Loading...
R-17-05VILLAGE OF DEERFIELD LAKE AND COOK COUNTIES, ILLINOIS RESOLUTION NO. R-17-5 RESOLUTION AUTHORIZINIG A LOCAL PUBLIC AGENCY CONSTRUCTION ENGINEERING SERVICES AGREEMENT FOR FEDERAL PARTICIPATION RELATED TO THE RECONSTRUCTION OF KATES ROAD BRIDGE REPLACEMENT (PROJECT NUMBER BRM-4003(390)) WHEREAS, the Village is the lead local public agency for Project Number BRM-4003(390)) which is a project for the reconstruction of Kates Road Bridge over Canadian Pacific Railroad (Structure No. 049-6003). WHEREAS, funding for the Project from the Federal Highway Administration (FHWA) is contingent upon the Illinois Department of Transportation (IDOT) and the Village entering a Local Public Agency Construction Engineering Services Agreement for Federal Participation for said Project (the "Local Agency Agreement"); and WHEREAS, the corporate authorities of the Village of Deerfield have reviewed and considered the Local Agency Agreement and hereby determine that is in the best interest of the Village and public to enter into the Local Agency Agreement with IDOT for the Project; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF DEERFIELD, LAKE AND COOK COUNTIES, ILLINOIS, in the exercise of its home rule powers, as follows: SECTION 1: That the above and foregoing recitals are hereby incorporated and made a part of this Resolution as if fully set forth herein. SECTION 2: The Local Agency Agreement attached hereto and made a party hereof is hereby approved. SECTION 3: The Village President and Village Clerk are hereby authorized and directed to respectively execute and attest the Local Public Agency Agreement on behalf of the Village of Deerfield. SECTION 4: That The Village of Deerfield hereby appropriates Two Hundred Thirty One Thousand Two Hundred and Twenty Seven and 00/100 Dollars ($231,227), or as much as may be needed to match federal funds in the completion of MFT Section Number 14-00098-00-13R. SECTION 5: That this Resolution shall be in full force and effect from and after its passage and approval as provided by law. PASSED this 6th day of February_ , 2017. AYES:Farkas, Jester, Nadler, Seiden, Struthers NAYS: None ABSENT: Shapiro ABSTAIN: None APPROVED this 6th day of February , 2017. ATTEST: Village Clerk -2- Village Presi nt wi S Pb Illinois Department of Transportation V4$ 2300 South Dirksen Parkway / Springfield, Illinois / 62764 � � 23-17 May 17, 2017 Mr. Kent S. Street Village Clerk 850 Waukegan Road Deerfield, Illinois 60015 Subject: Village: Deerfield Section: 14-00098-00-BR Project: M-BRM-4003(391) Job: C-91-042-17 Construction Engineering Agreement Consultant: Ciorba Group, Inc. $231,227.27 Dear Mr. Street: The department approved the subject agreement on January 25, 2017. A copy is enclosed. The village may authorize the consultant to proceed with the engineering work. Please contact Debbie Jarvis (Debbie.Jarvis@illinois.gov) if you have any questions. Sincerely, -'x ZY xa;�— Gregory S. Lupton, P.E. Local Project Implementation Engineer Enclosure cc: Harriet Rosenthal, Mayor Anthony Quigley Attn: Christopher Holt - District 1 Roxy Heck (Attn: Project Control) Ciorba Group, Inc. t �} Local Agency Village of Deeffield County Lake Section 7 4-00098-00-BR Project No. Job No. C-91-042-17 Contact Name/Phone/E-mail Address Tyler Dickinson 847-317-2490 tdickinson@deeffield. i I. us LC*) Ills Department p of Transportation C A L A Construction Engineering G Services Agreement E For N Federal Participation C Y Consultant Ciorba Group, Inc. C 0 Address N 5507 N Cumberland Ave S f City Ul I Chicago _ L State IL T Zip Code A FiGssA N Contact Name/Phone/E-mail Address T Duane O'Laughlin 773-355-2949 dolaughlin@ciorba.com THIS AGREEMENT is made and entered into this � 1'' day of Fgev,f,ey , 2013 between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT described herein. Federal -aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE) will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director Division of Highways, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LA