local Public Agency County Section Number VILLAGE OF BUFFALO GROVE Cook 20-00108-00-RS FOR FEDERAL PARTICIPATION PROJECTS EXHIBIT A SCOPE OF SERVICES To perform or be responsible for the performance of the engineering services for the LPA,in connection with the PROJECT herein before described and enumerated below SEE ATTACHED SCOPE OF SERVICES. Printed 05/10/21 Page 7 of 11 BLR 05530(02/10/21) Local Public Agency County Section Number VILLAGE OF BUFFALO GROVE Cook 20-00108-00-RS EXHIBIT B PROJECT SCHEDULE SEE ATTACHED Printed 05/10/21 Page 8 of 11 BLR 05530(02/10/21) Local Public Agency County Section Number VILLAGE OF BUFFALO GROVE Cook 20-00108-00-RS Exhibit C Direct Costs Check Sheet List ALL direct costs required for this project.Those not listed on the form will not be eligible for reimbursement by the LPA on this project. Item Allowable Quantity Contract Rate Total Lodging Actual cost ❑(per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) Lodging Taxes and Fees Actual Cost ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) Air Fare Coach rate,actual cost,requires minimum two weeks' notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum ❑(per GOVERNOR'S TRAVEL CONTROL BOARD) ❑Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day ❑Vehicle Rental Actual cost(Up to$55/day) ❑Tolls Actual cost ❑ Parking Actual cost ❑Overtime Premium portion(Submit supporting documentation) ❑Shift Differential Actual cost(Based on firm's policy) ❑Overnight Delivery/Postage/Courier Service Actual cost(Submit supporting documentation) ®Copies of Deliverables/Mylars(In-house) Actual cost(Submit supporting documentation) 1 $5,383.96 $5,383.96 ❑Copies of Deliverables/Mylars(Outside) Actual cost(Submit supporting documentation) ❑ Project Specific Insurance Actual Cost ❑Monuments(Permanent) Actual Cost ❑Photo Processing Actual Cost ❑2-Way Radio(Survey or Phase Ill Only) Actual Cost ❑Telephone Usage(Traffic System Monitoring Only) Actual Cost ❑CADD Actual cost(Max$15/hour) ❑Web Site Actual cost(Submit supporting documentation) ❑Advertisements Actual cost(Submit supporting documentation) ❑ Public Meeting Facility Rental Actual cost(Submit supporting documentation) ❑Public Meeting Exhibits/Renderings&Equipment Actual cost(Submit supporting documentation) ❑Recording Fees Actual Cost ❑Transcriptions(specific to project) Actual Cost ❑Courthouse Fees Actual Cost ❑Storm Sewer Cleaning and Televising Actual cost(Requires 2-3 quotes with IDOT approval) ❑Traffic Control and Protection Actual cost(Requires 2-3 quotes with IDOT approval) ❑Aerial Photography and Mapping Actual cost(Requires 2-3 quotes with IDOT approval) ❑Utility Exploratory Trenching Actual cost(Requires 2-3 quotes with IDOT approval) ❑Testing of Soil Samples Actual Cost ❑Lab Services Actual Cost(Provide breakdown of each cost) ❑Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) ®Various Permit Fees 1 $5,375.00 $5,375.00 ®Plat of Highways 1 $7,000.00 $7,000.00 0 Total Direct Costs $17,758.96 Printed 05/10/21 Page 9 of 11 BLR 05530(02/10/21) Local Public Agency County Section Number VILLAGE OF BUFFALO GROVE Look 20-00108-00-RS Exhibit D Qualification Based Selection(QBS)Checklist The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed. Under the threshold,QBS requirements do not apply.The threshold is adjusted annually. If the value is under the threshold with federal funds being used,federal small purchase guidelines must be followed. ❑ Form Not Applicable(engineering services less than the threshold) Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when using State funds and the QBS process is applicable. No Yes 1 Do the written QBS policies and procedures discuss the initial administration(procurement, management ❑ and administration)concerning engineering and design related consultant services? 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? 3 Was the scope of services for this project clearly defined? ❑ 4 Was public notice given for this project? ❑ IZ If yes Due date of submittal 10/02/20 Method(s)used for advertisement and dates of advertisement VILLAGE WEBSITE, 8/28/20 5 Do the written QBS policies and procedures cover conflicts of interest? ❑ 6 Do the written QBS policies and procedures use covered methods of verification for suspension and ❑ El debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ Project Criteria Weighting - SERVICES 20% REFERENCES AND RESUMES 10% LOCAL OFFICE AND AREA KNOWLEDGE 15% ABILITY TO PERFORM MULTIPLE FUNC. 10% - QUALIFICATIONS AND EXPERIENCE 20% AFFILIATIONS AND ACCREDIDATIONS 10% PAST PERFORMANCE 15% Add 8 Do the written QBS policies and procedures discuss the method of selection? ❑ ❑ Selection committee(titles)for this project VILLAGE ENGINEER, DIRECTOR OF PUBLIC