Loading...
2021-24 - THOMPSON & BRANDYWYN CONTRACT 3 FEDERAL FUNDING AND ENGINEERING AGREEMENTS (IDOT) - 09/20/2021 COUNTY/CITYNILLAGE/TOWNSHIP of Buffalo Grove Location: Brandywyn,Lane &Thom,pson,Boulevard -- to e 3 Section No.: 16-00106-03-RS Project No.: 1R7K 5544-9) Job No.: C-91-092-20 Lake County RESOLUTION NO. 2021-24 WHEREAS, The VILLAGE of BUFFALO GROVE is attempting to improve a segment of Brandywyn Lane from Deerfield Parkway to Thompson Boulevard that is approximately 0.371 miles in length and Thompson Boulevard from Arlington Heights Road to Brandywyn Lane that is approximately 0.571 miles in length. WHEREAS,the cost of said improvement has necessitated the use of federal funds. WHEREAS,the federal fund source requires a local match. NOW THEREFORE, BE IT RESOLVED by the VILLAGE of BUFFALO GROVE Board of Trustees that the VILLAGE of BUFFALO GROVE authorized Three Million One Hundred Twenty-Eight Thousand Four Hundred and Seventy-Four dollars 05/100, ($3,128,474.05) or as much may be needed to match federal funds in the completion of MFT Section Number 16-00106-03-RS. BE IT FURTHER RESOLVED that the VILLAGE President and VILLAGE Clerk be and are hereby authorized and directed to execute the above-mentioned AGREEMENT and any other such documents related to advancement and completion of said project; and BE IT FURTHER RESOLVED that the VILLAGE Clerk is hereby directed to transmit five certified copies of this resolution to the Illinois Department of Transportation through the Division of Transportation and one certified copy to the VILLAGE through the VILLAGE Clerk's Office. Enacted and approved this 201h day of September, 2021, at VILLAGE of BUFFALO GROVE, Illinois. ADOPTED this 20th day of September, 2021 AYES: 6—Stein Ottenheimer,Weidenfeld Johnson Smith Pike NAYES: 0—None ABSENT: 0—None Beverly Sussman, ' President ATTEST: Sirabian,Village Clerk SEAL ov Illinois Department of Transportation 2300 South Dirksen Parkway / Springfield, Illinois / 62764 April 26, 2022 Ms. Janet Sirabian Village Clerk 50 Raupp Boulevard Buffalo Grove, Illinois 60089 Subject: Village: Buffalo Grove Section: 16-00106-03-RS Project: 1 R7K(549) Job: C-91-092-20 Joint Agreement Dear Ms. Sirabian: The federal funds were authorized on 1/31/2022 and a joint funding agreement was executed by the department on 4/21/2022 . A copy is enclosed. Sincerely , /Ku/a_ Gregory S. Lupton, P.E. Local Project Implementation Engineer Enclosure cc: Ms. Beverly Sussman, Village President Jose Rios - Region 1 Attn: Chad Riddle - District 1 Attn: Programming Attn: Project Control (Sara.Reynolds@illinois.gov) Attn: Sarahjini.Nunn@illinois.gov 12 Ilinois DepartrY1ent Local Public Agency Agreement 11 of Transportation for Federal Participation LOCAL PUBLIC AGENCY Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS Fund Type ITEP, SRTS, HSIP Numbers) MPO Name MPO TIP Number STU N/A CMAP 10-16-0039 ® 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 C-91-092-20 1 R7K(549) 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 Thompson Boulevard MUN 3260 0.60 mi. 0.00 0.60 Location Termini Arlington Heights Road to Brandywyn Lane Current Jurisdiction Existing Structure Number(s) Add Location LPA N/A Remove LOCATION Stationing Local Street/Road Name Key Route Length From To Brandywyn Lane MUN 2060 0.40 mi. 0.47 0.87 Location Termini Thompson Boulevard to Deerfield Parkway Current Jurisdiction Existing Structure Number(s) Add Location �PA N/A Remove PROJECT DESCRIPTION Project consists of reconstruction of Thompson Boulevard and resurfacing of Brandywyn Lane. Improvements include earth excavation, pavement removal, storm sewer, combination curb and gutter, sidewalk, HMA binder and surface, ADA upgrades, erosion control, pavement marking, landscaping and other associated improvements. 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. Printed 11/17/21 Page 1 of 6 BLR 05310(Rev.07/20/21) ❑ 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 Balance 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. 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 Printed 11/17/21 Page 2 of 6 BLR 05310(Rev.07/20/21) 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. 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: https://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 Printed 11/17/21 Page 3 of 6 BLR 05310(Rev.07/20/21) 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 STATE AGREES: 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. 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 MUTUALLY AGREED: 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. LPA Funding Authorization Resolution - X 4. GATA reporting Add Row Printed 11/17/21 Page 4 of 6 BLR 05310(Rev.07/20/21) 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 Local Public Agency Name of Official(Print or Type Name) Beverly Sussman Title of Official Village President Signature Date _00 j;L_44ev...4—;r:t."t_, Q/Z0/ The above signature certifies the agency's Tin number is 362525051 conducting business as a Governmental Entity. Duns Number 074402751 APPROVED State of Illinois Department of Transportation Omer Osman, P.E., Secretary of Transportation Date om_ Duo:-fr — gel/ZOZZ_ By: George A.Tapas, P.E. ., Engineer ,Local Roads eets Date /adz? Stephen M.Travia, P. ., Director of Highways PI ief Engineer Date /✓4 Yangsu Kim, Chief Counsel Date n//4 Chief Fiscal Officer Date rat NOTE: if the LPA signature is by an APPOINTED official,a resolution authorizing said appointed official to execute this agreement is required. Printed 09/20/21 Page 5 of 6 BLR 05310(Rev.07/20/21) Illinois Department of Transportation Memorandum To: Omer Osman From: George Tapas, P.E., S.E. Mjdf Subject: LPA Agreement Fiscal Approval Date: March 9, 2022 Attached for your review and signature is a listing and description of local public agency projects scheduled for the State Letting. The agreements have been reviewed and found acceptable for fiscal approval. Page numbers shown with the list of projects correspond to the page number and line number of the attached project detail spreadsheet. Should any project need to be excluded from approval on the attached list, please indicate by check marking the respective "Excluded from Approval" box, If you have any questions or would like to review individual agreements, please let me know and we will follow up. Bureau of Local Roads and Streets Joint Agreement Approval List Amount of Excluded Page Job Number ' Local Agency Agreement from Approval 1-1 C-91-105-20 Downers Grove $850,000 1-2 C-95-005-22 McLean County ' $2,500,000 