Loading...
HomeMy WebLinkAboutRes 27-22 09/06/2022 Approving intergovernmental agreement with the state of Illinois and the Village of Mount Prospect appropriating funds for construction and Phase III Engineering of the Rand-Central-Mount Prospect Intersection ImprovementsRESOLUTION NO. 27-22 A RESOLUTION APPROVING INTERGOVERNMENTAL AGREEMENTS WITH THE STATE OF ILLINOIS AND THE VILLAGE OF MOUNT PROSPECT APPROPRIATING FUNDS FOR CONSTRUCTION AND PHASE III ENGINEERING OF THE RAND -CENTRAL -MOUNT PROSPECT INTERSECTION IMPROVEMENTS„ WHEREAS, the Village of Mount Prospect endeavors to improve the three closely - spaced intersections involving Rand Road (US 12), Central Road, and Mount Prospect Road and segments of such roadways that are approximately 0.8 miles, 0.2 miles, and 0.1 miles in length, respectively, and known to the Illinois Department of Transportation as Section Number 17 -00166 -00 -CH; and WHEREAS, the Construction and Phase III Engineering costs of said improvement has necessitated the use of federal funds; and WHEREAS, the use of federal funds requires a Local Public Agency Engineering Services Agreement and Joint Funding Agreement for State -Let Construction Work with the Illinois Department of Transportation; and WHEREAS, the Village of Mount Prospect received five million six hundred thousand dollars ($5,600,000) and five hundred sixty thousand dollars ($560,000) in CMAQ federal funding for Construction and Phase III Engineering, respectively, of said Rand - Central -Mount Prospect Intersection Improvements; and WHEREAS, the federal fund source requires a match of local funds to fulfill the total amount of seven million dollars ($7,000,000) and seven hundred thousand dollars ($700,000) for Construction and Phase III Engineering, respectively, as stipulated in the Agreements. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND BOARD OF TRUSTEES OF THE VILLAGE OF MOUNT PROSPECT, COOK COUNTY, ILLINOIS: SECTION ONE: That the Village of Mount Prospect authorizes one million four hundred thousand dollars ($1,400,000) and one hundred forty thousand dollars ($140,000) for Construction and Phase III Engineering, respectively, or as much of such sum as may be needed to match federal funds in the completion of Construction and Phase III Engineering of the aforementioned project known as Section Number 17 -00166 -00 -CH. SECTION TWO: That the Mayor is hereby authorized and directed to execute the above-mentioned Agreements and any other such documents related to advancement and completion of said project. SECTION THREE: That this Resolution shall be in full force and effect from and after its passage and approval in the manner provided by law. AYES: Filippone, Gens, Matuszak, Rogers, Saccotelli, Zadel NAYS: None LPA res 1 of 2 ABSENT: None PASSED and APPROVED this 6T" day of September, 2022 Paul Wm. Mayor Karen M. Agoranos Village Clerk lum LPA res 2 of 2 Y Agreement For Using Federal Funds? ®Yes ❑ No Federal 11 CE LOCAL PUBLIC AGENCY Local Public Agency Engineering Services Agreement Acireemerqjffe Original Local Public A enc County Section Number Job Number Mount Prospect Cook =[17 -00166 -00 -CH C-1-383-20 RF�=�C 'ontact Name Phone Number Email Matt Lawrie (847) 870-5640 ' mlawrie@mountprospect.org SECTION PROVISIONS Local Street"Road Name Key Route Len th Structure Number nd Rod FLAP RaaP 0 0,80 miles E. Isabella Street (Station 8.05) to Albany Lane (Station 8.85) SECTION PROVISIONS Local Street/Road Name Kele Len th Structure Number Central Road 9-1300 0.26 miles Location Tertninr Mount Prospect Road (Station 5.42) to N. Westgate Road (Station 5.68) e,dt�oh SECTION PROVISIONS Local Street/'Road Name Key Route Leri th Structure Number Mount Prospect Road 9-2686 10.08 miles Location Termini " Rand Road (Station 0.00) to Central Road (Station 0.08) ............................ PCC pavement widening, HMA surface removal and replacement, median and island removal and replacement, sidewalk and multi -use path construction, complete modernization of three traffic signals, partial modernization of one traffic signal, one new traffic signal installation, roadway lighting, drainage improvements, pavement markings, and combination concrete curb & gutter removal and replacement. Engineering Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other 80% CMAQ/20%o Local Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other 80% CMAQ/20% Local AGREEMENTFOR ® Phase III - Construction Engineering CONSULTANT Prime Consulta�FirmName ontaot Name Photre Number EmailChristopher Be Eng, Ltd Llan Crosson (847) 417-4216 dcrosson@cbbel.com Address city State Zip Code 9575 W. Higgins Rd, Suite 600 JRosemont IL 60018 THIS AGREEMENT IS MADE between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the "DEPARTMENT," will be Completed 09/15/22 Page 1 of 11 BLR 05530 (Rev. 07/08/22) S � used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an individual, partnership, firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT. The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer- inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded AGREEMENT EXHIBIT$ Scope of Services EXHIBIT B. Project Schedutd EXHIBIT C: Qualification Based Selection (QBS) Checklist EXHIBIT D: Cost Estimate of Consultant Services (CELS) Worksheet (BLR 05513 or BLR 05514 ) k 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 Completed 09/15/22 Page 2 of 11 BLR 05530 (Rev„ 07/08/22) 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 DIRECT COST tab in BLR 05513 or BLR 05514). IL THE LPA AGREES, 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 C 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. 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: Fixed 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 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.). 111. 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, Completed 09/15122 Page 3 of 11 BLR 05530 (Rev. 07/08/22) and their officers, agents, and employees from all suits, claims, actions or damage liabilities, costs or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery. The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 4. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LPA all drawings, plats, surveys, 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 Completed 09/15/22 Page 4 of 11 BLR 05530 (Rev. 07/08/22) payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one (1) year but not more than (5) years. For the purpose of this certification, "grantee" or "Contractor" means a corporation, partnership or an entity with twenty-five (25) or more employees at the time of issuing the grant or a department, division or other unit thereof, directly responsible for the specific performance under contract or grant of $5,000 or more from the DEPARTMENT, as defined the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will: (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 (Firm) Name I TIN/FEIN/SS Number Agreement Amount Christopher B. Burke Eng, Ltd 36-3468939 $633,040.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Material Solutions Laboratory 20-5755513 $64,130.00 Completed 09/15/22 Page 5 of 11 BLR 05530 (Rev. 07/08/22) AGREEMENT SIGNATURES e ry—T, aoca ublic.eno� e Attest: Theg of B Si nature & mate • .7 -2 - Local Public Agency Local Public Agency Tyre Mount Prospect iVillage Clerk (SEAL) Executed by the ENGINEER: Prime Consultant (Firr'n) Name Attest: (''Christopher B. Burke Eng, Ltd B (Signature & bate ---nL Title Notary Public rrr SAL rwr SHERRY SPORiNA UAL L TARY PUBLIC, STATE OF ILLINOIS Commission E ices 08/13/2023 nt Prospect B (Signature & Late 40e-- 91j r/iL Title President Completed 09/15/22 Page 6 of 11 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant kML,�!ame C unity Section Number Mount Prospect Christopher B. Burke Eng, Ltd Cook 17 -00166 -00 -CH EXHIBIT" A OPE OF SERVICES To perforin or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before described and enumerated below Task I Preconstruction Services Review of Existing Data: Resident Engineer and staff will review plans, specifications and contract documents. Preconstruction Meeting: CBBEL staff will attend and take meeting minutes for the preconstruction meeting held at I DOT.. Task II Shop Drawing / Submittal Review CBBEL staff will review shop drawings and submittals for the traffic signal items, detector loop replacement, concrete mixtures, ADA sidewalk panels, and other elements as required. This task includes check and approve, or reject and request resubmittal of, any submittals made by the Contractor for compliance with the contract documents. Shop Drawings and Contractor Submittals: • Record data received, maintain a file of drawings and submissions, and check construction for compliance with them. Review Contractor's submittals for compliance with contract documents. Notify the Village of any deviations or substitutions. With the notification, provide the Village with a recommendation for acceptance or denial, and request direction from the Village regarding the deviation or substitution. ask III Construction Observation his task assumes full time construction observation of a construction schedule of 150 Working Days by the :ontractor. RObservation Services: CBBEL staff will perform the following tasks daily or as required by the Contractor's activities: ❑ Complete all documentation required by IDOT Policy. ❑ Assign and schedule all field and material inspection and maintain daily contact with the Contractor's personnel to proficiently provide the engineering services necessary for the Contractor's continued progress. ❑ Direct client contact on project related issues. ❑ Observe and document traffic control. ❑ Observe daily construction for compliance to the plans and specifications. ❑ Coordinate daily with Contractor on work and schedule. ❑ Manage and quality control of construction engineering staff. ❑ Maintain a daily record of the Contractor's activities throughout construction including information to permit verification of the nature and costs of changes in plans and authorized extra work, ❑ Prepare and submit all partial and final payment estimates, change orders, records, certifications, documentation, and reports. This documentation will be completed using the Construction and Materials Management System (CMMS). ❑ Prepare and submit all partial and final material documentation. This documentation will be completed using the MISTIC Entry Database. ❑ Conduct project meetings (as required), Task IV Construction Documentation 1. Keep an inspector's daily report book and project diary in the Village's format, recording hours on the job site, weather conditions, general and specific observations, daily activities, quantities placed, inspections, decisions, and list of visiting officials, as outlined in IDOT's Construction Manual. Additionally, prepare photo Completed 09/15/22 Page 7 of 11 BLR 05530 (Rev. 07/08/22) Local Public A ien Mount Prospect Prime Consultant Firm' Name Count) Christopher B. Burke Eng, Ltd 11COok Section Number 17 -00166 -00 -CH documentation of construction to be submitted in both hard and digital formatting. 2. Prepare payment requisitions and change orders. Review applications for payment with the Contractor for compliance with established submission procedure and forward them with recommendations to the Village. Maintain a Change Management Plan logging all decisions and approved changes of scope and budget. 3. Schedule any material testing through the Village's Consultant at the frequency required by IDOT's QC/QA provisions. Also obtain and document all material inspection received from the Contractor as outlined in the Project Procedures Guide of IDOT's Construction Manual. 4. Prepare a monthly written update to the Village summarizing the Project status, costs and schedule. Review and coordinate response to any RFI from the Contractor in a timely manner and maintain a separate le for each request. .ask V Materials QA Testing 'he Contractor will be required to provide the Quality Control (QC) Testing required by the plans and pecifications. The Phase III Engineering Services will be required to provide the subsequent Quality Assurance :)A) Testing. The testing requirements and frequency of testing will be as required and outlined in the IDOT lanual for Materials Testing Inspection and Procedures. Materials Testing will be performed by Testing ervices Corporation. Task VI Project Closeout Prepare Punchlist: CBBEL staff will prepare and distribute the final punchlist to all parties and verify when completed. Task VII Record Drawings Final Documentation: ❑ Final documentation, IDOT audit, and project closeout with Village of Mount Prospect and IDOT. ❑ Final mark-up of record drawings (redlines). Completed 09/15/22 Page 8 