WORKS, CIVIL ENGINEER II Top three consultants ranked for this project in order 1 CBBEL 2 CIVIL TECH 3 GHA 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ El 10 Were negotiations for this project performed in accordance with federal requirements. ❑ IZ 11 Were acceptable costs for this project verified? ❑ El 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? Do the written QBS policies and procedures cover ongoing and finalizing administration of the project 13 (monitoring, evaluation,closing-out a contract, records retention, responsibility, remedies to violations or ❑ breaches to a contract,and resolution of disputes)? Printed 05/10/21 Page 10 of 11 BLR 05530(02/10/21) Local Public Agency County Section Number VILLAGE OF BUFFALO GROVE Cook 20-00108-00-RS 14 QBS according to State requirements used? ❑ 15 Existing relationship used in lieu of QBS process? ® ❑ 16 LPA is a home rule community(Exempt from QBS). ❑ Printed 05/10/21 Page 11 of 11 BLR 05530(02/10/21) Local Public Agency County Section Number !Village of Buffalo Grove ICook 20-00108-00-RS COST ESTIMATE WORKSHEET Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise OVERHEAD RATE 132.36% COMPLEXITY FACTOR 0 TASK STAFF HOURS PAYROLL OVERHEAD&FRINGE DIRECT COSTS FIXED FEE SERVICES BY TOTAL %OF GRAND BENEFITS OTHERS TOTAL 1-SUPPLEMENTAL TOPOGRAPHIC&EXISTING RIGHT-OF-WAY SURVEY 414 20,498 27,132 6,764 54,394 4.93% 2-GEOTECHNICAL INVESTIGATION AND ANALYSIS 4 187 247 62 36,020 36,516 3.31% 3-DRAINAGE STUDIES 680 32,094 42,479 10,591 85,164 7.72% 4.1-MWRD WATERSHED MANAGEMENT PERMIT(WMP)APPLICATION 62 2,890 3,825 500 954 8,169 0.74% 4.2-USACE SECTION 404 CLEAN WATER ACT PERMIT APPLICATION 51 3,280 4,341 1,082 8,703 0.79% 4.3-HISTORIC PRESERVATION COORDINATION 10 681 901 225 1,807 0.16% 4,4-THREATENED AND ENDANGERED SPECIES COORDINATION 10 711 941 125 235 2,012 0.18% 4.5-COORDINATION WITH NORTH COOK CO.SOIL&WATER CONSERVATION DISTRICT 28 1,796 2,378 4,000 593 8,767 0.79% 4.6-BEST MANAGEMENT PRACTICE DESIGN ASSISTANCE 38 2,557 3,385 844 6,786 0.62% 4.7-SUPPLEMENTAL TREE SURVEY AND TREE MITIGATION PLAN 31 1,921 2,542 634 5,097 0.46% 4.8-PREPARE THE SWPPP AND NOTICE OF INTENT 27 1,467 1,941 750 484 4,642 0.42% 5-AGENCY/PUBLIC COORDINATION - 428 24,693 32,684 1,500 8,149 87,026 6.08% 6-COORDINATION WITH NORTHWEST COUNCIL OF MAYORS 48 2,314 3,063 764 8,141 0.56% 7-ASSISTANCE WITH FUNDING OPPORTUNITIES 70 3,127 4,140 1,032, 8,299 0.75% 8-CORRIDOR LANDSCAPING 44 2,584 3,420 853 6,857 0.62% 9-PLAT OF.HIGHWAYS 424 23,041 30,497 7,000 7,604 68,142 6.18% 10-.REVIEW OF WATER MAIN ALIGNMENT AND SEWER LINING PROJECTS 56 2,599 3,440 858 6,897 0.63% 11.1 PRELIMINARY PLANS AND COST ESTIMATE(60%)-STAGE I 960 53,574 70,910 17,679 142,163 12.89% 11.2-PRELIMINARY PLANS AND COST ESTIMATE(60%)-STAGE 2 960 53,574 70,910 17,679 142,163 12.89%1 12-BOX CULVERT DESIGN 154 8,535 11,298 2,817 22,650 2.05%I 13-UTILITY COORDINATION 70 3,301 4,369 1,089 8,759 0.79%l 14.1-PRE-FINAL PLANS,SPECIFICATIONS AND COST ESTIMATE(90%)-STAGE 1 510 28,812 38,135 1,670 9,508 78,125 7.08%i 14.2-PRE-FINAL PLANS,SPECIFICATIONS AND COST ESTIMATE(90%)-STAGE 2 510 28,812 38,135 1,670 9,508 78,125 7.08%1, 15.1-FINAL PLANS,SPECIFICATIONS AND COST ESTIMATE(100%)-STAGE 1 180 10,110 13,382 288 3,336 - 27,116 2.46%l 15.2-FINAL PLANS,SPECIFICATIONS AND COST ESTIMATE(100%)-STAGE 2 180 10,110 13,382 288 3.336 27,116 2.46%d 16-LAND ACQUISITION SERVICES 5 345 456 114 165.000 165,915 15.04% 17-QA/QC 40 2,758 3,651 910, 7,319 0.66%; 18-PROJECT MANAGEMENT 100 6,896 9,127 2,276 18,299 1.66%i Subcansuitant DL 0 - TOTALS 6094 333,267 441,111 17,791 109,980 V201,020 .../,103,169 100.00SE 774,378 BLR 05514(Rev.02/01/21 Cost Estimate Workshec Printed 5/11/2021 9:31 AM Page 4 of 11 Local Public Agency County Section Number Village of Buffalo Grove Cook 20-00108-00-RS I AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise SHEET 1 OF 5 TOPOGRAPHIC& INVESTIGATION AND MANAGEMENT PERMIT CLEAN WATER ACT PAYROLL AVG TOTAL PROJ.RATES EXISTING RIGHT-OF-WAY ANALYSIS 3-DRAINAGE STUDIES (WMP)APPLICATION PERMIT APPLICATION , HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.00 0.0 Engineer VI 77.63 0.0 EngineerV 68.96 582.0 9.55% 6.59 60 8.82% 6.08 1 1.61% 1.11 Engineer IV 57.14 16.0 0.26% 0.15 4 6.45% 3.69 Engineer III 46.69 1,283.0 21.05% 9.83 4 100.00% 46.69 240 35.29% 16.48 Engineerl/11 34.58 1,014.0 16.64% 5.75 220 32.35% 11.19 40 64.52% 22.31 Survey V 76.71 16.0 0.26% 0.20 4 0.97% 0.74 Survey IV 68.58 120.0 1.97% 1.35 32 7.73% 5.30 Survey III 60.45 34.0 0.56% 0.34 18 4.35% 2.63 Survey II 49.28 256.0 4.20% 2.07 146 35.27% 17.38 ' Survey I 36.40 256.0 4.20% 1.53 146 35.27% 12.84 Engineering Technician V 67.49 1,080.0 17.72% 11.96 Engineering Technician IV 53.01 0.0 I Engineering