1-3 C-95-015-21 Hoopeston $1,051,583.86 1-4 C-96-213-15 Springfield $4,250,000 1-5 . C-97-001-22 Mattoon $1,375,000 1-6 C-98-011-22 Shiloh $420,810.67 2-1 C-99-022-19 Marion $202,500 3-1 C-92-030-20 Ogle County Highway Department $770,000 3-2 C-93-010-22 Livingston County $2,000,000 3-3 C-98-014-21 ' St. Clair County $7,147,999.64 3-4 C-99-026-18 Jackson County $810,000 4-1 C-97-002-19 Shelby County $2,040,000 5-1 C-91-140-22 Spring Grove $369,838 5-2 C-93-111-21 Gilman $2,582,000 Champaign County Forest $1,364,800 5-3 C-95-036-22 Preserve District 5-4 C-96-038-22 Mt. Sterling $2,137,487.50 6-1 C-91-389-19 Franklin Park ' $28,146,404 6-2 C-98-010-23 Columbia $1,601,000 7-1 . C-91-144-01 Will County $2,270,268 7-2 C-91-341-15 Westchester $1,062,600 7-3 C-93-008-22 Livingston County $400,000 i 7-4 C-93-009-22 Livingston County $335,000 7-5 C-96-098-21 Springfield $1,300,000 7-6 C-97-043-22 Shelby County ' $1,279,000 8-1 C-97-012-22 Effingham County $900,000 8-2 C-97-006-22 Macon County $20,000,000 8-3 C-99-511-15 Union County $210,000 Bureau of Local Roads and Streets Joint Agreement Approval List Excluded Page Job Number Local Agency Amount of from Agreement Approval 9-1 C-91-197-19 McHenry County $3,700,000 9-2 C-91-347-20 DuPage County $602,030 9-3 C-93-042-15 Princeton $324,500 9-4 C-93-053-22 DePue — $212,500 9-5 C-96-009-21 Schuyler County $1,112,000 10-1 C-91-117-16 Highland Park $9,508,312 10-2 C-91-092-20 Buffalo Grove $3,919,810 10-3 C-96-065-21 Logan County $630,000 11-1 C-91-104-20 Itasca $2,872,100 11-2 C-92-017-22 Ogle County Highway Department $425,672.05 11-3 C-97-032-22 Coles County $210,000 The above is a listing of joint agreements for improvements scheduled for the State Letting. The joint funding agreements associated with these projects have been reviewed by the Department and recommended for execution. Concurrence is hereby given to execute the joint funding agreements listed above. 1 By: By: '#€Az mer Osma , ecretary Joanne oodworth, Acting Chief Fiscal Officer Date: *Via)* Date: � 3 By: By: _ Step n Travis, irector of Ya gs , Chief Counsel Highways Date: _3 ./0 ac9. Date: 3-11 moommo Proposed Improvement LocationId - - n'elVid -Th01,1 ",••••• ; . it hur I , R , ,.. . . _ . E„ E ......... No*,Maned 1 _ Buff alo Gicrm 0.5 . & IPo. Fl . k . 83 ' 7 1 -F -.... ,... - Village of Buffalo Grove ..„,.. -,,, MUN 2060 / Brandywyn Ln: i Deerfield Pkwy to Thompson Blvd I i MUN 3260/Thompson Blvd: 4 L Arlington Heights Rd to Brandywyn Ln Section No.: 16-00106-03-RS ......, 1 ..,- Project No.: IR7K (549) I .. S a Job No.: C-91-090-20 - ixtun k4....41 '44.1, a , . . N reAl I rii GEWALT HAMILTON Proposed Road Improvement Locations 1 inch= 500 , J L I a ASSOCIATES. INC. Feet h NAN cria-eriq,neers L , Buffalo Grove, Illinois . -.Center 87 9790VIN 42 17451' - ADDENDA NUMBER 2 Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS Construction Engineering Right of Way Job Number Project Number Job Number Proiect Number Job Number Project Number C-91-092-20 1 R7K(549) DIVISION OF COST Federal Funds State Funds Local Public Agency Type of Work Fund Type Amount % Fund Type Amount % Fund Type Amount % Totals -Participating Construction STU $1,500,005.00 • LOCAL $1,822,695.00 BAL $3,322,700.00 -Non-Participating Construction LOCAL $135,264.00 100% $135,264.00 Construction Engineering STU $369,477.00 * LOCAL $92,369.00 BAL $461,846.00 • Total $1,869,482.00 Total Total $2,050,328.00 $3,919,810.00 Add 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 80%NTE$1,869,482 Non-Participating Construction Items/Costs include but not limited to resurfacing of cul-de-sacs,etc. 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 11/17/21 Page 6 of 6 BLR 05310(Rev.07/20/21) COUNTY/CITY/VILLAGE/TOWNSHIP of_Buffalo Grove Location: Brandywyn Lane & Thompson Boulevard— Stage 3 Section No.: _16-00106-03-RS Project No.: 1R7K(549) Job No.: C-91-092-20 Lake County RESOLUTION WHEREAS, The VILLAGE of BUFFALO GROVE is attempting to improve a segment of Brandywyn Lane from Deerfield Parkway to Thompson Boulevard that is approximately 0.371 miles in length and Thompson Boulevard from Arlington Heights Road to Brandywyn Lane that is approximately 0.571 miles in length. WHEREAS, the cost of said improvement has necessitated the use of federal funds. WHEREAS, the federal fund source requires a local match. NOW THEREFORE, BE IT RESOLVED by the VILLAGE of BUFFALO GROVE Board of Trustees that the VILLAGE of BUFFALO GROVE authorized Two Million Four Hundred Nineteen Thousand Eight Hundred and Four dollars 95/100, ($2,419,804.95) or as much may be needed to match federal funds in the completion of MFT Section Number 16- 00106-03-RS. BE IT FURTHER RESOLVED that the VILLAGE President and VILLAGE Clerk be and are hereby authorized and directed to execute the above-mentioned AGREEMENT and any other such documents related to advancement and completion of said project; and BE IT FURTHER RESOLVED that the VILLAGE Clerk is hereby directed to transmit five certified copies of this resolution to the Illinois Department of Transportation through the Division of Transportation and one certified copy to the VILLAGE through the VILLAGE Clerk's Office. Enacted and approved this day of •Q/40/4"1.1-9t' , 202/, at VILLAGE of BUFFALO GROVE, Illinois. ADOPTED this day of 5/0 71PmIP'r 20 Z/ , AYES NAYS ABSENT Be -rly Sussm,, , i age President ATTEST: 4.6M, Sry Jann Villa ge Clerk 4 h ,A,1, • ti �� ADDENDA 4 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 ) "sr)473 A -)31 ic• ,.; 1 , • qv Illinois Department of Transportation 2300 South Dirksen Parkway / Springfield, Illinois / 62764 June 30, 2022 Ms. Janet M. Sirabian Village Clerk 50 Raupp Boulevard Buffalo Grove, Illinois 60089 Subject: Village: Buffalo Grove Section: 16-00106-03-RS Project: 1 R7K(549) Job: C-91-092-20 Construction Engineering Agreement Consultant: Gewalt Hamilton Associates, Inc. $461,846.00 (Approved 80% Federal $369,476.80) Dear Ms. Sirabian: The department approved the subject agreement on January 31, 2022. A copy is enclosed. The village may authorize the consultant to proceed with the engineering work. Profit is not allowed to the prime consultant on sub-consultant's costs. Profit should not be calculated as 10% of the total sub-consultant cost. It should be calculated on just the sub- consultant's direct labor. Please contact Debbie Jarvis (Debbie.Jarvis@illinois.gov) if you have any questions. Sincerely 1 iyifr/4 Gregory S. Lupton, P.E. Local Project Implementation Engineer Enclosure cc: Beverly Sussman, Village President Jose Rios Region 1 Attn: Chad Riddle - District 1 Attn: Project Control Gewalt Hamilton Associates, Inc. Ilinois Department Local Public Agency .