of 11 BLR 05530 (Rev. 07/08/22) Local Mou t Prospect Chr�sto Consultant Burkehrn Section Number pect pher B Eng, Cook ( Ltd 17 -00166 -00 -CH EXHIBIT 8 PROJECT SCHEDULE' Preconstruction Conference - October 12, 2022 Shop Drawing Review - October 12, 2022 to December 12, 2022 Stage 1 Construction - November 1, 2022 to December 15, 2022 Winter Shutdown - December 15, 2022 to March 6, 2023 Stage 2 Construction - March 6, 2023 to December 1, 2023 Project Complete - December 1, 2023 Project Closeout - December 1, 2023 to March 29, 2024 Completed 09/15/22 Page 9 of 11 BLR 05530 (Rev. 07/08/22) Local Public Aqency Prime Consultant (Firm) _dame County Section Number Mount Prospect Christopher B. Burke Eng, Ltd Cook 17 -00166 -00 -CH Exhibit C> Qualification Based Selection JQBS),Qhecklist 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 Eland administration) concerning engineering and design related consultant services? u Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and El specifically Section 5-5.06 (e) of the BLRS Manual? Was the scope of services for this project clearly defined? Was public notice given for this project? If yes Due date of submittal 110/01/21 Methods used for advertisement and dates of advertisement IN Selection committee titles for this pro ect Director of Public Works, Assistant Director of Public Works, Traffic Engineer Village website, Demandstar on September 10, 2021 5 Do the written QBS policies and procedures cover conflicts of interest? ❑ 1 Christopher B. Burke Engineering, Ltd 6 debarment? Do the written QBS policies and procedures use covered methods of verification for suspension and ❑ ❑ 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ 11 Project Criteria Weighting 12 Project Understanding and Technical Approach 30% 13 Similar Project Experience 25% 14 Project Team Capabilities 25% 15 IDOT Prequalification Status 10% ❑ Overall Completeness of Submittal 10% 8 Do the written QBS policies and procedures discuss the method of selection? ❑ Selection committee titles for this pro ect Director of Public Works, Assistant Director of Public Works, Traffic Engineer Top three consultants ranked for this project in order 1 Christopher B. Burke Engineering, Ltd 9 2 ESI Consultants 3 Thomas Engineering Group 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? ❑ 13 Do the written QBS policies and procedures cover ongoing and finalizing administration of the project (monitoring, evaluation, closing -out a contract, records retention, responsibility, remedies to violations or breaches to a contract, and resolution of disputes)? ❑ 14 QBS according to State requirements used? ❑ 15 Existing relationship used in lieu of QBS process? ® ❑ Completed 09/15/22 Page 10 of 11 BLR 05530 (Rev. 07/08/22) Mount Prospect I Christopher B. Burke Eng, Ltd Cook � J17 -00166 -00 -CH N .. home rule community (Exempt from QBS .16 LPA i a ® I ❑ Completed 09/15/22 Page 11 of 11 BLR 05530 (Rev. 07/08/22) D W N jr J OD Y ' a � CD W OC W _ LL �r z >- 0 U C Oji V d IL N t0 v 7 CL m v O J C Mo d o U E ui u $ Z w m O � 12 fA a C a vd .p E N � C � C Vz° LU w LU O CO) U� Q LL. L= W `y O = r o WX W Oa 2 O U W J ' a � ~ LU z >- 0 GG IL z C1 O rr W J Q J N IQ� V N LL � W IL W W W W G ULU N Z Q W z O U o 00 V O O N .� LO O O O w N � W e C In C7 O U W t O M r O g as I N N O N O O N � � r F' O O O O N N N L LL d O r N 0 N UC N Local Public Agency Count Section Number Mount Prospect I Cook 17 -00166 -00 -CH Consultant / Subconsultant Name Job Number C-91-383-20 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 78.00 ESCALATION FACTOR[__2.52% BLR 05514 (Rev. 05/27/22) Printed 9/15/2022 1:21 PM RATES Page 2 of 7 Local Public A enc Court Section Number Mount Prospect I Cook 17 -00166 -00 -CH Consultant / Subconsultant Name Job Number C-91-383-20 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET Total 17,157.00 1,715.70 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. BLR 05514 (Rev. 05/27/22) Printed 9/15/2022 1:21 PM SUBS Page 3 of 7 L.oc'al Public A' enc Coun!y Section Number Mount Prospect �Cook L17 -00166 -00 -CH Consultant/ Subconsultant Name Job Number C-91-383-20 DIRECT COSTS WORKSHEET 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. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET ITEM ALLOWABLE 1 CONTRACT QUANTITY RATE TOTAL Lodging Actual ost (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum $0.00 Lodging Taxes and Fees Actual Cost $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD Air Fare Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval $0.00 Vehicle Mileage (per GOVERNOR'S TRAVEL CONTROL BOARD Up to state rate maximum $0.00 Vehicle Owned or Leased $32.50/half day (4 hours or less) or $65/full day 301 $65.00 $19,565.00 Vehicle Rental Actual Cost (Up to $55/day) $0.00 Tolls Actual Cost $0.00 Parking Actual Cost $0.00 Overtime Premium portion (Submit supporting documentation) $0.00 Shift Differential Actual Cost (Based on firm's policy) $0.00 Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) $0.00 Copies of Deliverables/Mylars (In-house) Actual Cost (Submit supporting documentation) $0.00 Copies of Deliverables/Mylars (Outside) Actual Cost (Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost $0.00 Monuments (Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2 -Way Radio (Survey or Phase III Only) Actual Cost $0.00 Telephone Usage (Traffic System Monitoring Only) Actual Cost $0.00 CADD Actual Cost (Max $15/hour) $0.00 Web Site Actual Cost (Submit supporting documentation) $0.00 Advertisements Actual Cost (Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost (Submit supporting documentation) $0.00 Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) $0.00 Recording Fees Actual Cost $0.00 Transcriptions (specific to project) Actual Cost $0„00 Courthouse Fees Actual Cost $0.00 Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Traffic Control and Protection Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) $0,00 Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Testing of Soil Samples Actual Cost $0.00 Lab Services Actual Cost (Provide breakdown of each cost) $0.00 Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 $0.00 $ 0.O0 $0.00 $0.00 TOTAL DIRECT COSTS: $19,565.00 Printed 9/15/2022 1:21 PM Page 4 of 7 LR 055e r. 122) DIRECT COSTS CD Z ( N 0 (5 00 07 Cl) n U W W Y O U) U W U F - W W W U 2 > N 0� O� Q LU Q fn Z H0 U C0 LL W 0 O W T - 0Q U� U) W F- U) O U D H m 2 X W 0 a �a v 0 J w O U LL X W J a O U N H W N f— Z o 0 0 0 0 0 0 0 0 0 L 00 0 Q (oO m M m CMM M N m N OO j U (0 LL O N 0 I- N O M O O N F OLOr e r m m p- w 0 LO 0 0 X M P N M P P Y f tl tl r tl N M tl A Y n CD O O J M (O '......0 LO N cl) co - LO h r Q N O o0 lO (O O 4 r r Cl) C14 LO r CO (0 N m F m� �I r w w U "T H co > w m v r LU (NOCCO0000OOD L r N h Ih N c) Cl) r 0 1 LL LO r LU x LL o 11 "n U)Ln U Ln r LU (+s Ir (n co O co co co Ito m a r r a F N O� M ab LL r0 000 It ❑ W O O ao N M 00 LU w N N 2 IX W W (D Z—LL. O LL 00 r CO CO O O r"t w r r r n r x a '.... a r r ''.. e x r a r r a l w a n O r' lO f— N LO O O r O 0 00 V N r (O J V p- N (O r O LO M � N } M co aLo 0 00 00 O O 0... O 00 U) 00 M ......... r- M� N LO N M N N 000 = M LL F y I fl _ 'CD L� � a Q _ 7 J CD E 7 J F— 2XOo N rn U C o ❑ c O IH � 7 C C. a N N fA ,C 3 f6 .o U....... o t5 O Q 0 N N Of0 � 7. .. 