in immediate charge of the engineering details of the PROJECT In Responsible Charge A full time LA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Project Description Name Pfingsten/Kates Road Bridge Replacement Route FAU 3699 Length 0.72 mi Structure No. 049-6003 and Pavement Resurfacing Termini Waukegan Road to Lake Cook Road Description: Replace the existing PPC deck beam superstucture and repair/replace the existing bridge abutments, select MSE retaining wall repairs, HMA surface removal and replacement, select removal and replacement of curb and gutter and sidewalk, pavement patching, construction of ADA ramps, replacement of detector loops, pedestrian crosswalk signals, pavement marking, and landscaping. Agreement Provisions I. THE ENGINEER AGREES, To perform or be responsible for the performance of the engineering services for the LA, in connection with the PROJECT hereinbefore described and checked below: ® a. Proportion concrete according to applicable STATE Bureau of Materials and Physical Research (BMPR) Quality Control/Quality Assurance (QC/QA) training documents or contract requirements and obtain samples and perform testing as noted below. ® b. Proportion hot mix asphalt according to applicable STATE BMPR QC/QA training documents and obtain samples and perform testing as noted below. ❑ c. For soils, to obtain samples and perform testing as noted below. ® d. For aggregates, to obtain samples and perform testing as noted below. NOTE: For 1 a. through 1d. the ENGINEER is to obtain samples for testing according to the STATE BMPR "Project Procedures Guide", or as indicated in the specifications, or as attached herein by the LA; test according to the STATE BMPR "Manual of Test Procedures for Materials", submit STATE BMPR inspection reports; and verify compliance with contract specifications. Page 1 of 8 BLR 05611 (Rev. 11/21/13) Printed on 1/26/2017 7:58:14 AM ® e. Inspection of all materials when inspection is not provided at the sources by the STATE BMPR, and submit inspection reports to the LA and the STATE in accordance with the STATE BMPR "Project Procedures Guide" and the policies of the STATE. ® f. For Quality Assurance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes. ® g. Inspect, document and inform the LA employee In Responsible Charge of the adequacy of the establishment and maintenance of the traffic control. ® h. Geometric control including all construction staking and construction layouts. ® i. Quality control of the construction work in progress and the enforcement of the contract provisions in accordance with the STATE Construction Manual. ® j. Measurement and computation of pay items. ® k. Maintain a daily record of the contractor's activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. ® I. Preparation and submission to the LA by the required form and number of copies, all partial and final payment estimates, change orders, records, documentation and reports required by the LA and the STATE. ® m. Revision of contract drawings to reflect as built conditions. ® n. Act as resident construction supervisor and coordinate with the LA employee In Responsible Charge. 2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform the duties of the ENGINEER in connection with the AGREEMENT. 3. To furnish the services as required herein within twenty-four hours of notification by the LA employee In Responsible Charge. 4. To attend meetings and visit the site of the work at any reasonable time when requested to do so by representatives of the lA or STATE. 