Technician III 48.90 0.0 Engineering Technician I/II 22.69 0.0 , CAD Manager 64.69 1,116.0 18.31% 11.85 68 16.43% 10.63 120 17.65% 11.42 CAD Technician II 48.01 30.0 0.49% 0.24 GIS Speciailist III 51.82 0.0 - GIS Speciailist I/II 34.55 40.0 0.66% 0.23 40 5.88% 2.03 i Landscape Architect 58.93 40.0 0.66% 0.39 .. Landscape Designer I/II 32.51 0.0 Environmental Resource S 71.12 138.0 2.26% 1.61 17 27.42% 19.50 35 68.63% 48.81 3 Environmental Resource S 54.66 55.0 0.90% 0.49 • 10 19.61% 10.72 Environmental Resource S 41.66 0.0 Environmental Resource S, 28.45 0.0 Environmental Resource Ti 40.64 18.0 0.30% 0.12 6 11.76% 4.78 Engineering Item 16.36 0.0 TOTALS 6094.0 100% $54.69 414.0 100.00% $49.51 4.0 100% $46.69 680.0 100% $47.20 62.0 100% $46.61 51.0 100% $64.31 BLR 05514(Rev.02/01/21' Printed 5/11/2021 9:31 AM Page 5 of 11 Avg Hourly Local Public Agency County Section Number Village of Buffalo Grove Cook 20-00108-00-RS AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 2 OF 5 PRESERVATION ENDANGERED SPECIES NORTH COOK CO.SOIL& PRACTICE DESIGN TREE SURVEY AND TREE SWPPP AND NOTICE OF PAYROLL AVG COORDINATION COORDINATION WATER CONSERVATION ASSISTANCE MITIGATION PLAN INTENT HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.00 Engineer VI 77.63 j Engineer V 68.96 1 2.63% 1.81 1 Engineer IV 57.14 I Engineer III 46.69 i Engineer 1/II 34.58 1 ( Survey V 76.71 Survey IV 68.58 Survey III 60.45 Survey II 49.28 Survey I 36.40 1 Engineering Technician V 67.49 Engineering Technician IV 53.01 i i Engineering Technician III 48.90 Engineering Technician I/II 22.69 , CAD Manager 64.69 CAD Technician II 48.01 i GIS Speciailist III 51.82 GIS Speciailist I/II 34.55 I Landscape Architect 58.93 Landscape Designer I/II 32.51 Environmental Resource Spe 71.12 9 90.00% 64.01 10 100.00% 71.12 17 60.71% 43.18 30 78.95% 56.15 18 58.06% 41.30 2 7.41% 5.27 i Environmental Resource Spe 54.66 10 35.71% 19.52 5 13.16% 7.19 8 25.81% 14.11 22 81.48% 44.54 Environmental Resource Spe 41.66 Environmental Resource Spe 28.45 Environmental Resource Tec 40.64 1 10.00% 4.06 1 3.57% 1.45 2 5.26% 2.14 5 16.13% 6.56 3 11.11% 4.52 t Engineering Itern 16.36 s i TOTALS 10.0 100% 868.07 10.0 100% 571.12 28.0 100% $64.16 38.0 100% $67.30 31.0 100% $61.96 27.0 100% $54.32 BLR 05514(Rev.02/01/21 Printed 5/11/2021 9:31 AM Page 6 of 11 Avg Hourly' Local Public Agency County Section Number Village of Buffalo Grove Cook 20-00108-00-RS I AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 3 OF 5 O-,VVRUIIVM I IVIV VVI In Iv-navravV'Jr VVMI LR ! 5-AGENCY/PUBLIC NORTHWEST COUNCIL OF 7-ASSISTANCE WITH 8-CORRIDOR MAIN ALIGNMENT AND PAYROLL AVG COORDINATION MAYORS FUNDING OPPORTUNITIES LANDSCAPING 9-PLAT OF HIGHWAYS SEWER LINING PROJECTS? HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd i CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg I Principal 78.00 l Engineer VI 77.63 - l I Engineer V 68.96 113 26.40% 18.21 12 25.00% 17.24 10 14.29% 9.85 4 9.09% 6.27 8 14.29% 9.85 Engineer IV 57.14 12 2.80% 1.60 1 Engineer III 46.69 159 37.15% 17.34 20 41.67% 19.45 30 42.86% 20.01 4 9.09% 4.24 32 57.14% 26.68 Engineer 141 34.58 16 33.33% 11.53 30 42.86% 14.82 16 28.57% 9.88 9 Survey V 76.71 12 2.83% 2.17 S Survey IV 68.58 88 20.75% 14.23 ( Survey III 60.45 16 3.77% 2.28 Survey II 49.28 110 25.94% 12.78 1 Survey I 36.40 110 25.94% 9:44 Engineering Technician V 67.49 Engineering Technician IV 53.01 Engineering Technician III 48.90 Engineering Technician I/II 22.69 CAD Manager 64.69 110 25.70% 16.63 88 20.75% 13.43 CAD Technician II 48.01 30 7.01% 3.37 GIS Speciailist III 51.82 GIS Speciailist I/II 34.55 Landscape Architect 58.93 4 0.93% 0.55 36 81.82% 48.22 Landscape Designer I/11 32.51 Environmental Resource Spe 71.12 Environmental Resource Spa 54.66 Environmental Resource Spe 41.66 Environmental Resource Spe 28.45 • Environmental Resource Ted 40.64 - - Engineering Item 16.36 TOTALS 428.0 100% $57.69 48.0 100% $48.22 70.0 100% $44.68 44.0 100% $58.73 424.0 100% $54.34 56.0 100% $46.41 BLR 05514(Rev.02/01/2'; Avg Hourly Printed 5/11/2021 9:31 AM Page 7 of 11 Local Public Agency County Section Number Village of Buffalo Grove Cook 20-00108-00-RS AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 4 OF 5 I I.1 rnCLIIVIlnnIn 1 rLMrva I I.L-rnCLIIVIIIVMRI 14.1-rRC-r11VML rLMIVJ, 14.L-rrC-rinML rLnn.a, AND COST ESTIMATE PLANS AND COST 13-UTILITY SPECIFICATIONS AND SPECIFICATIONS AND PAYROLL AVG (60%)-STAGE I ESTIMATE(60%)-STAGE 12-BOX CULVERT DESIGN COORDINATION COST ESTIMATE(90%)- COST ESTIMATE(90%)- HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.00 Engineer VI 77.63 Engineer V 68.96 60 6.25% 4.31 60 6.25% 4.31 20 12.99% 8.96 8 11.43% 7.88 30 5.88% 4.06 30 5.88% 4.06 Engineer IV 57.14 Engineer III 46.69 200 20.83% 9.73 