� of Transportation Engineering Services Agreement o om Agreement For Agreement Type Using Federal Funds?® Yes ❑ No Federal CE Original LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number Village of Buffalo Grove J Lake 16-00106-03-RS C-91-092-20 Project Number Contact Name Phone Number Email 1R7K(549) Kyle E. Johnson (847) 459-2523 kjohnson@vbg.org SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number Thompson Blvd 3260 0.571 N/A Location Termini Add Location Arlington Heights Road to Brandywyn Lane Remove Location SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number Brandywyn Lane 2060 0.371 N/A Location Termini Add Location Deerfield Parkway to Thompson Boulevard Remove Location Project Description Project consists of reconstruction of Thompson Blvd and resurfacing of Brandywyn Lane. Improvements include earth excavation, pavement removal, storm sewer, combination curb and gutter, sidewalk, HMA binder and surface, ADA upgrades, erosion control, pavement marking, landscaping and other associated improvements. Engineering Funding ® Federal ❑ MFT/TBP ❑ State ® Other Local Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ® Other Local AGREEMENT FOR Phase III -Construction Engineering CONSULTANT Consultant(Firm) Name Contact Name Phone Number Email Gewalt Hamilton Associates, Inc. Todd P. Gordon (847) 821-6218 tgordon@gha-engineers.com Address City State Zip Code 625 Forest Edge Drive Vernon Hills IL 60061 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: Completed09/12/21 Page 1 of 12 BLR 05530(Rev.08/05/21) 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 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 ® 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) ® EXHIBIT F: GHA Manhour Calculations ® EXHIBIT G: Material Testing Subconsultant Agreement ® EXHIBIT H: Location Map I. 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 US 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 Construction Engineering Contracts: (a)The ENGINEER shall be prequalified with the STATE in Construction Inspection.All employees of the ENGINEER serving as the onsite resident construction supervisor or providing construction inspection shall have a valid Documentation of Contract Quantities certification. (b) For all projects where testing is required,the ENGINEER shall obtain samples according to the STATE Bureau of Materials."Manual of Test Procedures for Materials,"submit STATE Bureau of Materials inspection reports; and verify compliance with contract specifications. 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, Completed09/12/21 Page 2 of 12 BLR 05530(Rev.08/05/21) 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. For Construction Engineering Contracts: (a)To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. (b)To submit approved forms BC 775 and BC 776 to the DEPARTMENT when federal funds are utilized. 4. 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 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. 5. 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: ❑ Lump Sum ❑ Specific Rate ® Cost plus Fixed Fee: Anniversary Total Compensation = DL+ DC+ OH + FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firm's 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. Field Office Overhead Rates: Field rates must be used for construction engineering projects expected to exceed one year in duration or if the construction engineering contract exceeds$1,000,000 for any project duration. 6. 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.). 7. To certify by execution of the AGREEMENT that the selection of the ENGINEER was performed n 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. Completed 09/12/21 Page 3 of 12 BLR 05530(Rev.08/05/21) 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, 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 or 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. Completed09/12/21 Page 4 of 12 BLR 05530(Rev.08/05/21) • 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: (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statue conviction for a violation occurring in the 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 to 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 Construction Engineering Contracts: (a)That all services are to be furnished as required by construction progress and as determined by the LPA employee In Responsible Charge.The ENGINEER shall complete all services herein within a time considered reasonable to the LPA, after the CONTRACTOR has completed the construction contract. (b)That all field notes,test records and reports shall be turned over to and become the property of the LPA and that 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. (c)That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the ENGINEER,one member appointed by the LPA, and a third member appointed by the two other members for disposition and that the committee's decision shall be final. (d)That in the event that engineering and inspection services to be furnished and performed by the LPA(including personnel furnished by the ENGINEER)shall, in the opinion of the STATE be incompetent employed on such work at the expense of the LPA. (e) Inspection of all materials when inspection is not provided by the sources by the STATE Central Bureau of Materials, and submit inspection reports to the LPA and STATE in accordance with the STATE Central Bureau of Materials "Project Procedures Guide"and the policies of the STATE. AGREEMENT SUMMARY Prime Consultant TIN/FEIN/SS Number Agreement Amount Gewalt Hamilton Associates, Inc. 36-3426053 $453,346.00 Subconsultants TIN/FEIN/SS Number Agreement Amount - Soil and Material Consultants, Inc. 36-3094075 $8,500.00 Subconsultant Total $8,500.00 Prime Consultant Total $453,346.00 Total for all work $461,846.00 Add Subconsultants Completed 09/12/21 Page 5 of 12 BLR 05530(Rev.08/05/21) AGREEMENT SIGNATURES Local Public Agency Type Name of Local Public Agency Attest: The Village of Buffalo Grove By(Signature&Date) By(Signature&Date) ba.wat `• 9/20/a/ 9�td fzl Name of Local Public Agency Local Public Agency Type Title Buffalo Grove Village Clerk Fr"e-6 1 Ok e 4- (SEAL) Executed by the ENGINEER: Consultant(Firm) Name Attest: Gewalt Hamilton Associates, Inc. By(Signature&Date) By(Signature&Date) //Z/2/ fff L3/LI Title Title PRC S I CI N'T /co J Completed09/12/21 Page 6 of 12 BLR 05530(Rev.08/05/21) Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS 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 SCOPE OF SERVICES Phase III Construction Engineering Services Brandywyn Lane and Thompson Boulevard Improvements —Contract 3 Section 16-00106-03-RS Project No. 1R7K(549) Job No. Village of Buffalo Grove GHA Proposal No. 2019.CS109 — Contract 3 PROJECT UNDERSTANDING It is our understanding that the Village of Buffalo Grove proposes the reconstruction of Thompson Boulevard between Arlington Heights Road (STA. 100 + 58.0) to Brandywyn Lane (STA. 130 + 75.0) and the resurfacing of Brandywyn Lane between Deerfield Parkway (STA. 300 + 99.0) and Thompson Boulevard (STA. 344 + 79.0). Thompson Boulevard's functional classification is designated as a Collector and Brandywyn Lane's functional classification is designated as a Minor Collector in the Village of Buffalo Grove. There is curb and gutter along the project limits, and drainage is accommodated by an enclosed system. Pedestrian accommodations include existing sidewalk on both sides of each Thompson Boulevard and Brandywyn Lane. Other improvements will include ADA upgrades at the intersections. The project will be administered and awarded through the Illinois Department of Transportation's (IDOT). As Surface Transportation Program (STP) funds will be utilized for construction. the project will follow IDOT procedures for Federal Aid Projects. Thus, the Village of Buffalo Grove has entered into Intergovernmental Agreement with IDOT to monitor the utilization of the STP funds for completion of the project. This project is anticipated to be on the January 21, 2022 IDOT letting, and as a result, will most likely commence construction in the Spring of 2022. CONSTRUCTION ENGINEERING SERVICES It is our practice to adhere to construction industry standards and insist on compliance with the project plans and specifications in an effort to efficiently produce a quality project. As such, Construction Engineering Services will be performed in accordance with the services outlined in the Request for Qualifications, as well as Illinois Department of Transportation standard procedures including, but not limited to, the following: 1. GHA will oversee a scheduled pre-construction meeting with project stakeholders prior to the start of construction and provide the meeting attendees with a summary in the form of Minutes for their records. 2. Prior to construction commencement, GHA will utilize measures outlined in our Public Relations Plan to determine impacts on schools, local businesses, places of worship, parks, and other local projects. We will include the Village, Village Hall, Public Works Department(s), School District(s), utility companies, and permitting agencies as members of our project communications team to collaborate and determine the best methods for identifying, reaching, and maintaining relationships with the project stakeholders. Once communications plan is established, GHA will continue to coordinate and communicate with stakeholders using resident letters, project flyers and newsletters as requested to ensure they are properly and consistently informed of the project's progress. 3. GHA will review drawings, diagrams, illustrations, brochures, catalog cuts, shop drawings, project schedules, and other data which the contractor is required to submit for conformance with the design concept and compliance with the contract documents. 4. GHA will provide geometric control and construction layout verification by making random checks to the Contractor's staking to determine if the work is in general conformance with the plans. If an error is found, we will immediately notify the Contractor to make the appropriate changes prior to construction. In addition, our survey crew will also provide before and after measurements and cross sections for applicable pay items. Completed 09/12/21 Page 7 of 12 BLR 05530(Rev.08/05/21) 5. GHA will provide full-time construction observation of the necessary construction operations and processes to ensure all materials and procedures are in conformance with the contract documents. We will utilize IDOT's web- based system known as the Construction and Materials Management System (CMMS). This system will provide a computerized version of a Daily Diary, Weekly Reports, Daily Quantities, Quantity Book, Pay Estimates, Authorizations, and numerous other reports. We will measure, record, and provide source documentation daily for all quantities for which payment will be made, and we will adhere to general IDOT requirements regarding inspection rates, including, but not limited to, depth checks, yield requirements, and material weight ticket collection to help facilitate a timely project closeout. We will also work with the IDOT documentation auditors and reviewers as necessary to ensure the required records are provided. GHA will keep a project box on site, including all the necessary up-to-date documentation in accordance with standard procedures and IDOT's Documentation of Contract Quantities guide. 6. If a field change or Authorization is required, whether force account or agreed unit price, GHA will notify and advise the Village prior to making any decisions that may affect the budget. In addition, our documentation of the Contractor's daily activities will help provide sufficient information to permit verification of the nature and costs of any changes in plans or authorized extra work. 7. GHA will make observations of the utility marks provided by the J.U.L.I.E. system and address potential conflicts with the contractor. 8. GHA will schedule and moderate project progress meetings with the Village and Contractor(s) and provide attendees with a summary in the form of Minutes for their records. 9. GHA will coordinate with Village of Buffalo Grove staff for quality assurance testing for the HMA and concrete. Our subconsultant, Soils and Materials Consultants, will administer the quality assurance testing for the field and laboratory requirements regarding soils and aggregate quality. We will confirm and document that all the materials used on the site meet or exceed the quality requirements of the contract and IDOT-issued Project Procedures Guide. 10. GHA will perform daily traffic control inspections in addition to those required weekly and bi-monthly during night hours, and respectively submit deficient remarks to the Contractor with appropriate corrections requested. 11. GHA will provide National Pollutant Discharge Elimination System (NPDES) monitoring in compliance with the ILR10 permit and Designated Erosion Control Inspection (DECI) services, as necessary. 