7 n — .. O O v ' �� w N >_ I 0 U _ 'i v O O V N O . 0 C C C 3 i0 N O 3r r n-lc/)0U:l5d20 Cl) rn o a LO c rn co 0-a E L a � ZEN co OZ ao a.+ p M — N U 7 O V T A cn LU N� 1.1. F- V W 7 w a J 'w NV LU Q vJ w U w U) F— Z J D Cl) Z O LL O Q U) w F— U) Q U D H m 2 X w m �r L0 LO O J m 7 7 N N 0 N L W o C m EL CL >N a 3 U,) 0 W o to m o a a00 (o M o cr O O N O r O N O M W N 6I > CA r a o } oCID IN V; IM rn 0 a m rn o o u U O,, D c oM 2 roi � C O a OS 01 N r M V N N M N > a LID v N. 0 o o c o m o m CO 0 ° aai O O u 7 CO r o o 0 o 0 v o = r r N cn Lo a M co N ID m o 0 0 C a, W co N O O r � � M M r o��,��� 0 O , ILO S :�J o il o r 00 v rn Q m ;D p .2 N U 0 0 0 g IA cO O O O IL O ui N ui N o LO 0 O U �- a CL o 0 o O O N N O S °O OY N r - 0 O O r QI V . I O N N O U3, o o 0 0 o v c o a o00 n r o v v O CL J O o o O N O w 0" N o 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 O O P O M oD = N r 0 0 0 0 M H O WO >_ O N 1C1 m r O W O r 117 LL7 (o C(1 O M N In w O 1- M W aCD r- r r O m V M� 1` (WO IN LO M w LO M w V � (ND M fn0 � M Z > _ = —0 (n co co C%) H O C C C N N N N U U U N N N N C N N J O f) 0 0 0 c =_ r I a a a a a E }>= :� a Vi >> _- C CP C O1 C m C O1. (6 C L N N C WWWWOC C C C C O1 Q a m a� m a� d a� >__— - m m a� m aui m m E E E E E F Q a N N N N N >v >. A >. >. N N N a U C C C C C N J C C C 'm C 'ol C '6) N N N N N C C C co '., O O O O O C c'','or"o Z Z Z Z Z 'a 'rn 'o1:1 C C > > > > > Ol a W C W W C W C w 7 CO.U) 7 '..C/) 7 7 co 7 f/) C w C LU C W a U a U (� -j Co W LU LU W UJ UJ m �r L0 LO O J m 7 7 N N 0 N L W o C m EL CL D O V U a V O J U) W Q F- U W w a J D W C7 Q W Q H W W _ U) Y O U W U_ W U W U) F - Z J D C/) Z O U LL O W Q co W F- U) O 0 t M 2 x W N N oy o v Q 09 N Q O o m o v � � o J v a o CO m > a 0 r o o a o 0 0 d IN pr o 0 � a �I o � \ a o I o _o o rn n N No > a N coco co 0 0 r vLo \ o o c 0 0 w o@ o U? 0 0 0 a., N o °o U RKo O 04 o > Q 69 a a� . r o a@ m o � o = o a � of O 0 o rn 00 00 V E» @ � c 7 t O ''o @ O �, c o U d C) O .0 r 7 a in o C) od o n 2 Nm IlJ O O O O r U-1CO W a7 M N 11') Col. r M o0 IN Lr)O o0 l3') W V V O I� W 01 M In a7 O V O N a0 V Q 0 W a0 O a0 'Q V a0 M V '., ' 2 I� ... r r to M r- r aJ In M (O In M a7 V u1 (D M r Lf) u7 M V G Z 0 w 0 0 U H d O C C C = 0 U 0 N 0 F-, U .@ J J Q m U U'U ,@ �, 5 5 5 5 O U C CC — al C aa)i N a) aa)i aa)i C W N a) a) m '� � X w Of X Q O c o 10 7o -Fu -Fu m O n in Q (n i= C _ O D O) O7 C L C N C a) C m C N C N Q C ti ,� d m a) a) N a) a) i @ O J 'a C C C_ C C > N a) m a) C C_ C ~ fn N N C O C O C O C O C O @ C :..i C O) O) Ol O) O) Z Z .O Da OY Ll O �+ O ".., [L C W -m- C W C W C W '..., C W > (/) > In 7 (A 7 fA � C W C W C W U<- Q Q J C W C W I W —L.2 W N %�r o H W Q C^a) O 2 Y L. X O IlE d W fA W Z % W wW > F' O N W U Q ) LL LUW y % m w i W> - U N C) 2 H oo X W W LLJ Us 0 CL Z f( V N >> W LL 1 J O / m � Q Z W NO U V' NZ W O J LV O CL E Q � W O W a a > Z L z O Nm z U o L W W J z w co LU �c� w+ 0 CL =a z _ 0 G a� U C-wE m 3 o c Ica;N(D10 E y ua ) m Q y" a E J a 0 U 2 M 0 0 LO 0 i w Local Public Agency Coun!y Section Number Mount Prospect lCook 117 -00166 -00 -CH Consultant / Subconsultant Name Job Number Material Solutions Laboratory Corporation IC -91-383-20 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET ANNIVERSARY RAISE MAXIMUM PAYROLL RATE' 78.00 ESCALATION FACTOR' 0.50% BLR 05513 (Rev. 05/17/22) Printed 9/15/2022 11:47 AM Page 2 of 6 Local Public Agency County Section Number Mount Prospect lCook 117 -00166 -00 -CH Consultant / Subconsultant Name Job Number Material Solutions Laboratory Corporation C-91-383-20 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET ANNIVERSARY RAISE Total 0.00 0.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. Printed 9/15/2022 11:47 AM BLR 05513 (Rev. 05/17/22) Page 3 of 6 Local Public Ac enc /' Count.. Section Number Mount Prospect Cook 17 -00166 -00 -CH Consultant/ Subconsultant Name Job Number Material Solutions Laboratory Corporation C-91-383-20 DIRECT COSTS WORKSHEET 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. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET ANNIVERSARY RAISE ITEM CONTRACT ALLOWABLE QUANTITY RATE TOTAL Lodging Actual Cost $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum Lodging Taxes and Fees Actual Cost $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD Air Fare Coach rate, actual cost, requires minimum two weeks' $0.00 notice, with prior IDOT approval Vehicle Mileage Up to state rate maximum $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD Vehicle Owned or Leased $32.50/half day (4 hours or less) or $65/full day 26 $65.00 $1,690.00 Vehicle Rental Actual Cost (Up to $55/day) $0.00 Tolls Actual Cost $0.00 Parking Actual Cost $0.00 Overtime Premium portion (Submit supporting documentation) $0.00 Shift Differential Actual Cost (Based on firm's policy) 8 $22.85 $182,80 Overnight Delivery/Postage/Courier Service Actual Cost (Submit supporting documentation) $0.00 Copies of Deliverables/Mylars (In-house) Actual Cost (Submit supporting documentation) $0.00 Copies of Deliverables/Mylars (Outside) Actual Cost (Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost$0.00 I Monuments (Permanent) Actual Cost $0.00 Photo Processing Actual Cost 2 -Way Radio (Survey or Phase III Only) Actual Cost $0.00 Telephone Usage (Traffic System Monitoring Only) Actual Cost $0..00 CADD Actual Cost (Max $15/hour) $0.00 Web Site Actual Cost (Submit supporting documentation) $0.00 Advertisements Actual Cost (Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost (Submit