5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without the written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 6. The ENGINEER shall submit invoices, based on the ENGINEER's progress reports, to the LA employee In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work completed to date. Such invoices shall represent the value, to the LA of the partially completed work, based on the sum of the actual costs incurred, plus a percentage (equal to the percentage of the construction engineering completed) of the fixed fee for the fully completed work. 7- That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable to improvement of the SECTION; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein. 8. That the ENGINEER shall be responsible for the accuracy of the ENGINEER's work and correction of any errors, omissions or ambiguities due to the ENGINEER'S negligence which may occur either during prosecution or after acceptance by the LA. Should any damage to persons or property result from the ENGINEER's error, omission or negligent act, the ENGINEER shall indemnify the LA, the STATE and their employees from all accrued claims or liability and assume all restitution and repair costs arising from such negligence. The ENGINEER shall give immediate attention to any remedial changes so there will be minimal delay to the contractor and prepare such data as necessary to effectuate corrections, in consultation with and without further compensation from the LA. 9. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LA. 10. The undersigned certifies neither the ENGINEER nor I have: a) employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) to solicit or secure this AGREEMENT, Page 2 of 8 BLR 05611 (Rev. 11121/13) Printed on 1/26/2017 7:58:14 AM b) agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c) paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; e) have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; f) are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (e) of this certification; and g) have not within a three-year period preceding this AGREEMENT had one or more public transactions (Federal, State or local) terminated for cause or default. 11 To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 12. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 13. To submit BLR 05613, Engineering Payment Report, to the STATE upon completion of the work called for in the AGREEMENT. 14. To be prequalified with the STATE in Construction Inspection when the ENGINEER or the ENGINEER's assigned staff is named as resident construction supervisor. The onsite resident construction supervisor shall have a valid Documentation of Contract Quantities certification. 15. Will provide, as required, project inspectors that have a valid Documentation of Contract Quantities certification. II. THE LA AGREES, 1. To furnish a full time LA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services. 4. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas: Cost Plus Fixed Fee Formulas ® FF = 14.5%[DL + R(DL) + OH(DL) + IHDC], or ❑ FF = 14.5%[(2.3 + R)DL + IHDC] Where: DL = Direct Labor IHDC = In House Direct Costs OH = Consultant Firm's Actual Overhead Factor R = Complexity Factor FF=Fixed Fee SBO = Services by Others Total Compensation = DL +IHDC+OH+FF+SBO Specific Rate ❑ (Pay per element) Lump Sum ❑ Page 3 of 8 BLR 05611 (Rev. 11/21113) Printed on 1/26/2017 7:58:14 AM 5. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: ❑ With Retainage a) For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 60% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER, such payments to be equal to 95% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment — Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments — Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment — Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 6. The recipient shall not discriminate on the basis on the basis of race, color, national origin or sex in the award and performance of any DOT -assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT - assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). 7. To submit approved form BC 775 (Exhibit C) and BC 776 (Exhibit D) with this AGREEMENT. Ill. It is Mutually Agreed, 1. That the ENGINEER and the ENGINEER's subcontractors will maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and to make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT, for inspection by the STATE, Federal Highway Administration or any authorized representatives of the federal government and copies thereof shall be furnished if requested. 