12. GHA will prepare monthly pay requests for the Village's review and provide the required documentation and correspondence for the Village of Buffalo Grove to submit to IDOT. 13. GHA will schedule a final walk-through upon project completion with the Village of Buffalo Grove representatives to generate a punch list of deficiencies. 14. GHA will keep current as-builts as the work is performed. We will annotate by hand all revisions, substitutions, variations, and omissions made or discovered during construction. Upon project completion, GHA will provide the Village of Buffalo Grove with hard copies and an electronic copy of the record drawing plan set. 15. GHA will coordinate contract closeout procedures with the Contractor and IDOT to ensure an expedient and productive closeout. Completed 09/12/21 Page 8 of 12 BLR 05530(Rev.08/05/21) Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS EXHIBIT B PROJECT SCHEDULE Project is to begin no later than May 1, 2022 with a completion date of October 28, 2022 Completed09/12/21 Page 9 of 12 BLR 05530(Rev.08/05/21) Local Public'Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-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 GOVERNORS 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 375 $0.57 $215.63 (per GOVERNOR'S TRAVEL CONTROL BOARD) ®Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 150 $65.00 $9,750.00 ❑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) 8 $20.00 $160.00 ®Copies of Deliverables/Mylars(In-house) Actual cost(Submit supporting documentation) 500 $0.20 $100.00 ❑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 III 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) CI 111 CI CI CI Total Direct Costs $10,225.63 Completed09/12/21 Page 10 of 12 BLR 05530(Rev.08/05/21) Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-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 ❑ El and administration) concerning engineering and design related consultant services? Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and ❑ 2 specifically Section 5-5.06 (e)of the BLRS Manual? 3 Was the scope of services for this project clearly defined? ❑ ZI 4 Was public notice given for this project? ❑ If yes Due date of submittal 09/28/17 Method(s) used for advertisement and dates of advertisement Daily Herald- Legal Notice, Public Notice Newspaper published on August 23, 2017 (see attached) 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 andIZI ❑ 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% - Abiltiy to Perform Multiple Functions 10% - Qualifications and Experience 20% - Affiliations and Accredidations 10% - Past Performances 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 Gewalt Hamilton Associates, Inc. 2 Civiltech, Inc. 3 BLA 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ 10 Were negotiations for this project performed in accordance with federal requirements. ❑ 11 Were acceptable costs for this project verified? ❑ 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)? Completed 09/12/21 Page 11 of 12 BLR 05530(Rev.08/05/21) Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-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). ® ❑ Completed09/12/21 Page 12 of 12 BLR 05530(Rev.08/05/21) EXHIBIT E 0 Illinois Department COST ESTIMATE OF CONSULTANT SERVICES WORKSHEET of Transportation ANNIVERSARY RAISE Local Public Agency County _ Section Number Village of Buffalo Grove Lake 16-00106-03-RS Consultant (Firm) Name Prepared By Date Gewalt Hamilton Associates, Inc. Todd Gordon 8/9/2021 PAYROLL ESCALATION TABLE CONTRACT TERM 12 MONTHS OVERHEAD RATE 152.48% START DATE 3/1/2022 COMPLEXITY FACTOR 0 RAISE DATE ANNIVERSARY % OF RAISE 2.00% ESCALATION PER YEAR DETERMINE THE MID POINT OF THE AGREEMENT 6 CALCULATE THE ESCALATION FACTOR TO THE MIDPOINT OF THE CONTRACT 1.00% The total escalation for this project would be: 1.00% BLR 05513 (Rev. 04/30/21) Escalation Printed 9/12/2021 8:34 AM Page 1 of 1 Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS PAYROLL RATES Exhibit E Cost Estimate of Consultant Services Worksheet Anniversary Raise MAXIMUM PAYROLL RATE 78.00 ESCALATION FACTOR 1.00% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $78.50 $78.00 CE VI $74.30 $75.04 CE V $70.29 $70.99 CE IV $58.13 $58.71 CE III $48.75 $49.24 CE II $36.78 $37.15 CE I $30.83 $31.14 Land Surveyor IV $51.00 $51.51 Land Surveyor II $40.38 $40.78 GISP III $56.00 $56.56 Environmental Consult II $32.50 $32.83 ETV $60.71 $61.32 ETIV $40.86 $41.27 ET III $31.79 $32.11 ET II $29.58 $29.88 ET I $22.95 $23.18 AD I $25.05 $25.30 BLR 05513 (Rev. 04/30/21 Payroll Rates Printed 9/12/2021 8:33 AM Page 1 of 1 Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS SUBCONSULTANTS Exhibit E Cost Estimate of Consultant Services Worksheet Anniversary Raise Name Direct Labor Total Contribution to Prime Consultant Soils and Materials Consultant 8,500.00 850.00 Total 0.00 850.00 BLR 05513 (Rev. 04/30/21) Subconsultants Printed 9/12/2021 8:35 AM Page 1 of 1 Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS COST ESTIMATE WORKSHEET Exhibit E Cost Estimate of Consultant Services Worksheet Anniversary Raise OVERHEAD RATE 152.48% COMPLEXITY FACTOR 0.00% TASK STAFF HOURS PAYROLL OVERHEAD& DIRECT COSTS FIXED FEE SERVICES BY OF GRAND TOTAL FRINGE BENEFITS OTHERS TOTAL Preconstruction Coordinate; n 152 8,465 12,907 2,793 24,165 5.23% Preconstruction Meeting 24 1,329 2,027 439 3,795 0.82% Layout Verification 122 4,853 7,400 1,602 13,855 3.00% Construction Observation (RE) Al 1780 100,656 153,481 33,217 5iir' 306,080 66.27% Construction Observation (Inspect 520 12,053 18,379 3,978 34,410 7.45% Progress Meetings 120 5,476 8,349 1,807 15,632 3.38% Traffic Control Inspection (Nights) 56 3,288 5,013 1,085 9,386 2.03% Punch List & Final Inspections 40 2,348 3,581 775 6,704 1.45% Record Drawings 80 3,284 5,007 1,084 9,375 2.03% Project Closure 236 13,169 20,079 4,346 37,594 8.14% Subconsultant DL 850 850 0.18% TOTALS 3130 154,921 236,223 10,226 51,976 8,500 461,846 100.00% 391,144 BLR 05513 (Rev. 04/30/21) Page 1 of 1 Cost Est Work 9/12/20218:36 AM Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Anniversary Raise SHEET 1 OF 1 Preconstruction Construction Observation Construction Observation PAYROLL AVG TOTAL PROJ.RATES Coordination Preconstruction Meeting Layout Verification (RE) April 2022-Oct 2022 (Inspector 1) 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 CE VI 75.04 0.0 CE V 70.99 44.0 1.41% 1.00 16 10.53% 7.47 4 16.67% 11.83 24 1.35% 0.96 CE IV 58.71 1,914.0 61.15% 35.90 80 52.63% 30.90 8 33.33% 19.57 