200 20.83% 9.73 84 54.55% 25.47 50 71.43% 33.35 100 19.61% 9.15 100 19.61% 9.15 Engineer I/11 34.58 200 20.83% 7.20 200 20.83% 7.20 12 17.14% 5.93 100 19.61% 6.78 100 19.61% 6.78 Survey V 76.71 Survey IV 68.58 - , Survey III 60.45 Survey II 49.28 Survey I 36.40 Engineering Technician V 67.49 ,300 31.25% 21.09 300 31.25% 21.09 180 35.29% 23.82 180 35.29% 23.82 f Engineering Technician IV 53.01 I Engineering Technician III 48.90 3 Engineering Technician I/ll 22.69 CAD Manager 64.69 200 20.83% 13.48 200 20.83% 13.48 50 32.47% 21.00 -100 19.61% 12.68 100 19.61% 12.68 CAD Technician II 48.01 GIS Speciailist III 51.82 GIS Speciailist I/II 34.55 Landscape Architect 58.93 Landscape Designer I/II 32.51 I Environmental Resource Sp 71.12 Environmental Resource Sp 54.66 Environmental Resource Sp 41.66 't Environmental Resource Sp 28.45 Environmental Resource Te 40.64 Engineering Item 16.36 I TOTALS 960.0 100% $55.81 960.0 100% $55.81 154.0 100% $55.42 70.0 100% $47.16 510.0 100% $56.49 510.0 100% $56.49 BLR 05514(Rev.02/01/21 Printed 5/11/2021 9:31 AM Page 8 of 11 Avg Hourly Local Public Agency County Section Number Village of Buffalo Grove Cook 20-00108-00-RS AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise SHEET 5 OF 5 '' SPECIFICATIONS AND SPECIFICATIONS AND 16-LAND ACQUISITION 18-PROJECT 7 PAYROLL AVG COST ESTIMATE(100%)- COST ESTIMATE(100%)- SERVICES 17-QAIQC MANAGEMENT t HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.00 ¢ Engineer VI 77.63 j Engineer V 68.96 10 5.56% 3.83 10 5.56% 3.83 5 100.00% 68.96 40 100.00% 68.96 100 100.00% 68.96 Engineer IV 57.14 Engineer III 46.69 30 16.67% 7.78 30 16.67% 7.78 I Engineer I/II 34.58 40 22.22% 7.68 40 22.22% 7.68 i Survey V 76.71 4 Survey IV 68.58 Survey III 60.45 Survey II 49.28 i Survey I 36.40 Engineering Technician V 67.49 60 33.33% 22.50 60 33.33% 22.50 Engineering Technician IV 53.01 i Engineering Technician III 48.90 Engineering Technician 1/II 22.69 CAD Manager 64.69 40 22.22% 14.38 40 22.22% 14.38 CAD Technician II 48.01 GIS Speciailist III 51.82 GIS Speciailist I/II 34.55 • Landscape Architect 58.93 Landscape Designer I/II 32.51 Environmental Resource Spec 71.12 ! Environmental Resource Spec 54.66 Environmental Resource Spec 41.66 • Environmental Resource Spec 28.45 Environmental Resource Tech 40.64 Engineering Item 16.36 TOTALS 180.0 100% $56.17 180.0 100% $56.17 5.0 100% $68.96 40.0 100% $68.96 100.0 100% $68.96 0.0 0% $0.00 BLR 05514(Rev.02/01/21 Avg Hourly Printed 5/11/2021 9:31 AM Page 9 of 11 Christopher B. Burke Engineering, Ltd. Bernard Drive Culvert Replacement P.N. 66,072A - January 11, 2021 COST ESTIMATE Culvert Replacement Bernard Drive Improvements Buffalo Grove, Illinois ITEM UNITS QTY RATE COST STAKING AND UTILITY CLEARANCE Layout Person to Mark Boring Locations, Obtain 1.1 Surface Elevations and Arrange for Clearance of Hour 1.0 110.00 $ 110.00 Underground Utilities 1.2 Utility Locator to Mark Private Underground Lines incl. Cost+ 0 Est. $ 0.00 Inside Existing Buildings 10% 750.00 DRILLING AND SAMPLING 2 1 Drill Mounted on Truck or ATV with Two-Person Crew Lump 1 3,250.00 $ 3,250.00 (Portal-to-Portal) Sum LABORATORY TESTING 3.1 Examine Samples to Describe by Textural System and Each 26 4.00 $ 104.00 Classify Using the Unified Soil Classification System 3 2 Water Content Determination (Includes Pocket Each 24 8.00 $ 192.00 Penetrometer Reading on Cohesive Samples) 3.3 Unconfined Compressive Strength of Cohesive Soils Each 7 16.00 $ 112.00 or Torvane Shear Strength Measurement 3.4 Dry Unit Weight Determination Each 2 8.00 $ 16.00 ENGINEERING SERVICES 4.1 Prepare Geotechnical Report with Typed Boring Logs Lump 1 800.00 $ 800.00 and Location Plan Sum 4 2 Senior Geotechnical Engineer to Consult or Attend Hour 0.0 200.00 $ 0.00 Project Meetings ESTIMATED TOTAL: $ 4,584.00 RECOMMENDED BUDGET: $ 4,600.00 -6- Christopher B. Burke Engineering, Ltd. Bernard Drive Culvert Replacement P.N. 66,072A - January 11, 2021 COST ESTIMATE PIP EVALUATION FOR LPC-663 ANALYSIS ITEM UNITS QTY RATE COST STEP 1: RECORDS REVIEW, SITE RECONNAISSANCE & PH ANALYSIS FOR PIP EVALUATION 1.1 Review the PESA and Select Samples for Analysis Sump 1.0 1,200.00 $ 1,200.00 m STEP 2: ANALYTICAL TESTING FOR LPC-663 FORM VOCs, SVOCs, RCRA Metals & pH @ Standard 5 to 7 2.1 Business Day Turnaround (Analysis Dependent on Each 4 650.00 $ 2,600.00 Contaminants of Concern Identified in PIP Evaluation) 2.2 Surcharge for Expedited 2-3 Business Day Each 0 100% $ 0.00 Turnaround TCLP/SPLP Analysis of Metals which exceed MACs, if $rac 2.3 required. (Cost dependent on specific metals Each 0 Exta+tion $ 0.00 analyzed) $36/metal Analytical testing for full MAC list, required at some 2.4 CCDD/USFO facilities @ Standard 5 to 7 Business Each 0 1,642.00 $ 0.00 Day Turnaround 2.5 Environmental Personnel to Screen Samples with PID Hour 1 120.00 $ 120.00 REPORTING SERVICES Professional Geologist for Project Management and 3.1 Prepare Summary Report, with P.G. Signed Form Sump 1 500.00 $ 500.00 LPC-663, if uncontaminated. 