2. That all services are to be furnished as required by construction progress and as determined by the LA employee In Responsible Charge. The ENGINEER shall complete all services specified herein within a time considered reasonable to the LA, after the CONTRACTOR has completed the construction contract. 3. That all field notes, test records and reports shall be turned over to and become the property of the LA 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. 4. That this AGREEMENT may be terminated by the LA upon written notice to the ENGINEER, at the ENGINEER's last known address, with the understanding that should the AGREEMENT be terminated by the LA, the ENGINEER shall be paid for any services completed and any services partially completed. The percentage of the total services which have been rendered by the ENGINEER shall be mutually agreed by the parties hereto. The fixed fee stipulated in numbered paragraph 4d of Section II shall be multiplied by this percentage and added to the ENGINEER's actual costs to obtain the earned value of work performed. All field notes, test records and reports completed or partially completed at the time of termination shall become the property of, and be delivered to, the LA. 5. That any differences between the ENGINEER and the LA 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 LA, and a third member appointed by the two other members for disposition and that the committee's decision shall be final. 6. That in the event the engineering and inspection services to be furnished and performed by the LA (including personnel furnished by the ENGINEER) shall, in the opinion of the STATE be incompetent or inadequate, the STATE shall have the right to supplement the engineering and inspection force or to replace the engineers or inspectors employed on such work at the expense of the LA. Page 4 of 8 BLR 05611 (Rev. 11/21/13) Printed on 1/26/2017 7:58:14 AM That the ENGINEER has not been retained or compensated to provide design and construction review services relating to the contractor's safety precautions, except as provided in numbered paragraph 1f of Section I. 8. This certification is required by the Drug Free Workplace Act (301LCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years. For the purpose of this certification, "grantee" or "contractor' means a corporation, partnership or other entity with twenty-five (25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (A) abide by the terms of the statement; and (B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1) the dangers of drug abuse in the workplace; (2) the grantee's or contractor's policy of maintaining a drug free workplace; (3) any available drug counseling, rehabilitation and employee assistance program; and (4) the penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is convicted, as required by section S of the Drug Free Workplace Act. (f) Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 9. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT -assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination this AGREEMENT or such other remedy as the LA deems appropriate. Page 5 of 8 BLR 05611 (Rev. 11/21/13) Printed on 1/26/2017 7:58:14 AM Agreement Summary Prime Consultant: TIN Number Agreement Amount Ciorba Group, Inc. 1 36-2525351 $224,097.27 Sub -Consultants: TIN Number Agreement Amount Soil and Material Subconsultants, Inc. 36-3094075 $7,130.00 Sub -Consultant Total: $7,130.00 Prime Consultant Total: $224,097.27 Total for all Work: 1 $231,227.27 Executed by the LA: ATTEST: By. Cr Village A o Wrerk .. (SEAL).1�, . p .� j d , .