Loading...
R-1156 - 02/28/2012 - ENGINEERING - Resolutions Supporting DocumentsITEM G.F.a) AGENDA ITEM Regular Board of Trustees Meeting of February 28, 2012 SUBJECT: Professional Services Agreement (Illinois Department of Transportation (IDOT) Form BLR 5611) with Engineering Resource Associates, Inc. (ERA) for Phase III Engineering Services During the Construction of the 22 "d Street Beautification Project (Spring Road to Salt Creek.. FROM: Mike Hullihan, P.E., Village Engineer BUDGET SOURCE/BUDGET IMPACT: $59,326.95 from the Hotel and Motel Tax Fund ($47,461.56 to be reimbursed under Illinois Transportation Enhancement Program (ITEP) grant RECOMMENDED MOTION: I move that the Village Board approve the attached Professional Services Agreement (Illinois Department of Transportation (IDOT) Form BLR 5611) with Engineering Resource Associates, Inc. (ERA) for Phase III Engineering Services During the Construction of the 22 "d Street Beautification Project (Spring Road to Salt Creek) for an amount not -to- exceed $59,326.95. Background/Historv: The professional services agreement under consideration (see attached) would provide for engineering services during the construction of the 22 "d Street Beautification Project (Spring Road to Salt Creek). ERA had been working on the design as a sub - consultant to the Hitchcock Design Group. During this construction phase, ERA will be doing the majority of the work including construction observation, testing, documentation, and project drawings. The attached BLR 5611 details the responsibilities of the prime and sub - consultants. This agreement has been reviewed by IDOT, Bureau of Local roads for compliance with administrative requirements of the ITEP grant and for wage rates. The current schedule is for the project to be a part of the IDOT March letting (award). Recommendation: ` I move that the Village Board approve the attached Professional Services Agreement (Illinois Department of Transportation (IDOT) Form BLR 5611) with Engineering Resource Associates, Inc. (ERA) for Phase III Engineering Services During the Construction of the 22 "d Street Beautification Project (Spring Road to Salt Creek) for an amount not -to- exceed $59,326.95. RESOLUTION 2012-ENG-AG-EX1 -R-1 156 A RESOLUTION APPROVING AND AUTHORIZING THE EXECUTION OF A PROFESSIONAL SERVICES AGREEMENT FOR PHASE III ENGINEERING SERVICES IN RELATION TO THE 22 "D STREET BEAUTIFICATION PROJECT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND ENGINEERING RESOURCE ASSOCIATES, INC. WHEREAS, the Village and Engineering Resource Associates, Inc. ( "ERA ") desire to execute a Professional Services Agreement, entitled Illinois Department of Transportation (IDOT) Form BLR 5611, ( "Agreement'), and attached as Exhibit A, for Phase III engineering services during the construction of the 22ntl Street Beautification Project ( "Project'), from Spring Road to Salt Creek; and WHEREAS, ERA has previously provided satisfactory engineering services to the Village as a subcontractor to Hitchcock Design Group during the Project; and WHEREAS, pursuant to the Local Government Professional Services Selection Act ( "Act'), 50 ILCS 510/0.01 et seq. and Section1 -7-6 of the Village Code, the Village is not required to follow the notice, evaluation, and selection procedures set forth in the Act for engineering services provided by engineers that have a satisfactory relationship with the Village; and WHEREAS, the President and Board of Trustees have determined that it is in the best interests of the Village to enter into the Agreement in a final form approved by the Village Manager and the Village Attorney; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF OAK BROOK, DU PAGE AND COOK COUNTIES, ILLINOIS as follows: Section 1: Recitals. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as the findings of the President and Board of Trustees of the Village of Oak Brook. Section 2: Approval of the Agreement. The President and Board of Trustees hereby approve the Agreement by and between the Village and ERA in a form acceptable to the Village Manager and the Village Attorney. Section 3: Authorization and Execution of the Agreement. The Village President and Village Clerk shall be, and hereby are, authorized to execute the final Agreement on behalf of the Village after review and approval of the final form of the Agreement by the Village Manager and the Village Attorney. Section 4: Effective Date. This Resolution shall be in full force and effect upon passage and approval in the manner provided by law. [SIGNATURE PAGE FOLLOWS] Ayes: APPROVED THIS 281" day of February, 2012 Gopal G. Lalmalani Village President PASSED THIS 28" day of February, 2012 ATTEST: Charlotte K. Pruss Village Clerk Resolution 2012- ENG- AG -EXI -R -1156 Engineering Srvcs. Agmt. — in re: P St. Beautification Project Page 2 of 2 EXHIBIT A Local Agency Consultant ff Engineering Resource Associates, Vga a of Oak Brook U C C O County Address DuPage A L N s 35701 West Ave. Suite 15 Section City 11 -nnO43-00-LS A COnatrYCtiOrl EngineBrirrg U Wwrenville Projed No. state . G Services Agreement T Job No. For Code E N Federal Participation A N 6a Canted Name/Phone/E -mall Address Contact NamfPhone/Etnaii Address Mr. Mike Hullihan 630.368.5272 C T John Mayer 630 918-7721 mhullihan@oak- brook.org Y I jmayer @eraoonsultants.com THIS AGREEMENT is made and entered into this day of I between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the PROJECT described herein. Federal eid 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 the following terms are used, they shat be interpreted to mean: Regional Engineer Regional Engineer, Department of Transportation Resident Engineer LA Employee dkediy responsible for construction of the PROJECT Contractor Company or Companies to which the construction contract was awarded Project Description _ Name West 22n° Skeet Route FAU 1453 Length 0.59 mi Structure No. n/a Termini Sorino Road to Description: This project consists of the construction of raised median precast concrete planters, shrubs,trees, perennials, landscaping and the installation of an irlgation system located within four ehdsting grassed medians. L THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the engineering services for the IA, in connection with the PROJECT hereInbelbre described and drecked below. ® a. Proportion concrete according to applicable STATE Bureau of Materials and Physical Research (BMPR) Quality Contml/QualityAssurance (QC1QA) paining documents or contract requirements and obtain samples and perform testing as noted below. ❑ b. Proportion hot mbr asphalt according to applicable STATE BMPR QC1QA 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 1a. through td. the ENGINEER is to obtain samples for testing according to the STATE BMPR'Projed Procedures Guide', or as indicated in the specifications, or as attached herein by the LA; pest according to the STATE BMPR'Manual of Test Procedures for Materials', submit STATE BMPR inspection reports; and verify compliance with contract specifications. ® e. Inspection of at 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'Projed Procedures Guide' and the policies of tare STATE. ® f. For Quality Assmirance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes. ® g. Inspect, document and inform the resident engineer of the adequacy of the establishment and maintenance of the traffic control. Page 1 of 7 BLR 05611 (Rev. QW) Printed on 1/132012 2:46:10 PM ❑ 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 forth 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. 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-tour hours of notification by the resident engineer or authorized representative. 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 resident engineer, 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; b) agreed, as an express or implied condition for obtaining this AGREEMENT, to employ or retain the services of any fine or person in connection with prying out the AGREEMENT or c) paid, or agreed to pay any firth, 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 riot 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 locaq 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. Page 2 of 7 6LR 05611 (Rev. 9/06) Printed on 1211212011 11:0424 AM 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. 