3.2 Preparation of the PSI Report Each 1.0 2,000.00 $ 2,000.00 3.3 Additional Analytical Testing and Completion of Waste Est. 0.0 600.00 $ 0.00 Profile if Soil is Landfilled ESTIMATED TOTAL COST FOR PIP EVALUATION & LPC-663 SERVICES $ 6,420.00 (STANDARD TAT): -7- Christopher B. Burke Engineering, Ltd. Bernard Drive Improvements P.N. 66,071A - January 11, 2021 COST ESTIMATE Bernard Drive Improvements Arlington Heights to Buffalo Grove Roads Buffalo Grove, Illinois ITEM UNITS QTY RATE COST STAKING AND UTILITY CLEARANCE Layout Person to Mark Boring Locations, Obtain 1.1 Surface Elevations and Arrange for Clearance of Hour 6.5 110.00 $ 715.00 Underground Utilities 1 2 Private Locator to Mark Secondary and/or Private Cost+ 0 Est. $ 0.00 Underground Utility Lines 10% 750.00 DRILLING AND SAMPLING 2 1 Drill Mounted on Truck or ATV with Two-Person Crew Lump 1 11,400.00 $11,400.00 (Portal-to-Portal) Sum 2.2 Bit Wear- Per Inch of Asphalt Pavement Inch 250 3.00 $ 750.00 LABORATORY TESTING Examine Samples to Describe by Textural System 3.1 and Classify Using the Unified Soil Classification Each 124 4.00 $ 496.00 System 3 2 Water Content Determination (Includes Pocket Each 118 8.00 $ 944.00 Penetrometer Reading on Cohesive Samples) 3.3 Unconfined Compressive Strength of Cohesive Soils Each 0 16.00 $ 0.00 or Torvane Shear Strength Measurement 3.4 Dry Unit Weight Determination Each 32 8.00 $ 256.00 3.5 Materials Technician to Measure and Describe Core Each 32 15.00 $ 480.00 Sample in Laboratory ENGINEERING SERVICES 4.1 Prepare Geotechnical Report with Pavement Core Lump 1 3,750.00 $ 3,750.00 Summary and Location Plan Sum 4.2 Senior Engineer to Consult or Attend Project Meetings Hour 0.0 200.00 $ 0.00 ESTIMATED TOTAL: $18,791.00 RECOMMENDED BUDGET: $18,800.00 -6- Christopher B. Burke Engineering, Ltd. Bernard Drive Improvements P.N. 66,071A - January 11, 2021 COST ESTIMATE PIP EVALUATION FOR LPC-663 ANALYSIS ITEM UNITS QTY RATE COST STEP 1: RECORDS REVIEW, SITE RECONNAISSANCE & PH ANALYSIS FOR PIP EVALUATION PIP Evaluation, Select Samples for Analysis & Completion 1.1 of LPC-662 Form for Owners Signature if Site is not Sump 1.0 1,300.00 $ 1,300.00 Identified as a PIP. STEP 2: ANALYTICAL TESTING FOR LPC-663 FORM VOCs, SVOCs, RCRA Metals & pH @ Standard 5 to 7 2.1 Business Day Turnaround (Analysis Dependent on Each 6 650.00 $ 3,900.00 Contaminants of Concern Identified in PIP Evaluation) 2 2 Surcharge for Expedited 2-3 Business Day Each 0 100% Turnaround $ 0.00 TCLP/SPLP Analysis of Metals which exceed MACs, $100 Extraction 2.3 if required. (Cost dependent on specific metals Each 0 + $ 0.00 analyzed) $36/metal Analytical testing for full MAC list, required at some 2.4 CCDD/USFO facilities @ Standard 5 to 7 Business Each 0 1,642.00 $ 0.00 Day Turnaround 2.5 Environmental Personnel to Screen Samples with PID Hour 4 125.00 $ 500.00 REPORTING SERVICES Professional Geologist for Project Management and 3.1 Prepare Summary Report, with P.G. Signed Form Sump 1 500.00 $ 500.00 LPC-663, if uncontaminated. 3 2 Additional Analytical Testing and Completion of Waste Est. 0.0 600.00 $ 0.00 Profile if Soil is Landfilled ESTIMATED COST OF PIP EVALUATION $ 1,800.00 ADDITIONAL ESTIMATED COST OF SERVICES FOR COMPLETION OF $ 4,400.00 LPC-663 FORM (STANDARD TAT): ESTIMATED TOTAL COST FOR PIP EVALUATION & LPC-663 SERVICES $ 6,200.00 (STANDARD TAT): -7- it€;. Ceotechnlcal and Construction Services -I iMC SERVICE CORPORATION _ - - 1.PARTIES AND SCOPE OF WORK: if Client is ordering the perform same shall not in any way operate or excuse any htthe-event6lient-iseawillie ewnable4a it tgaearnag services on behalf of another,Client represents and warrants contractor from the performance of its work in accordance for which TSC may be liable in accordance with the provi' ns that Client is the duly authorized agent of said party for with its contract."Contractor"as used herein shall include set forth in the preceding paragraph,upon written quest the purpose of ordering and directing said services,and in subcontractors,suppliers, architects, engineers and of Client received within five days of Client's ac tance of such case the term"Client"shall also include the principal construction managers. TSC's proposal together with payment of a dditional fee for whom the services are being performed.Prices quoted in the amount of 5%of TSC's estimated t for its services and charged by TSC for its services are predicated on the Information obtained from borings,observations