supporting documentation) $0.00 Public Meeting Exhibits/Renderings & Equipment Actual Cost (Submit supporting documentation) $0.00 Recording Fees ,Actual Cost $0.00 Transcriptions (specific to project) Actual Cost $0,00 Courthouse Fees Actual Cost $0.00 Storm Sewer Cleaning and Televising Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Traffic Control and Protection I Actual Cost (Requires 2-3 quotes with IDOT approval)$0.00 Aerial Photography and Mapping Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Utliity Exploratory Trenching Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Testing of Soil Samples Actual Cost 1 $320.00 $320.00 Lab Services Actual Cost (Provide breakdown of each cost) $0.00 Equipment and/or Specialized Equipment Rental Actual Cost (Requires 2-3 quotes with IDOT approval) $0.00 Lab Services - Core Desity Determination 30 $75.00 $2,250.00 Lab Services - HMA Mix Testing 5 $870.00 $4,350.00 Lab Services - Cylinder Compressive Strength 120 $27.00 $3,240.00 Lab Services - HMA Prime Tack Coat Testing 5 $100.00 $500.00 Lab Services - Standard Proctor 1 $252.00 $252,00 TOTAL DIRECT COSTS: LR572,754 tf�5/1 ted 9/15/2022 11:47 AM Page" 4 of 6 f22) N " N i A .. ❑ O O O O O LO L Z J CI) O LO N li 0 O -= U c� N N (o U')O m co o > ) r E O L LL p p = O di M Z O p (0N LU I n LLO r O 7 O O O O Z co Q a �rnNf- M it 1 m V p v 0 M N � d' cfl m N V ct 0N O } 5 0L 0 m Lu N co W \ O Z i L E U L d Z o E o ' N _0 = m M V O CP �� —)v 7 O U C T CL O J 0 M Z C c p M C 0 tq V C �+ O C ate+ O Ocu� V5 v/ W F- ci W i w a NJN LCL W C7 W Q W U) Q U) W Z Z Q F- W W m U) Y U) U w U U) LLQ U w U) F - Z J D Z O U LL O Fc - G F- U) w F- U) O F - _m X w Vi LL O F- W W 2 CO v OM 00 � a � o m a o i 7 0 2 I 0 OL..> �? O Q V O 0 0 0 00 0 t a L O O - rn v; ~ O o co co z _ >M N m 3 a 64 o 0 � 0 0 cm a � w o o N F 0 0 0 M _N� m> � M r co � tm C(O o a V;o m M N 'IT N O C6n o d M M U 70 C _ ' V 2 LV N OI >I O 3 a 'co LO LO a o 0 o 00 00 mt (L p c «+ N U O o co 'o cn m > N O co �, ?� Q M M 6,11 fAo o o o W F" o O O m d O N fy aj O C, O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 M 0 c0 Cl)2 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M O H O � W V (O N Lr) 1� I� _ W > Q =O g � V N Z O c O NU m .� C cn J V LL m co O (6 y O Qm� O a JY U U N N O N lf) co O O Reg, ional Engineer Tose Rios RMILocal Public Agency Resident Construction Supervisor/ In Responsible Charge Department of Transportation Address 201 W. Center Court Uty State Zip Code Schaumburg IL..- 60196 Contract Number Mstdct Lettin Date .. _ _ - 6/01/22 .......' Municipality 1Jillage of Mount Prospect Route Count FAP 334 Cook _______u_ Protect NumberJob Number OUBY(034) C-91-383-20 Section Number 17 -00166 -00 -CH ❑ 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. i , gnature Jfor the local public agency) Date Title =V Applicants Name Patrick Kielty ........... 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 18-13310 _ _ ...... See attached resume. Signature of AppfiSant, Date 12/1/2021 Job Title of A licant� _ Senior Construction Engin"eerII 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. Regional En ineer i nature A Date Approved M E ineer of Local Roads and Streets, Central Bureau of Local Roads and Streets gineer of Construction, Central Bureau of Construction Resident Construction Supervisor Local Public Agency Printed 12/01/21 Page 1 of 1 BC 775 (Rev. 11/09/20) Patrick Kielty, P:E ffB Senior Construction Engineer YEARS EXPERIENCE: 45 Professional Engineer with experience in heavy construction, with a strong background in infrastructure YEARSWITHCBBEL: 17 construction. Worked on large contracts for underground construction (MWRD Tunnel & Reservoir Plan) and 062.0sional completed over 90,000 LF of rock tunneling. Extensive experience in construction of diversion structures, EDUCATION jacked -pipe installation, large open cut sewer and storm water construction, water main construction and Bachelor of Science, 1976 detention pond construction. Also worked at O'Hare Field on numerous infrastructure contracts, on urban Civil Engineering highway design and construction projects, (both as a Resident Engineer and as a contractor for IDOT and University of Illinois at CDOT). Experience in managing large contracts as a Senior Resident Engineer for The Glen, in the Village of Urbana -Champaign Glenview, and Village of Orland Park Relief Storm Sewers. PROFESSIONAL REGISTRATION Greenbrier Subdivision Improvements, Arlington Heights: Resident Engineerfora contractto make infrastructure Professional Engineer, IL, gine improvements in this 60 year old subdivision. CBBEL designed a flood relief storm sewer system of 5,000 feet 062.0sional of 48" to 18" RCP to replace the existing drainage system. This will reduce the potential for street flooding for a Engineer Seminar 100 year rainfall event. There was an existing 1 acre detention pond that was rehabilitated in this contract. It was drained; the silt was removed; and new slopes were reconstructed to improve water flow both in and out of the CERTIFICATIONS basin to increase its storage capabilities. A plot of land was turned into a dry bottom basin to create additional Documentation of Contract storage. The overall improvement volume to the pond storage area was 9.2 acre feet. New 8" water mains were Quantities, IDOT, 18-13310 installed and the water service lines were improved for 150 residential homes in the subdivision. 8,000 feet of ICORS Training Seminar, IDOT street and sidewalks were totally removed and reconstructed to meet current ADA standards. An adjacent 12" Civil Engineers Village transmission water main was rehabilitated using CIPP technology. The length is 1,000 feet using CIPP Material Management of methods. Street and landscape restoration costs were kept to a bare minimum. Job Sites, IDOT CY of earth excavation for proposed basin, street restoration, lift station construction, 200 LF of force main and President, 2010 Woodvale Avenue Reconstruction, Deerfield: Assistant Resident Engineer. This CBBEL designed storm water management improvement was a full roadway reconstruction project located within a floodplain. The project PROFESSIONAL DEVELOPMENT scope included; over 10,000 SY of HMA roadway and aggregate base; over 6,000' of curb & gutter; over 15,000 IDOT QC/OA Courses: SF of PCC sidewalk; approx. 