�. F Executed by the ENGINE€ :< ATTEST: By: ��Wkag Title: Corporate Secretary Village of Deerfield (Municipality/Township/County) By: c Title: Mayor Ciorba Group, Inc. By: a Title: President Page 6 of 8 Printed on 1/26/2017 7:58:14 AM BLR 05611 (Rev. 11/21/13) CO f-' L m U O U') 3 o v m 3 w Q 0,0 M a) A Cl) p C 0 0 > O O U O U U) @ a) �, LL a Q � 0 a— M O _ N X co m m m N Qa N � � LL m O D (.)co � a) 0 a O '— Q ca o 0 N o � LE 2 m N (L) o Ea oQoY .O 00 C N O O w a)g' 00 OO a3 O O C � rn> mac) cam') � U Q LL N O 4? Q O Z W J (n a �O U 0 J 2 � 0= J � + + J M 0 N L L cC) .4 4 BIN C O N a) Q) c a) a) a) LL LL O_ -D -0 O X X N U E E E O N N a) o o am �UUcnJ r l0 M LO f— LO N O I, (fl r N V' O M O N N a0 M M r N 0 I- O M N r— WI-r It c•M7 M N N CO n r N N 64 V" (f? 64 64 64 64 (A 69 r to L-- M M U') O M r LO M N N (0 O O0a0MN O 000 0r w(ON h L� r lfi UJ M N .:r M O U') r O d N N 646964b=?64b9FA 69 O O O O y q O O a) M o o U 0 v x �x 0 6% 64 613 64 co i (n C2 N r r O N rNNMOMN c!') x N N O N M N O N v 'IT (nOMrh v t r � d O 69 ui Vi 69 69 ell 49 69 O N M N O LO �! O _ M M U! L— N O N J N'IT N_ O n 1-60 O NNrmccow (�O 10 H O n d p U 69 (H 6469 fA 6FT 6s O CD ti N (O M N � O � ti V cU CO OL t` 0 M O w M w O M M V' V (O a 69(AfHtf)6'9696'i cc p I� V Ol N O LA (O a�D p x LO CNll ti C y O N �' � A U _O CL U Y 0 1° L O rj E U c O m .. L o A - C d a 2 o d 0 o E o U m '2 c . U m c o O o E `m LLI aQi o' O O N o p v O 2 2 U 2 0 V c i w co LO n §§ LLU ■ §± ) C4 4) © U- o . a 5 �2 _ 0 & R 2 t « � -& / } 0 0: � 0 0 r-i I Lq CD 04 0 \}@m \ \ % $a ¥ c � 0 ^ q $» co k \ ] ®£ \ j C) / ~ ~ § co ~ S — m — _ � 2 §§ @E k CDR �& J §k ® \ ® % §§�� §LO . 2 )o ) § �o _/ o = § \ � \\ \ 2®� to Lr) § CN0 IL _ K � § f » ■� � Cl) ulol IQ \ 0 � cto k ) 7 § 74 �&CD d \\ J LU ° 0 ®2 \ \ \\ / 0. 0 0= a J +LO _ � / co o)2%gm2pR»$§7k 2�®m$d§#¢%mm(q fir, __---®--__ 2� § � Im E 2 4) w 0 co § & m o 2]\I=cr ) ± uauj(Do = � $)ƒ2 f#�)2§ cp �r- cm bg\ aILjL�mw=me< _ 9 N N 00 W U- N G1 NNr I I. N r :.i Q �Q LL 0 a a co o d Q m o ti o .- co C> O C O Y tai c Ao C C O L O O Z o' a)O' a m N U -3 I��il�l II�I��I �n�ll■III a Estimated Staff Hours Village of Deerfield Pfingsten/Kates Road Bridge Replacement and Pavement Resurfacing N T Y~ ' N � •— m N q Grand Total • p 6 W N v W J W n m 'p C. m m c m W Q 0 'C `o 0 6 f) e L tl 0 1787 39 563 2 8 1 8 11167. 7• Construction Engineering Task Total: 080 Construction Startup Subtotal: 1771 7 23 563 2 2 8 8 1167 5 Utility Coordination Including On -site Meetings 3 1 2 Set Up Project Documentation 4 1 3 081 Pre -Construction Conference Subtotal: 4 2 2 Attendance 4 2 2 083 Construction Observation / Documentation Subtotal: 1599 21 520 8 1050 Completion Date = November 16, 2017 + 10 Working Days 1 1 Resident Engineer (4 weeks x 5 days/week x 9 hrs/day average) 180 180 Resident Engineer (17 weeks x 5 days/week x 4 hrs/day average) 340 340 Construction Technician (8 weeks x 5 days/week x 9 hrs/day average) 450 450 Construction Technician (15 weeks x 5 days/week x 8 hrs/day) 600 600 Construction Manager site visits (2 hrs/week x 10 weeks) 20 20 Cross Sections final cross sections in reconstruct to veriiy earthworkquantities) e 8 084 Project Close-out Subtotal: 126 26 100 Develop Punch List Items 6 2 4 Inspect Punch List Items 4 2 2 Final Walk Through with Client 4 2 2 Pre -final and Final Pay Estimates 16 4 12 Complete Documentation Including Material Certification 96 16 60 085 Construction Record Drawings subtotal: 20 8 12 Plan Sheets 20 8 12 086 Shop Drawing Review Subtotal: 15 5 2 8 Retaining Walls 4 1 3 Traffic Signals 2 2 Demolition and Errection Plans 2 2 Bearings 3 1 2 Beams 4 1 3 2• Project Management Task Total: 100 Project Management Subtotal: 16 16 16 16 Project Management 16 16 CIORBA GROUP Consulting Engineers M O O N N > m W LL R V N 3 w 'm E — Ix 0 a'�e w o M LL M 3 � x m IL ii z w Q Q moo H F W V K W aaQ Z O V 4w C 3 O 0 a CAa Ua` W = W J IL w IL Zw _a as Q W W a Z 0 J Q U U) W o ai hf a DF-824-034 REV 12/04 Illinois Department of Transportation FIRM NAME Ciorba Group, Inc. DATE 12/08/16 PRIME/SUPPLEMENT Prime PSB NO. ESCALATION FACTOR 3.91% CLASSIFICATION CURRENT RATE ESCALATED RATE Principal $70.00 $70.00 Project Manager $67.19 $69.82 Lead Structural Engineer $60.00 $62.35 Project Engineer $51.83 $53.86 Resident Engineer $57.50 $59.75 Senior