and analyses (to be adjusted to 5%of the amount tually billed by TSC conditions and the allocations of risks and obligations of sample materials shall be reported in formats considered for its services on the project at ti of completion),the limit expressed In these General Conditions. Unless otherwise appropriate by TSC unless directed otherwise by Client on damages shall be increas o$500,000 or the amount stated in writing,Client assumes sole responsibility for Such information is considered evidence,but any inference of JSC's fee,whichever is greater.This charge is not to determining whether the quantity and the nature of the or conclusion based thereon is,necessarily,an opinion also be construed as bein charge for insurance of any type, services ordered by Client are adequate and sufficient for based on engineering judgment and shall not be construed but is increased co deration for the exposure to an award Client's intended purpose. Unless otherwise expressly as a representation of fact.Subsurface conditions may not of Teeter eiemeg . Aret assumed in writing,TSC's services are provided exclusively be uniform throughout an entire site and ground water for client TSC shall have no duty or obligation other than those levels may fluctuate due to climatic and other variations. 11. INDEMNITY:Subject to the provisions set forth herein, duties and obligations expressly set forth in this Agreement. Construction materials may vary from the samples taken. TSC and Client hereby agree to indemnify and hold harmless TSC shall have no duty to any third party.Client shall Unless otherwise agreed in writing,the procedures employed each other and their respective shareholders,directors, communicate these General Conditions to each and every by TSC are not designed to detect intentional concealment officers,partners,employees,agents,subsidiaries and party to whom the Client transmits any report prepared by or misrepresentation of facts by others. division(and each of their heirs,successors,and assigns) TSC.Ordering services from TSC shall constitute acceptance from any and all claims,demands,liabilities,suits,causes of of TSC's proposal and these General Conditions. 7.DOCUMENTS AND SAMPLES: Client is granted an action,judgments,costs and expenses,including reasonable exclusive license to use findings and reports prepared attorneys'fees,arising,or allegedly arising,from personal 2.SCHEDULING OF SERVICES:The services set forth in this and issued by TSC and any sub-consultants pursuant to injury,including death,property damage,including loss of use Agreement will be accomplished in atimely and workmanlike this Agreement for the purpose set forth in TSC's proposal thereof,due in any manner to the negligence of either of them manner.If TSC is required to delay any part of its services provided that TSC has received payment in full for its or their agents or employees or independent contractors.In to accommodate the requests or requirements of Client, services.TSC and,if applicable,its sub-consultant,retain the event both TSC and Client are found to be negligent or regulatory agencies,or third parties,or due to any cause all copyright and ownership interests in the reports,boring at fault,then any liability shall be apportioned between them beyond its reasonable control,Client agrees to pay such logs,maps,field data,field notes,laboratory test data and pursuant to their pro rata share of negligence orfault.TSC and additional charges,if any,as may be applicable. similar documents,and the ownership and freedom to use Client further agree that their liability to any third party shall, all data generated by it for any purpose.Unless otherwise to the extent permitted by law,be several and not Joint.The 3.ACCESS TO SITE: TSC shall take reasonable measures agreed in writing,test specimens or samples will be liability of TSC under this provision shall not exceed the policy and precautions to minimize damage to the site and any disposed immediately upon completion of the test.All drilling limits of insurance carried by TSC.Neither TSC nor Client improvements located thereon as a result of its services or samples or specimens will be disposed sixty(60)days after shall be bound under this indemnity agreement to liability the use of its equipment;however,TSC has not included in submission of TSC's report. determined in a proceeding in which it did not participate its fee the cost of restoration of damage which may occur.If represented by its own independent counsel.The indemnities Client desires or requires TSC to restore the site to its former 8.TERMINATION:TSC's obligation to provide services may be provided hereunder shall not terminate upon the termination condition,TSC will,upon written