11. THE LA AGREES, I . To furnish a resident engineer to be in responsible charge of general supervision of the construction. 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 ® CPFF =14.5 %[DL + R(DL) + OH(DL) + IHDC], or ❑ CPFF= 14.5 %[DL +R(DL) +1.4(DL) +IHDC],or ❑ CPFF =14.5%[(2.3 +R)DL +IHDC] Where: DL = Direct Labor IHDC - In House Direct Costs OH = Consultant Firm's Actual Overhead Factor R = Complexity Factor Specific Rate ❑ (Pay per element) Lump Sum ❑ 5. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 56-409: ❑ 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 901Y. of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50% of the work is completed, and upon receipt of monthly invokes 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 ft 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 ifs 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 rases, 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 at seq.). Page 3 of 7 BLR 0.5611 (Rev. 9106) Printed on 12/12/2011 11:04:24 AM Ill. Nis 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 RESIDENT ENGINEER. 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 11 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 shag become the property of, and be delivered to, the LA 5. That any differences between the ENGINEER and the LA conceming 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. 7. That the ENGINEER has not been retained or compensated to provide design and construction review services relating to the contractors safety precautions, except as provided in numbered paragraph if 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 o, 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 fime 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 contractors workplace. (2) Specifying the actions that will be taken against employees or violations of such prohibition. (3) Notifying the employee that as a condition of employment on such centred 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 contractors policy of maintaining a drug free workplace; (3) any available drug counseling, rehabilitation and employee assistance program; and (4) the penalties that maybe imposed upon an employee for drug violations. Page 4 of 7 &A 05611 (Rev. 906) Printed on 12/12/2011 11:04:24 AM (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 weivirg 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 suboonsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shag 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. Agreement Summary Sub - Consultants: TIN Number reement Amount Chicago Testing Laboratory, Inc. 36- 4199051 ;4,938.00 Hitchcock Design Group 363059328 $6,480.00 FRS Design 26- 0310285 $1,500.00 Sub - Consultant Total: $12.918.00 Prime Consultant Total: $ 46,40-8-95- Total for all Work: 159,326.95 Executed by the LA: ATTEST: By: (SEAL) Executed by the ENGINEER: ATTEST: By: D Tide: fT; iY �% 4— Page 5 of 7 Printed on 12112/201111:0424 AM Clerk Village of Oak Brook (Munidpaliity/TownsNp/Coumy) By: Title: A4 45dL1 /ce /1SSUc. —7 j By: //%% �yJ r� Tide: //1aY6CT Vlylylylet9L BLR 05611 (Rev. 9106) ta c C O) W c O r c U Q r A U) cv Omocomm L 3.2 XC o Q 0 ui 00 N G C0 C ' m to Ol �Y 2¢m m � >0 . m m W W O 0 'X w E tac E m m E ro :Lm �UU LLIU m c m Q O N Z u u S = OpU =a= O�— 0 0 0 � Q � + + N J J N N N _OINIMIMIM' C O r NN c9 d 1t0/1 d C y N N d lL LL IL E m 0 X X X m IL LL LL O 0 0 N¢ j D a > 2.2 U N p a m o 0 o a co m w m J IO a N v 0 a P `00 ma mm $a cv Omocomm rn m nm0rommv co C5 cli M H cocolmmm�m m n, N u7 r fA c9 N3 iH N Vf's •+ N c7 °onm NOW Omo a o m N�fAinc`�n w N W N q O omom =ii= o 000 000$0 °• m C 9'-' joso�w> Nmm�m�c'>NW O m ffAA O� .o i I C? O t ao O m rn N N N fa ffl am 0W m 0 W N .- m 7 m ow vuiv o c6 ci N UNDm�7fWp �cn fA Yf fR f9 59 _ J � N W •' r ON CD co N a cW7 m N CCR Lq C'I N U r 0 o N LO N't 69 4A �•o.. mmNn W WN �. 