2,000' of storm sewer (ranging in diameter from 12" to 42") with accompanying Erosion Control and in-line check valves; and approximately 1,500' of new ditch construction complete with landscape architect Stabilization designed native plantings. Equipment Rental Rates Cypress Area Stormwater and Water Main Improvements (CIPP Lining), Arlington Heights: Resident Engineer Blue Book Seminar for 2 separate contracts of a stormwater improvement and a water main improvement project in the area of Local Agency Resident Cypress Street. CBBEL designed a flood relief sewer of 3,500' of 66" to 24" RCP and 5.5 acre detention basin Engineer Seminar that has 40 acre feet of stormwater storage. The Village decided to perform Cured In Place Pipe (CIPP) lining of over 12,000 LF of watermain adjacent to the project area and the reconstruction of 3,000 LF of streets in the Materials Management project area. The relatively new technology of a CIPP to rehabilitate an existing watermain that was installed in a Class for RE backyard easement. Using CIPP methods, street and landscape restoration costs were kept to a bare minimum. PROFESSIONAL AFFILIATIONS SW Stormwater Mitigation Projects (Phase I & Phase II), Elmhurst: Resident Engineer. Phase I of the American Society of project features installation of approx. 5,500 LF of storm sewer and related drainage structures, 27,000 CY of Civil Engineers earth excavation for the proposed basin, street restoration, retaining wall construction, lift station construction and 800 LF of force main. Phase II features installation of storm sewer and related drainage structures, 19,000 Irish Engineers & Contractors, CY of earth excavation for proposed basin, street restoration, lift station construction, 200 LF of force main and President, 2010 all other related work. York Commons/Crescent Cambridge; Madison School; Pine Avon Stormwater Improvements, Elmhurst: Resident Engineer for construction of 3 new stormwater systems concurrently in various locations. Each new system transformed available open land to a detention pond and a new storm sewer from 48" to 12". A total of 6,000 feet of new storm sewer was constructed and 3 detention ponds have a combined storage of 29 acre feet. All streets where storm sewers were installed were reconstructed with a 4" HMA base and 2" HMA surface, as well as new curb, gutter as required, new inlets, and new sanitary sewers as required. New detention facilities were all recently tested in the historic rainstorm of October 14-15, 2017 and no flooding occurred on streets or on private property. Walnut/Myrtle/Evergreen Stormwater Improvement, Elmhurst: Resident Engineer for construction of new storm sewer along First St between Highland Ave and Myrtle Ave, and continuing on Myrtle, Second, and Evergreen streets. Total of 4,000' of trunk storm sewers were installed ranging in size from 72" to 60". All streets where storm sewers were installed were reconstructed with HMA base course and removal and replacement of HMA pavement surface, with appurtenant curb and gutter replacement. Approx. 800' of 8" DIP water main improvements, 1200' of sanitary sewer replacement, and parkway restoration. New 72" and 60" storm sewers make several cross connections with existing City 66" storm sewer, and will serve as a relief sewer that handles overflow from that existing storm sewer and conveys it to Elmhurst Quarry, which is owned and operated by Du Page County as a flood control reservoir on Salt Creek. Christopher B. Burke Engineering, Ltd. 18575 W. Higgins Rd., Ste. 600 1 Rosemont, IL 60018 1847.823-0500 1 ebbel,com j pkielty cbbel.ce South Main Street (Route 14 to Rakow Road) Widening and Resurfacing, Crystal Lake/IDOT/MCDOT: Resident Engineer for contract to widen and resurface South Main Street and Virginia Road, and Pyott Road from 3 lanes to 5 lanes. Improvement consisted of installation of approx. 3,000' of new storm sewers from 48" to 12" RCP, appurtenant manholes, catch basins and lateral piping; removal of existing pavement, either full depth and milled; 8,600 cubic yards of Earth Excavation, 11,000' of new concrete curbs, and placement of over 15,000 tons of HMA base course and surface course on a new roadway profile. Project included traffic signal modernization at 2 intersections and replacement of McHenry County interconnect system between 3 intersections. Duties included shop drawing review, coordination with local agency (IDOT and MCDOT), coordination of contractor operations and scheduling QA testing, materials inspection documentation, documentation of quantities using ICORS, preparation of change orders, authorizations, and pay estimates using (CORS. Reconstruction of Ashland Avenue at Pershing Road, CDOT: Resident Engineer for demolition of existing Ashland Ave Fly - Over bridge and reconstruction of Ashland Ave at Pershing Rd. Improvements consisted of removal of Ashland Ave viaduct over Pershing Rd, and reconstruction of roadway intersection and approaches, which included the following: Construction of composite pavement and pavement markings; concrete construction for curb and gutter, sidewalks, and medians; traffic signal modernization at the intersection of Ashland Ave and Pershing Rd; roadway lighting for the corridor; installation of storm sewers, combined sewers, and water mains; earthwork activities and landscape restoration. Stearns Road Corridor Phase I, KDOT: Resident Engineer for construction of wetlands and detention ponds, as well as embankment for proposed roadway and bridge approach. Approx. contract value is $4.1M. Includes excavation of ponds and wetlands with spoil material being used to make proposed highway embankment. Volume of earth moved was 170,000 CY and approx. 