request,perform such terminated by either party upon(7)seven days prior written or expiration of this Agreement,but may be modified to the additional work as is necessary to do so and Client agrees notice. In the event of termination of TSC's services,TSC extent of any waiver of subrogation agreed to by TSC and to pay to TSC the cost thereof plus TSC's normal markup for shall be compensated by Client for all services performed up paid for by Client. overhead and profit. to and including the termination date,including reimbursable expenses.The terms and conditions of these General 12.SUBPOENAS:TSC's employees shall not be retained as 4.CLIENT'S DUTY TO NOTIFY ENGINEER:Client represents Conditions shall survive the termination of TSC's obligation expert witnesses except by separate,written agreement. and warrants that Client has advised TSC of any known or to provide services. Client agrees to pay TSC pursuant to TSC's then current fee suspected hazardous materials,utility lines and underground schedule for any TSC employee(s)subpoenaed by any party structures at any site at which TSC is to perform services 9.PAYMENT:Client shall be invoiced periodically for secets as an occurrence witness as a result of TSC's services. under this Agreement.Unless otherwise agreed in writing, performed. i ) TSC's responsibility with respect to underground utility days of its receipt.Client further agre pay interesfon AU OTHER AGREEMENTS:iSC shall noffie bound by locations is to contact the Illinois Joint Utility Locating all amounts invoiced and not p' objected to in writing any provision or agreement(i)requiring or providing for Information for Excavators for the location of public,but not for valid cause within si )days at the rate of twelve arbitration of disputes or controversies arising out of this private,utilities. (12%)per annum maximum Interest rate permitted by Agreement or Its performance,(ii) wherein TSC waives any C's rights-to--a-mechanics lien orsurety-bond-claim;iiri}that 5.DISCOVERY OF POLLUTANTS:TSC's services shall not cost collection of such accounts,including co rt costs conditions TSC's right to receive payment for its services include investigation for hazardous materials as defined by ' upon payment to Client by any third party or(iv)that requires the Resource Conservation Recovery Act,42 U.S.C.§6901, TSC to indemnify any party beyond its own negligence These et,seq.,as amended("RCRA")or by any state or Federal 10.WARRANTY: TSC's professional services will be General Conditions are notice,where required,that TSC shall statute or regulation. In the-eventthathazardous materials performed,its-findings-obtained and-its-reports prepared file a lien whenever necessary to collect past due amounts. are discovered and identified by TSC,TSC's sole duty shall in accordance with these General Conditions and with This Agreement contains the entire understanding between be to notify Client. generally accepted principles and practices.In performing its the parties.Unless expressly accepted by TSC in writing professional services,TSC will use thatdegree of care and skill prior to delivery of TSC's services,Client shall not add any 6.MONITORING: If this Agreement Includes testing ordinarily exercised under similar circumstances by members conditions or impose conditions which are In conflict with construction materials or observing any aspect of construction of Its profession.In performing physical work in pursuit of those contained herein,and no such additional or conflicting of improvements, Client's construction personnel will its professional services,TSC will use that degree of care terms shall be binding upon TSC.The unenforceability or verify that the pad is properly located and sized to meet and skill ordinarily used under similar circumstances.This invalidity of any provision or provisions shall not render any Client's projected building loads.Client shall cause all warranty Is in lieu of all other warranties or representations, other provision or provisions unenforceable or Invalid.This tests and inspections of the site,materials and work to either express or implied.Statements made in TSC reports Agreement shall be construed and enforced in accordance be timely and properly performed in accordance with are opinions based upon engineering judgment and are not with the laws of the State of Illinois.In the event of a dispute the plans,specifications,contract documents,and TSC's to be construed as representations of fact arising out of or relating to the performance of this Agreement, recommendations. No claims for loss,damage or injury the breach thereof or TSC's services,the parties agree to shall be brought against TSC unless all tests and inspections pley try in good faith