10 cq m WNWn l0Q a Of cV a 'i C7 d'7 cn mmmco v� Fss mc�w an w a 10_0 000°0 o °0 °0,00 0 c -M tin C m O 0 � c E 0tl1i w cc U c p C � c (0 a N r c O c O 0 p .6200 d i0 •. U y ti0 m Om nUO m E �E H Ti'2 H W m 0[�UDaa`cc m m F m w m J IO a N v 0 a P `00 ma mm $a Exhibit B Prime Consultant Name Engineering Resource Assoc Address 35701 West Ave Ste 150 Telephone 630 393 -3060 TIN Number 36- 3686466 Project Information Local Agency Village of Oak Brook Section Number 11 -00043-00 -LS Project Number TE-0OD1(872) Job Number C-91- 501 -11 Engineering Payment Report This farm is to wady 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. Sub - Consultant Name TIN Number Actual Payment from Prime Chicago Testing Laboratory, Inc. 36- 4199051 Hitchcock Design Group 36.3059328 FRS Design 26-0310285 Sub - Consultant Total: Prime Consultant Total: Total for all Work Completed: Signature and Me of Ptinotonsuftnt 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. Pape 7 of 7 BLR 05611 (Rev. 9/116) Printed on 1N3120122:51:51 PM PAYROLL RATES FIRM NAME Engineering Resource DATE PRIMEISUPPLEMENT Prime PSB NO. ESCALATION FACTOR 0.00% CLASSIFICATION CURRENT RATE CALCULATED RAT Professional Engineer VI $70.00 $70.00 Professional Engineer V $65.79 $65.79 Professional Engineer IV $55.13 $55.13 Professional Engineer III $45.33 $45.33 Professional Engineer II $38.83 $38.83 Professional Engineer 1 $32.00 $32.00 Staff Engineer III $31.50 $31.50 Staff Engineer II $30.42 $30.42 Engineering Intern II $12.00 $12.00 Engineering Intern 1 $11.00 $11.00 Engineering Technician V $34.63 $34.63 Engineering Technician IV $28.17 $28.17 Engineering Technician III $23.50 $23.50 Environmental Director $62.50 $62.50 Environmental Specialist III $31.50 $31.50 Environmental Specialist II $30.25 $30.25 Environmental Specialist 1 $23.50 $23.50 Professional Surveyor 1 $32.00 $32.00 Surveyor V $28.50 $28.50 Surveyor IV $26.75 $26.75 Surveyor 111 $21.00 $21.00 Surveyor II $19.00 $19.00 Administrative Director $57.00 $57.00 Administrative Staff IV $26.50 $26.50 Administrative Staff III $23.05 Administrative Staff II $20.75 01H3f12 DF- 824-039 REV 12/04 PREPARED BY THE AGREEMENTS UNITprinted 1/13/20123:00 PM FAU 1453 Wlepe of Oak Bmok Seder 11-00MMUA Pa$ace TE-0OD7(872) Jab No. C- 01-501 -11 Contract Nw 83803 Dtred Cod Summary Ilem Tabl Oked COST shko g Cod T ReM Supp3v Tdps k0lesl Total Cod® pin Nwd Tool Cost0 Nwd Cml® T' Mks 55NS 3heeb Seb Sheds 1.00lshl .7 MeetlnpdCOOtmretlon $21A0 1 30 50 r1i 7 55 0 $0 so $p Sub""Revleea $48.00 0 1 0 $22 15 3 45 $11 100 $15 m CamtrOOServaOOn 5028.00 35 30 1,050 $578 0 0 0 50 $0 f49 D=MW* 0On $3500 0 $0 $18 0 0 0 50 150 $23 SD Pay R1N B CO Review $28.00 0 0 $0 $8 20 1 20 $20 $D m Pmajedckseont $"On 2 30 50 $33 $8 20 2 40 $40 100 $1 50 Tafals 853 $827 $54 $71 SIB Server By Othm Summary Ma W T8113g SONIM- C*qp Tealeg Leboreery, I=- $6938.00 tav10amae ArthBedtad SlpPW- NW=& Dadgn Gmtp -$ 5.480A0 FRS DeSgll Gmlp, LLC. - $1,500.00 221KJefferwnAmm llapetd6e,IKkxh6ZV 670961.1787 m2flift 1fflA*WHdih=e December 2, 2011 John Mayer, PE CFM Engineering Resource Associates, Inc. 3 S 701 West Avenue Warrenville, Illinois 60555 RE Oak Brook 22n0 Street lTEP Enhancements — Construction Services Dear John, Now that Phase II documents for the Oak Brook 22n° Street ITEP Enhancements project are almost complete and the project is moving forward for bid letting in March 2012, we understand that the Village has asked Engineering Resource Associates, Inc (ERA) to provide engineering consulting services during construction. Our role during construction will be to assist ERA related to the enhancement items, including attending a pre-construction meeting with the selected contractor, reviewing shop drawings and product submittals, periodically reviewing the workonsite, issuing interpretations or clarifications to the construction documents if necessary, reviewing the work at substantial completion and preparing a punch list of items to be completed, and attending a final walk through. The work is outlined in more detail in the attached Scope of Services. We will invoice our work on an hourly basis at our standard hourly rates. We understand that the project is scheduled to commence in early spring 2012 and continue for a period of 35 working days. We are available to begin work with your authorization based on this schedule and participate as needed during the construction period. Thank you for the opportunity to continue to be involved in this important project for the Village of Oak Brook If you have any questions or wish to discuss this proposal in more detail, please don't hesitate to call. - Sincerely, Hitchcock Design Group Tim King, ASlA Principal End: Scope of Services Fee Estimate Standard Billing Rates l YlsMffi9mlmMekyaeeHrg�gflea¢ MOtlm 'GVFbedldMST!?,MYbMi�R@Ybdlrc December 2, 2011 Oak Brook 220° Street rMP Enhancements $ Page 1 Scope of Services CONSTRUCTION SERVICES Following award of the workto a Contractor, HDG will provide the following Construction Services. 