Engineer $39.75 $41.30 Engineer II $33.50 $34.81 Engineer 1 $28.33 $29.44 Senior Technician $37.75 $39.23 Technician $26.50 $27.54 Administrative Services $29.33 $30.48 PREPARED BY THE AGREEMENTS UNUFrinted 12/8/2016 12:31 PM IN-HOUSE DIRECT COSTS Village of Deerfield Pfingsten/Kates Road Bridge Replacement and Pavement Resurfacing PHASE III Pre -Construction Conference Description Unit Unit Cost Quantity Extended Cost Vehicle (mileage) mile $ 0.54 60 $ 32.40 Total: $ 32.40 Construction Observation / Documentation Description Unit Unit Cost Quantity Extended Cost Vehicle (mileage) mile $ 0.54 350 $ 189.00 Vehicle (day) day $ 65.00 174 $ 11,310.00 Total: $ 11,499.00 Project Close-out Description Unit Unit Cost Quantity Extended Cost Vehicle (mileage) mile $ 0.54 200 $ 108.00 Total: $ 108.00 �� CIORBA GROUP Consulting Engineers SOIL AND MATERIAL CONSULTANTS, INC. Mr. Duane O'Laughlin, P.E. Ciorba Group 5507 North Cumberland Avenue, Suite 402 Chicago, IL 60656 Dear Mr. O'Laughlin: office: 1-847-870-0544 fax: 1-847-870-0661 www.soilandmaterialconsultants.com us@soilandmaterialconsultants.com December 8, 2016 Proposal No. 15,610 Re: Soil and Construction Material Testing FAU 3699 Contract #61 D63 Pfingston/Kates Road Improvements Deerfield, Illinois 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 $7,130.00 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. JAK:dd Proposal Accepted By: Client Street Town! Phone Signature Printed Name Very truly yours, SOIL ANDMATERIAL CONSULTANTS, INC. '�.h/�'I// Joseph A. Klawitter, P.E. Director of Engineering E-Mail Address State Zip Code Position Date 8 WEST COLLEGE DRIVE ARLINGTON HEIGHTS, IL 60004 SOIL BORINGS SITE INVESTIGATIONS O PAVEMENT INVESTIGATIONS 17 GEOTECHNICAL ENGINEERING TESTING OF SOIL ASPHALT CONCRETE MORTAR STEEL Proposal No. 15,610 Page 2 Re: FAU 3699 Contract #61 D63 Pfingston/Kates Road Improvements Deerfield, Illinois SOIL AND MATERIAL CONSULTANTS, INC. SCHEDULE OF FEES Effective 1-1-16 BITUMINOUS CONCRETE Service Field Testing Technician with Nuclear Gauge 4 @ 8 hrs. Laboratory Testing Unit Weight — cores Engineering Senior Engineer (P.E.) - QA Project Manager, includes project administration, field/laboratory engineering, mix design review, consultation and report review Estimates: Item Estimated Units Fee 32 hours $ 85.00 /hour 340.00 /day min. Cost $ 2,720.00 20 each $ 25.00 each $ 500.00 1 hours $ 130.00 /hour $ 130.00 Estimated Cost: $ 3,350.00 Est. Contractor Tons Working Days Est. Days - 20% QA HMA Surface, N70 1,466 2 1 1 Poly Leveling Binder 550 1 HMA Pavement 10" 335 1 1 HMA Connector 40 0.5 -- Class D Patches 655 5 1 Total: 1 3,046 1 9.5 14 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. 15,610 Page 3 Re: FAU 3699 Contract #61 D63 Pfingston/Kates Road Improvements Deerfield, Illinois SOIL AND MATERIAL CONSULTANTS, INC. SCHEDULE OF FEES Effective 1-1-16 PORTLAND CEMENT CONCRETE Service Field Testing Technician - includes temperature, slump, air and cylinders Cylinder Pick-up Laboratory Testing Cylinder Compressive Strength Engineering Senior Engineer (P.E.) - QA Project Manager. includes project administration, field/laboratory engineering, mix design review, consultation and report review Est. Work Units Fee Cost 36 hours $ 85.00 /hour $ 3,060.00 340.00 /day min. 2 hours $ 85.00 /hour $ 170.00 28 each $ 15.00 each $ 420.00 1 hours $ 130.00 /hour $ 130.00 Estimated Cost: $ 3,780.00 Estimates: Est. Contractor Item Quantity CY Working DaVs Est. Days - 20% QA GIs. PCC Combined C & G 1,655 LF 92 2 0.5 0.5 2.0 4 4 8 PCC Sidewalk 5" 3,055 SF 48 2 PCC Superstructure 285 2 PCC Approach Slab 115 2 1.0 8 Concrete Foundation 12 1 -- -- Concrete Structures 69 2 0.5 4 Total: 621 11 4.5 1 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 Exhibit B Illinois Department of Transportation Prime Consultant Name Address Telephone TIN Number Project Information Ciorba GrouD. Inc 5507 N Cumberland Ave, Chicago, IL 60656 773-775-4009 36-2525351 Local Agency Village of Deerfield Section Number 14-00098-00-BR