to settle the dispute by mediation under have been so performed and unless TSC's recommendations negligent in performing professional services or to made the Construction Industry Mediation Rules of the American have been followed. and breached any express or implied warra ,epresentation Arbitration Association as a condition precedent to filing any or contract,Client,all parties clai ' rough Client and demand for arbitration,or any petition or complaint with any TSC's services shall not include determining or Implementing all parties claiming to have' y way relied upon TSC's court.Paragraph headings are for convenience only and shall the means, methods,techniques or procedures of work services or work agree a maximum aggregate amount not be construed as limiting the meaning of the provisions done by the contractor(s)being monitored or whose work is of damages forty ' SC,its officers,employees and agents contained in these General Conditions. being tested. TSC's services shall not include the authority shall be li is limited to$50,000 or the total amount of to accept or reject work or to in any manner supervise the aid to TSC for its services performed . pect the work of any contractor.TSC's services or failure to eirrajeet,whichever ernenwfle1reater. REV 09ro8 , # AGREEMENT FOR LAND ACQUISITION CONSULTING SERVICES Christopher B.Burke Engineering,Ltd. Bernard Drive AGREEMENT between Mathewson Land Services, Inc. (MLS) whose address is 30 North LaSalle Street, Suite 2400, Chicago, Illinois 60602 and Christopher B. Burke Engineering, Ltd. (CBBEL), whose address is 9575 West Higgins Road, Suite 600, Rosemont, Illinois 60018. MLS shall provide to CBBEL, on behalf of the Village of Buffalo Grove (VILLAGE), consulting services for the acquisition of right of way for the Bernard Drive Project(PROJECT). The PROJECT shall consist of the acquisition of approximately 15 parcels. MLS shall perform the following services: I, Title Documents/Direct Expenses 2. Appraisals—TE Only 3. Appraisal Review 4, Negotiations 5. Closing/Certification 6, Project Management All of the above are described as specified in Exhibit A: Scope of Services attached hereto. CBBEL shall compensate MLS for the services provided under this AGREEMENT as provided in Exhibit B: Compensation attached hereto, The total amount of compensation authorized by this agreement is not to exceed$I65,000.00.V Exhibit C:Terms and Conditions is attached hereto and made a part hereof. Submitted this 2nd day of December,2020. Accepted this day of ,2020. Mathew d Services,Inc. Christopher B.Burke Engineering,Ltd. - -- By: V By: . Mark D. Mathewson g President 1 1 Christopher B.Burke Engineering,Ltd. Bernard Drive Project Agreement for Land Acquisition Consulting Services EXHIBIT A: SCOPE OF SERVICES MLS agrees to perform,at the direction of CBBEL,the following services: 1. Title Documents/Direct Expenses 2. Appraisals—TE Only 3. Appraisal Review 4. Negotiations 5. Closing/Certification b. Project Management All services called for in this AGREEMENT will be conducted by an individual or individuals whose qualifications have been approved by the Illinois Department of Transportation, when applicable. All services within the scope of this AGREEMENT shall be performed, where applicable, in accordance with the IDOT Land Acquisition Policies and Procedures Manual, hereinafter referred to as the LAPPM. APPRAISALS Determinations of fair market value performed by the Appraiser shall be in accordance with the LAPPM. The. Annraicer ..hall make a detailed incnectinn of the nrnnerties and make .itch invectioatinnc and studies as are necessary to derive sound conclusions for the preparation of appraisal reports. Valuations shall be prepared as outlined in the LAPPM.The format to be used shall be one of the following types as described in the LAPPM: • -Non-Complex Appraisal Report • Complex Appraisal Report The Appraiser is to determine which type of appraisal format t shou14b use�c foieach parcel and obtain the VILLAGE'S concurrence. MLS shall provide a copy of an appraisal of each parcel together with Improvement Disposition Values form to be submitted to the VILLAGE for approval. Property needed shall be acquired by fee simple,dedication,permanent easement,temporary use permit, or temporary easement as determined and shown on the right of way plan furnished by CBBEL. It may be necessary for a completed appraisal to be updated for condemnation purposes or revised due to a change in the ROW plat or due to new information provided by the VILLAGE or CBBEL. These updates or revisions will be assigned to the Appraiser in a separate work order as the need arises. An Appraiser's revision of the appraisal due to the Review Appraiser's Page 2 of 12