1500 84.27% 49.48 •CE III 49.24 0.0 CE II 37.15 0.0 • CE I 31.14 0.0 Land Surveyor IV 51.51 16.0 0.51% 0.26 8 6.56% 3.38 Land Surveyor II 40.78 130.0 4.15% 1.69 90 73.77% 30.09 GISP III 56.56 0.0 Environmental Consult II 32.83 0.0 ETV 61.32 40.0 1.28% 0.78 16 10.53% 6.45 4 16.67% 10.22 16 0.90% 0.55 ETIV 41.27 418.0 13.35% 5.51 40 26.32% 10.86 8 _ 33.33% 13.76 240 13.48% 5.56 ET III 32.11 48.0 1.53% 0.49 24 19.67% 6.32 ET II 29.88 0.0 ET I 23.18 520.0 16.61% 3.85 520 100.00% 23.18 - . AD I 25.30 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTALS 3130.0 100% $49.50 152.0 100.00% $55.69 24.0 100% $55.38 122.0 100% $39.78 1780.0 100% $56.55 520.0 100% $23.18 BLR 05513 (Rev. 04/30/21) Avg Hr 1 Printed 9/12/2021 8:37 AM Page 1 of 1 Local Public Agency County Section Number Village of Buffalo Grove Lake 16-00106-03-RS AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultant Services Worksheet Anniversary Raise SHEET 2 OF 2 Traffic Control Inspection Punch List&Final PAYROLL AVG Progress Meetings (Nights) Inspections Record Drawings Project Closure 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 CE VI 75.04 CE V 70.99 CE IV 58.71 30 25.00% 14.68 56 100.00% 58.71 40 100.00% 58.71 8 10.00% 5.87 192 81.36% 47.77 CE III 49.24 _ GE!! 37.15 CE I 31.14 Land Surveyor IV 51.51 8 10.00% 5.15 Land Surveyor II 40.78 40 50.00% 20.39 GISP III 56.56 Environmental Consult II 32.83 ETV 61.32 4 1.69% 1.04 ETIV 41.27 90 75.00% 30.95 40 16.95% 6.99 ET III 32.11 24 30.00% 9.63 ET II 29.88 _ ET I 23.18 AD I 25.30 TOTALS 120.0 100% $45.63 56.0 100% $58.71 40.0 100% $58.71 80.0 100% $41.05 236.0 100% $55.80 0.0 0% $0.00 BLR 05513 (Rev. 04/30/21) Avg Hr 2 Printed 9/12/2021 8:38 AM Page 1 of 1 Buffalo Grove-Thompson Brandywyn, Manhour Estimate of Consultant Services Gewalt Hamilton Associates,Inc. Total Principal l CE VI CE V CE IV CE III CE II CE I LS IV LS II LS I ET V ET IV ET III ET II ET I AD I Hours I. Phase III Construc\tion Engineering Preconstruction Coordination 16 80 16 40 152 Preconstruction Meeting 4 8 _ 4 8 24 Layout Verification 8 90 24 122 Construction Observation(RE) April 2022-Oct 2022 24 1500 16 240 1780 Construction Observation(Inspector 1) 520 520 Progress Meetings 30 90 120 Traffic Control Inspection(Nights) 56 56 Punch List&Final Inspections _ 40 40 Record Drawings 8 8 40 24 80 Project Closure _ 192 4 40 236 I.Category Subtotal1 0 0 74 1884 0 0 0 16 130 0 40 418 48 0 520 0 3130 August 9,2021 CONTRACT 3-GHA Proposal No.2019CS109 Page 1 of 1 �, ._/ Office: 847-870-0544 `= 51_ SOIL AND MATERIAL CONSULTANTS, INC. Fax: 847-870-0661 !,l us@soilandmaterialconsultants.com ,l,,; ..r www.soilandmaterialconsultants.com /- August 17, 2021 Proposal No. 19,462 Mr. Todd Gordon, P.E. Gewalt Hamilton Associates, Inc. 625 Forest Edge Drive Vernon Hills, IL 60031 Re: Soil and Construction Material Testing FAU Thompson/Brandywyn Phase 3 Buffalo Grove, Illinois Dear Mr. Gordon: Submitted for your consideration is our proposal to provide soil and construction material testing on a will-call basis initiated by your office or representative. We understand the testing requirements of the IDOT QC/QA program are applicable. We propose to be the QA project manager and provide QA jobsite testing. IDOT is to provide QA plant testing. Attached is our Schedule of Fees for anticipated services. Note that hourly rates are inclusive of mileage and equipment charges. Based on available information and our experience on similar projects, we estimate a charge of$8,500.00 may be incurred for the anticipated services. Actual billing will be on a unit price basis and you will only be billed for those services actually provided. Final billing may be less than or greater than the estimated charge. Requests for services not included within the scope of this proposal will be provided at our established unit prices. Thank you for the opportunity of submitting this proposal, which includes the attached General Conditions. If acceptable, please sign and return one copy to our office. Further, please include applicable plans and specifications, if not already submitted. Very truly yours, SOIL AND MATERIAL CONSULTANTS, INC. Reid T. Steinbach, P.E. Director of Engineering RTS:dd Proposal Accepted By: Client Street Town State Zip Code Phone ( ) E-Mail Address Signature Position Printed Name Date 8 W. COLLEGE DR. SUITE C ARLINGTON HEIGHTS, IL 60004 SOIL BORINGS SITE INVESTIGATIONS • PAVEMENT INVESTIGATIONS • GEOTECHNICAL ENGINEERING TESTING OF SOIL • ASPHALT CONCRETE MORTAR STEEL Proposal No. 19,462 Page 2 Re: FAU Thompson/Brandywyn Phase 3 Buffalo Grove, Illinois SOIL AND MATERIAL CONSULTANTS, INC. SCHEDULE OF FEES Effective 1-1-21 BITUMINOUS CONCRETE Service Estimated Units Fee Cost Field Testing Technician with Nuclear Gauge 24 hours $ 89.00 /hour $ 2,136.00 356.00 /day min. Laboratory Testing Unit Weight—cores 25 each $ 25.00 each $ 625.00 Engineering Senior Engineer(P.E.) 4 hours $ 140.00 /hour $ 555.00 -QA Project Manager, includes project administration, field/laboratory engineering, mix design review, consultation and report review Estimated Cost: $ 3,316.00 Estimates: Est. Contractor Item Tons Working Days Est. Days -20% QA HMA Surface, N50 2,520 3.0 1.0 HMA Binder, N50 3,052 3.0 1.0 HMA Poly Level 680 1.0 0.5 Class D Patches 350 2.0 0.5 Total: 6,602 9.0 3.0 Billing Notes: Hourly Charges: Portal To Portal Saturdays: Hourly Rate x 1.5 Weekdays over 8 hours/day: Hourly Rate x 1.5 Sundays: Hourly Rate x 2.0 Proposal No. 19,462 Page 3 Re: FAU Thompson/Brandywyn Phase 3 Buffalo Grove, Illinois SOIL AND MATERIAL CONSULTANTS, INC. SCHEDULE OF FEES Effective 1-1-21 PORTLAND CEMENT CONCRETE Service Est. Work Units Fee Cost Field Testing Technician 28 hours $ 89.00 /hour $ 2,492.00 - includes temperature, slump, 356.00 /day min. air and cylinders Cylinder Pick-up 4 hours $ 89.00 /hour $ 356.00 Laboratory Testing Cylinder Compressive Strength 28 each $ 16.00 each $ 448.00 Engineering Senior Engineer(P.E.) 3 hours $ 140.00 /hour $ 420.00 -QA Project Manager. includes project administration, field/laboratory engineering, mix design review, consultation and report review Estimated Cost: $ 3,716.00 Estimates: Est. Contractor Item Quantity CY Working Days Est. Days -20% QA Cyls. PCC Combined C & G 12,042 669 7 1.5 12 PCC Sidewalk 15,082 Ft2 230 4 1.0 8 PCC Driveway 2,007 Yd2 335 4 1.0 8 Total: 1,234 15 3.5 28 Billing Notes: Hourly Charges: Portal To Portal Saturdays: Hourly Rate x 1.5 Weekdays over 8 hours/day: Hourly Rate x 1.5 Sundays: Hourly Rate x 2.0 Proposal No. 19,462 Page 4 Re: FAU Thompson/Brandywyn Phase 3 Buffalo Grove, Illinois SOIL AND MATERIAL CONSULTANTS, INC. SCHEDULE OF FEES Effective 1-1-21 AGGREGATE AND SOIL Service Est. Work Units Fee Cost Field Testing Technician (2 trips @ 6 hrs.) 12 hours $ 99.00 /hour $ 1,188.00 396.00 /day min. Engineering Senior Engineer(P.E.) 2 hours $ 140.00 /hour $ 280.00 - includes project administrations field/laboratory engineering, consultation and report review Estimated Cost: $ 1,468.00 Billing Notes: Hourly Charges: Portal To Portal Saturdays: Hourly Rate x 1.5 Weekdays over 8 hours/day: Hourly Rate x 1.5 Sundays: Hourly Rate x 2.0 • Proposal No. 19,462 Page 5 Re: FAU Thompson/Brandywyn Phase 3 Buffalo Grove, Illinois Soil and Material Consultants, Inc.