30 acres of wetland/ compensation storage/detention ponds was created. Created 21.5 ac -ft of stormwater storage. IL Route 58 & New Wilke Road Intersection Improvement, Rolling Meadows, IDOT. Resident Engineer for reconstruction and widening of IL Route 58 (Golf Rd) from 1-90 overpass to Meijer Dr and New Wilke Rd from Golf to the south limit at 1-90. Improvements consisted of a new vertical profile, 23,400 SY of 10" Jointed PCC Pavement, 4,400 SY of 9" Jointed PCC Pavement, HMA bike path, PCC sidewalks, and retaining walls. Project included traffic signal modernization at both intersections, interconnect, and installation of a new storm sewer system. Duties included shop drawing review, coordination with local agency, coordination of contractor operations and scheduling QA testing, materials inspection documentation, documentation of quantities using ICORS, preparation of change orders, authorizations, and pay estimates using ICORS. Jeffery Boulevard Bus Rapid Transit -Pilot Project, CDOT: Resident Engineer which included accessibility improvements at the bus stops along the route, roadway improvements along the south portion of #14 Jeffery Express CTA Route and traffic signal improvements. Roadway improvements included roadway surface rehabilitation, curb and gutter modifications, sidewalk improvements, ADA curb ramps, sewer and utility relocations, roadway lighting relocations, traffic signal controller replacement, pavement markings, and signage. Lord Street Sewer Separation System, Phase 2, Elgin: Resident Engineer for construction. Project consisted of separating the storm and sanitary sewers from a combined sewer system on Adams and Morgan Streets in a neighborhood near the intersection of US Route 20 and IL Route 31. Project was a continuation of Phase 1 System and connected to the upstream storm sewers installed in Phase 1 contract. Total of 6,175' of storm sewers were installed ranging in size from 36" to 12". Local sanitary sewers were cleaned and televised and inspected for installation of CIPP linings of sections of existing clay pipes. In addition, all streets where storm sewers were installed were reconstructed with an HMA base course for all street patches, removal and replacement of HMA pavement surface, curb and gutter replacement. Approx. 800' of 8" and 6" DIP water main improvements where necessary, and parkway restoration. Lord Street Sewer Separation System, Phase 1, Elgin: Resident Engineer for construction. Project consisted of separating the storm and sanitary sewers from a combined sewersystem on Adams, Homer, Orange, and Souster Streets near Grolich Park at the intersection of US Route 20 and IL Route 31. A 96" RCP wasjacked in place under IL Route 20 to a new outfall of the storm sewer system into the Fox River. Upstream of the 200' long tunnel, sewer pipe consisted of 430' of 10' by 5' box culvert, 2,600' of 66" RCP, 1,700' of 60" RCP and 1,100' of 48" RCP and appurtenant structures. In addition, all streets where storm sewers were installed were reconstructed with a concrete base course for all street patches, removal and replacement of the HMA pavement surface, curb and gutter replacement, 8" and 6" DIP water main improvements where necessary, and parkway restoration. McLean Boulevard (Route 31 to Lancaster Circle) - Stearns Road Corridor, KDOT. Resident Engineer for construction of cast -in-place box culverts, detention pond excavation, embankments, 16,000 SY of 10" PCC jointed pavement, traffic signals (2 each). Contract also involved the removal of an existing 60' timber trestle bridge owned by CNRR, and replacement with a 120' single span thru girder steel bridge viaduct and the appurtenant retaining walls adjacent to new railroad bridge abutments. Required 20,000 CY of excavation and project created an additional 3.7 ac -ft of stormwater storage. Street Resurfacing, Oak Lawn: Resident Engineer. Project consisted of resurfacing 15 streets for a total of 5 miles. Work included curb spot repairs, drainage structure improvements, pavement milling, preparing the base course, installation of new asphalt pavement, sidewalk repairs, driveway restoration, and parkway restoration. York Road LAPP (Green St to Irving Park Rd), Bensenville: Resident Engineer for milling and resurfacing of approx. 0.5 miles of a major arterial roadway. York Rd is a major truck route in DuPage County, and intersects with a METRA railroad crossing. Contract includes curb and sidewalk removal and replacement, manhole frame adjustments and replacements, HMA milling and resurfacing, replacement of loop detectors, and pavement marking as required. Tinley Creek Culvert Replacement, Orland Park: Resident Engineer for replacement of culverts under 6 streets in a residential neighborhood on Tinley Creek, along with tree clearing and associated excavation to improve the flow capacity, in order to reduce the potential for flooding. York Road/Mohawk/Algonquin Water Main Improvements, Bensenville: Resident Engineer for construction of 6,500 LF of new water mains (12" and 8" diameter) and appurtenant valves, hydrants and services on York Rd and Mohawk/Algonquin Subdivision. Also included were roadway patching, curb replacement, driveway replacement, complete roadway surface removal and reconstruction of the surface course, and new pavement marking. Christopher B. Burke Engineering, Ltd. 19575 W. Higgins Rd., Ste. 600 1 Rosemont, IL 60018 1847.823.0500 1 cbbel..com I pkielty@cbbel.com 2 of 3 Street Resurfacing Program, Bensenville: Resident Engineer for milling and resurfacing of approx. 4 miles of residential streets, and complete reconstruction of 1 mile of residential street. Contract includes curb and driveway replacement, sewers, manhole frame adjustments, and pavement marking as required. Oasis Connector Ramp, Conway Park Owner's Association: Resident Engineer for construction of a connector ramp that links business park roadway to Lake Forest Oasis (NB). Approx. contract value is $1.7M. In a 60 -day time frame, 30,000 CY of excavation and embankment, 600 LF of roadway construction (24' wide), and setup of I Pass Revenue Control Equipment. Illinois Tollway, Reagan Memorial Tollway (1-88): Project involved various bridge repairs from MP 44.2 to MP 113.8. As Resident Engineer, duties included preparation of change orders and pay estimates and documentation in the Pro Liance Management System. Relief Sewers and Roadway Improvements and Water Distribution, Orland Park: Resident Engineer for contracts to construct Relief storm sewers in specific watersheds in the Village in previously developed subdivisions. Approx. contract value is $6.8M. Construction of 60" and 42" RCP in Open Cut to relieve older and smaller sewer systems in these watersheds. At the same time, CBBEL designed and constructed 13,000 LF of 8" water mains to improve water pressure and fire protection. Approx. contract value is $2.3M. Christopher B. Burke Engineering, Ltd. 19575 W. Higgins Rd., Ste. 600 1 Rosemont, IL 60018 1847.823.0600 1 cbbeLcom ( pkieity@cbbel.com 3 of 3 0 Now ui rrww �I O A, V/ V • U 0M o o CJ •� -40m) N 2c U U O U. 42, UM CMDCD 00 W 061 � x QfA o N CL IN- •O MO UM UV 111mt=rlm aU► Local Public Agency Construction Inspector Region I Engineer Jose Rios Department of Transportation Address 201 W. Center Court �ty ichaumburg . Late )a Code 01196 ora Contract Number District Letting Date MUPn 2p ity 1Vlllage of Mount Prospect Route County FAP 334 Cook Project Number Job Number YB.Y( .34) C-91-383-20 Section Number 17 -00166 -00 -CH ............. 