Project Number _BRM-4003(391) Job Number C-91-042-17 Engineering Payment Report This form is to verify the amount paid to the Sub -consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub -consultant for the amount listed below. Signature and title of Prime Consultant Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. For information about IDOTs collection and use of confidential information review the department's Identity Protect. Page 8 of 8 BLR 05613 (Rev. 11/21/13) Printed on 1/26/2017 7:58:14 AM W Illinois Department of Transportation Region One Regional Engineer Department of Transportation 201 W Center Court Schaumburg, Illinois 60196 Local Public Agency Resident Construction Supervisor/ In Responsible Charge County Lake Municipality Deerfield Section 14-00098-00-BR Route FAU 3699 Contract No. 61 D63 Job No. C-91-042-17 Project M-BRM-4003(391) ❑ 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 r commending a consulting engineeUse as resident construction supervisor. '��pv T x3 r L?o I L V% /� l� Date /�g I - Signature and Title (for the Local Public Agency) Brett Sauter, PE, SE Applicants Name (Type or Print) 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 prequalified in Construction Inspection and my Documentation of Contract Quantities certificate number is 10-0563. Brett Sauter has over 15 years of experience in the study, design and construction of bridges, retaining walls and culverts. Brett has served as Resident Engineer and Assistant Resident Engineer on bridge construction projects and has extensive construction management, shop drawing review and contract administration experience. Brett was the Assistant Resident Engineer for the superstructure replacement and substructure repairs of two four -span steel girder bridges over the Metra/UP Railroad in Winnetka. He is trained and experienced in IDOT Bridge Construction inspection, Documentation of Contract Quantities, and project documentation using ICORS. He has reviewed contractor erection plans and supervised deck pouring, steel erection and pile driving operations. He has also received safety training for operating around railways and in confined space. I-a6-1 `7 P-, J+ e� Date ignature of Applicant Job Title of Ap icant 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. Approved Date Regional Engineer cc: Engineer of Local Roads and Streets, Central Bureau of Local Roads and Streets Engineer of Construction, Central Bureau of Construction Resident Construction Supervisor Local Public Agency Printed 12/8/2016 Page 1 of 1 BC 775 (Rev. 06/16/16) Illinois Department of Transportation Region One Regional Engineer Department of Transportation 201 W Center Court Schaumburg, Illinois 600196 Local Public Agency Construction Inspector County Lake Municipality Deerfield Section 14-00098-00-BR Route FAU 3699 Contract No. 61 D63 Job No. C-91-042-17 Project M-BRM-4003(391) 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 —U-4-7 ^ Date Adam Harn Applicants Name (Type or Print) PLO = of Resident Construction Superv,.sor 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 15-0011. Mr. Harn is an Engineering Technician with experience in both design and construction engineering. Adam recently was the lead inspector for the complete removal and replacement of the superstructures as well as substructure repairs for two 1-88 bridges over Steward Creek. He was also the lead inspector for the rehabilitation of two cross road bridges over 1-88. Upon completion of the bridge work, Adam was assigned to inspect the patching and resurfacing on the 1-88 pavement. He is trained and experienced in Documentation of Contract Quantities and the use of ICORS. If the Resident from BC-775 is a consultant, the local public agency employee in responsible charge must also approve this individual. r Approved 3� /% �',��,77 a//L�c -� of �W f Date S,gnature and Title of In Responsible Charge from BC-775 Instructions for Preparation of Form BC 776 Printed 12/12/2016 Page 1 of 1 BC 776 (Rev. 06/16/16)