(SMC)scope of work defined in the proposal TERMS AND CONDITIONS was based on information provided by the client. If incomplete, inaccurate or if unexpected site conditions are discovered,the scope of work may change. GEOTECHNICAL INVESTIGATIONS TESTING SERVICES Client will furnish SMC with right-of-access to the site. Client shall furnish SMC with at least one working day's notice on any SMC will take reasonable precautions to minimize site part-time(less than 8 hours/day)job when field personnel are requested. damage due to its operations, but has not included in SMC shall make reasonable effort to provide field personnel in a timely the fee the cost of restoration of any resulting manner but reserves the right to schedule field personnel as deemed damage. SMC shall not be liable for damage or injury appropriate. Minimum charges will be billed when work cancellations are due to encountering subsurface structures(pipes, received after field personnel have left for the project site. tanks,utilities or others)not called to SMC's attention in writing or are not correctly shown on the drawings SMC personnel will provide a professional service based on observations furnished by client or client's representative. If the and testing of the work of a contractor,subcontractor,or other client desires,SMC will restore any damage to the service/material provider,as specifically requested. SMC field personnel site and add the cost of restoration to the fee. will look for general conformance with project specifications,plans and/or soil report but does not accept the responsibility to control or direct the Field work,laboratory testing and engineering work of others. Discrepancies noted by SMC office or field personnel will analysis will be performed in accordance with be referred to client or client's representative. generally accepted soil and foundation engineering practices. Samples are retained in our laboratory for Testing Services furnished by SMC are defined as the taking of soil and/or 30 days from date of report and then destroyed material tests at various locations and the making of visual observations unless other disposition is requested. The data relating to earthwork,foundations,and/or materials as specifically reported applies only to the soils sampled and the requested by the client and agreed to by SMC,and will be limited to those conditions encountered at each boring location. This specifically agreed services. Such services will be performed by SMC does not imply or guarantee that soils between using that degree of care and skill ordinarily exercised,under similar borings will be identical in character. Isolated circumstances,by reputable members of the profession practicing in this inclusions of better or poorer soils can be found on or similar localities. any site. SMC will not be liable for extra work or other consequences due to changed conditions Observations and testing of soils and/or materials by SMC in no way encountered between borings. implies a guarantee or warranty of the work of the contractor, subcontractor,or other service/material provider. SMC's work or failure to Any exploration,testing and analysis associated with perform same shall in no way excuse such contractor,subcontractor or the investigation will be performed by SMC for the other service/material provider from liability in the event of subsequently client's sole use to fulfill the purpose of this discovered defects,omissions,errors,deficiencies or failure to perform in Agreement. SMC is not responsible for use or accordance with the project plans and specifications. SMC field interpretation of the information by others. The client personnel shall not be responsible for superintendence of the construction recognizes that subsurface conditions may vary from process nor direction of the work of the contractor,subcontractor,or other those encountered in borings or explorations. service/material provider. SMC's work shall not include determining or Information and recommendations developed by SMC implementing the means,methods,techniques,sequences or procedures are based solely on available information and for the of construction. SMC shall not be responsible for evaluating,reporting or currently proposed improvement. affecting job conditions concerning health,safety or welfare. Documents including but not limited to technical reports,original boring logs,field data,field notes, laboratory test data, calculations,reports of inspection and testing,geotechnical reports,technical reports,submittals and estimates furnished to the client or its agents pursuant to this agreement are not intended or represented to be suitable for reuse by the client or others on extensions of this project or on any other project. Any reuse without SMC's written consent will be at user's sole risk and without liability or legal exposure to SMC. User shall indemnify and hold harmless SMC from all claims,damages, losses and expenses including attorney's fees arising out of or resulting therefrom. To the maximum extent permitted by law,the Client agrees to limit SMC liability for clients'damages to$100,000 or the fee,whichever is lesser. This limitation shall apply regardless of the cause of action or legal theory pled or asserted. Soil and Material Consultants, Inc.is a Professional Engineering Corporation. Engineering services are often completed by extension through technical staff. The unit rates presented in this proposal do not reflect charges associated with organized labor. Future agreements,if any,with organized labor will invalidate some of the unit rates presented. Required rate adjustments will be presented to the client for acceptance prior to providing services at the adjusted rates. Services are invoiced monthly for the preceding period. Client agrees to pay each invoice within thirty(30)days of receipt and further agrees to pay interest on all amounts not paid at the rate of 2.0%per month,an annual rate of 24%,from the due date. Client agrees to pay all reasonable costs of collection including staff time,court costs,Attorneys'fees and related expenses, if this account becomes delinquent. Client agrees that reports furnished to the client but not paid for in full remain the sole property of SMC and will not be used for design,construction, permits, licensing,sales or other gain. , , AMEMEMIIIII9111 Camelot ''''''1' C°"""r" ••a„ , 11.11.