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 Signature and Title of Resident Construction Su eMsor Daae — 12/1/2021 WiE . . . . . .......... . . . . . ..................................................... —1 Applicants Name Nick Tremmel 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 18-13618 See attached resume If the Resident from BC -775 is a consultant, the local public agency employee in responsible charge must also approve this individual. Approved Si nature and Title of In Responsible Charge from BC-775.Date ...................._-...__................ Printed 12/01/21 Page 1 of 1 BC 776 (Rev. 11/16/20) EDUCATION Bachelor of Science, 2011 Civil Engineering Purdue University PROFESSIONAL REGISTRATION Professional Engineer, IL, 062.067944, 2015 CERTIFICATIONS Documentation of Contract Quantities, IDOT 18-13618 Constriction Engineer Civil Engineer experienced in design and construction engineering for highway, tollway, and municipal roadways. Also experienced with preparation of SWPPP for municipal, residential, and county projects; inspection; and permit submittals. Responsibilities include: site inspection, site development design, and resident engineering, which consists of construction observation, documentation of contract quantities, coordination and verification of material testing and inspection, preparation of record drawings, and close out documentation for a variety of agencies and projects. Software Experience: MicroStation (V7, V8, and GeoPak), AutoCAD, Civi13D, MEPDG software, Microsoft Office, Basic computer programming in C++, MatLab, True Basic, HTML, and JavaScript 2020-2025 Various Parking Lots, Forest Preserves of Cook County: Resident Engineer. Assisting client staffed engineering department to remediate approximately sixty parking lots throughout the Forest Preserve network. Efforts vary between sites from patch and seal coat, to mill and resurface, to fully reconstruct pavements. Drainage improvements, ADA access improvements, and access to natural features such as canoe launches are made as determined at each site. Many sites require field designs as construction progresses. A portion of the project is utilizing MFT funding. PROFESSIONAL DEVELOPMENT College View Stormwater Improvements, Elmhurst: Resident Engineer. This project centered around an 8.78 AC - FT underground stormwater storage chamber system with wet well, pumps, force -main, check valves, and SCADA ( QQUf.M. integration. The City owned projectwas builton school district property. Coordination between the multiple stakeholder STTP-S33 Soils Field Testing agencies was made efficient by implementing a design -build team. The project was made complex working within and Inspection Course a tight timeline while students were on Summer break. Project coordination continued post -construction with the school contracted project to install an artificial turf field, fencing, bleachers, and ADA accommodations. Storm Sewer Lining Beneath Ardmore Avenue, Glendale Heights: Resident Engineer. Install cured in place pipe liner in twin 33" by 48" arch shape corrugated metal pipe culverts for a total 400 LF. Additional work included concrete headwall rehabilitation. Woodvale Avenue Reconstruction, Deerfield: Resident Engineer. This CBBEL designed storm water management improvement was a full roadway reconstruction project located within a floodplain. The project scope included; over 10,000 SY of HMA roadway and aggregate base; over 6,000' of curb & gutter; over 15,000 SF of PCC sidewalk; approx. 2,000' of storm sewer (ranging in diameter from 12" to 42") with accompanying in-line check valves; and approximately 1,500' of new ditch construction complete with landscape architect designed native plantings. SW Stormwater Mitigation Projects (Phase I & Phase II), Elmhurst: Construction Engineer. Phase I of the project features installation of approx. 5,500 LF of storm sewer and related drainage structures, 27,000 CY of earth excavation for the proposed basin, street restoration, retaining wall construction, lift station construction and 800 LF of force main. Phase II features installation of storm sewer and related drainage structures, 19,000 CY of earth excavation for proposed basin, street restoration, lift station construction, 200 LF of force main and all other related work. Fullerton Avenue STP, Glendale Heights: Resident Engineer. Fullerton Avenue was rehabilitated with Hot Mix Asphalt Surface Removal, 3 3/4"; Hot Mix Asphalt Surface Course 11/2"; Hot Mix Asphalt Binder Course 2 1/4"; Class D Patching; Spot Curb and Gutter Removal and Replacement; Spot Sidewalk Removal and Replacement (ADA Compliant); and New Pavement Markings. Subsurface utility rehabilitation including water main, sanitary, and storm sewer. Darlene Lane and Pleasant Avenue Reconstruction, Glendale Heights: Resident Engineer. DuPage County Community Development Block Grant (CDBG) funded project; install new water main, storm sewer; full reconstruction of road (including curb and gutter and approaches); realigned intersection geometry. Coordinated with Village, County, and Contractor. Storm Sewer Lining Beneath East Fullerton Avenue, Glendale Heights: Resident Engineer. Install cured in place pipe liner in twin 36" by 54" arch shape corrugated metal pipe culverts for a total 640 LF. Additional work included concrete headwall restoration. East Branch DuPage River, Tributary #2 Channel Maintenance, Glendale Heights: Resident Engineer. Complete Streambank Stabilization including de -silting, boulder toe bank armoring plus coir log and coir fabric soil wrap stabilization. Work also included over four acres of wetland and floodway restoration and preservation with selective tree removal plus selective herbicide and brush burning to control non-native vegetation in conjunction with inter -seeding and planting live plugs to restore native wildlife habitat. Christopher B. Burke Engineering, Ltd. 19575 W. Higgins Rd., Ste. 600 1 Rosemont, IL 60018 1$47.823.0500 1 cbbel,corn ) ntremmel@cbbef.com