°. Proposed Improvement Location a laval P•111 I;I • i ,nni3Vidif ThOrn9 —. 7 .0000000001111...IMINMEMOIMPF . WM.... - laaaaaa - . E . awanlaramal a' Ptak • Balboa i 44 ...:1 / t 14 1.1.,PAO 1 rli• ;anal i E C .g. i .14 z il 4 rt .77 mama., ..a0F,F•ai Cana, , i r '3 4 erchimft.r. . Village of Buffalo Grove e P MUN 2060 / Brandywyn Ln: Deerfield Pkwy to Thompson Blvd MUN 3260 / Thompson Blvd: BUY P•Can. atalesabnal ° Arlington Heights Rd to Brandywyn Ln ,,,,,,,•,., cent. illi. : _Outtalk, Section No.: 16-00106-03-RS 12: 1. Project No.: IR7K (549) pl. S Job No.: C-91-090-20 .p, . .,„.. i V 1 GEWALT HAMILTON Proposed Road Improvement Locations 1 inch 500 I -rel : III' ASSOCIATES, INC. r. www Oa engineers corn Buffalo Grove, Illinois = Feet . • mi 0 Ilinois Departrnerlt Local Public Agency Resident Construction o :; of Transportation Supervisor/ In Responsible Charge Regional Engineer Contract Number District Letting Date Mr. Jose Rios, P.E. 1 01/21/22 Municipality Department of Transportation Buffalo Grove Address Route County 201 West Center Court 3260/2060 Lake City State Zip Code Project Number Job Number Schaumburg IL 60196 1R7K(549) C-91-092-20 Section Number 16-00106-03-RS ❑ I recommend the following individual as a local public agency employee qualified to be resident construction supervisor and to be in responsible charge of this construction project. ® I certify that I am in responsible charge as defined by the department of this construction project.Since the local public agency does not have a local public agency employee qualified to be the resident construction supervisor, I am recommending a consulting engineer to serve as resident construction supervisor. Signature(for he local public agency) Date /// i z . I • 2_ ( Title ASS.S�A, ' PEAL-/ C.. votril.l6S 0 ►21Crarc_— Applicants Name Jennifer A. Beckman, P.E. The following describes my educational background, experience and other qualifications to be resident construction supervisor of this construction project for the Local Public Agency. For Consultants: I certify that my firm is pre-qualified in Construction Inspection. Documentation of Contract Quantities certificate number 19-15238 Jennifer A. Beckman, P.E. has 20 plus years of experience in construction engineering on federal, local agency MFT, locally funded municipal, local agency STP, IDOT, and Lake County Division of Transportation funded improvements. Jennifer has Bachelor of Science degree in Civil Engineering from Bradley University in 1999. Jennifer has completed the following IDOT Training Courses: Documentation of Contract Quantities, CMMS Training, ICORS Training, Construction Material Inspection Documentation, Hot Mix Asphalt Field Inspection, Soils Field Testing & Inspection, Drilled Shaft Foundation Construction Inspection, Aggregate Technician, Level 1 HMA & Portland Cement Concrete, Bridge Construction Inspection. Jennifer is also a Lake County Stormwater Management Commission Designated Erosion Control Inspector. Signature of Applicant Date thi.4. 6_,, -01,,L., it 1 0/ alai J Title o 7 Applicant Senior Resident Engineer Based on the above information and my knowledge of the applicant's experience and training, it is my opinion that the applicant is qualified to serve as the resident construction supervisor on this construction project. Printed 11/19/21 Page 1 of 2 BC 775(Rev. 11/09/20) Re.ional En ineer ature i Date A.'roved cc: En.: eer of Local Roads and Streets, Central Bureau of Local Roads and Streets En6ineer of Construction, Central Bureau of Construction Resident Construction Supervisor Local Public Agency Printed 11/19/21 Page 2 of 2 BC 775(Rev. 11/09/20) 0 O 0 Ilinois Department Local Public Agency Construction Inspector o of Transportation Regional Engineer Contract Number District Letting Date Mr. Jose Rios, P.E. 1 01/21/22 Municipality Department of Transportation Buffalo Grove Address Route County 201 West Center Court 3260/2060 Lake City State Zip Code Project Number Job Number Schaumburg IL 60196 1R7K(549) C-91-092-20 Section Number 16-00106-03-RS I consider the following individual to be qualified as a local public agency construction inspector. In addition, I certify that adequate instruction has been given this individual concerning the requirements of the contract,specifications and construction manual which pertain to the work which he/she will inspect. This individual has been instructed on the proper procedures for any necessary tests. Furthermore, if a consultant,this individual has a valid Documentation of Contract Quantities certification. Approved ature d Ile of Resident Construction Supervisor Date Applicants Name Jennifer A. Beckman, P.E. The following describes the educational background,experience and other qualifications of the named applicant to serve as an inspector on this project. For Consultants Employees: Documentation of Contract Quantities certificate number is 19-15238 . Jennifer A. Beckman, P.E. has 20 plus years of experience in construction engineering on federal, local agency MFT, locally funded municipal, local agency STP, IDOT, and Lake County Division of Transportation funded improvements. Jennifer has Bachelor of Science degree in Civil Engineering from Bradley University in 1999. Jennifer has completed the following IDOT Training Courses: Documentation of Contract Quantities, CMMS Training, ICORS Training, Construction Material Inspection Documentation, Hot Mix Asphalt Field Inspection, Soils Field Testing & Inspection, Drilled Shaft Foundation Construction Inspection, Aggregate Technician, Level 1 HMA& Portland Cement Concrete, Bridge Construction Inspection. Jennifer is also a Lake County Stormwater Management Commission Designated Erosion Control Inspector. If the Resident from BC-775 is a consultant,the local public agency employee in responsible charge must also approve this individual. Approved Signat re and Title of In Responsible Charge from BC-775 Date (Z• r• zt A3s'Set-ANt PJ644C. VCM.FS 130.4(cf,ti Printed 11/19/21 Page 1 of 1 BC 776 (Rev. 11/16/20) AN °1'22 pH2:23 JAN s CENT,LOCAL ROADS&S T R:E