1. Attend a pre - construction meeting with [DOT and the Contractorto review: a. Contractor mobilization and staging b. Contractor schedules c. Contractor submittals d. responsibilities e. communications f. payment procedures 2. Review shop drawings, product data and material samples which the Contractor is required to submit, but only for the limited purpose of determining their general conformance with the design concept and information contained in the Contract Documents. This review does not include: a. the accuracy or thoroughness of details such as quantities, dimensions, weights or gauges b' the appropriateness of fabrication or installation processes c. coordination of the work with other trades d. safety precautions 3. Visit nurseries local to the project she with the contractorto select certain, specified plant materials including: a. Shade, ornamental and evergreen trees b. Representative shrubs 4. Issue interpretations or clarifications of the Contract documents when requested. S. Observe the work during construction to become familiarized with the progress and quality of the Contractor's work and to determine if the work is proceeding in general conformance with the contract documents. 5 she visits are anticipated at the following times: a. review precast concrete planter curb layout and installation b. review grading and planting bed preparation c. review planting layout and installation d. substantial completion walk through (including preparation of a punch list of hems to complete) e. final acceptance walk through (including a recommendation for final acceptance) Hr9ES,CK creafingbawPkic& R n December Z 2011 Oak Brook22'"StreetrlEPEnhancements Page 2 GENERAL PROJECT ADMINISTRATION We will manage the performance of our own work throughout the term of the contract by providing the following services: A. Communications I. Schedule, create agendas and summarize the highlights of periodic meetings that we lead. 2. Collect and disseminate communications from other parties. 3. Periodically Inform your representative about our progress. B. Schedules 1. Keep you informed of our schedule and availability to participate in site visits as required. 2. Coordinate the activities of our staff and our consultants. C. Staffing 1. Select and assign staff members and/or consultants to appropriate tasks and services. D. File Maintenance 1. Establish and maintain appropriate correspondence, financial, drawing and data files. 2. Obtain appropriate insurance certificates from consultants. 3. Maintain appropriate time and expense records. ADDITIONAL SERVICES We may provide additional services that are not included in the Basic Services, such as, but not limited to: 1. Additional site visits or meetings not specified in this Scope of Services. 2. Detailed written summaries of our work orour recommendations. 3. Services rendered after the time limitations set forth in this contract 4. Services required due to the discovery of concealed conditions, actions of others, or other circumstances beyond our control. 5. Services required to restart the project if you suspend our work at your convenience for more than 90 days during the performance of our services. 6. Services rendered after Final Acceptance of the Contractor's work or services rendered more than 60 days after Substantial Completion of the Contractor's work AUTHORIZATION If circumstances arise during our performance of the services outlined which we believe require additional services, we will promptly notify you about the nature, extent and probable additional cost of the additional services, and perform only such additional services following your written authorization. HITCHCOCK Oak Brook 22nd Street ITEP Enhancements Professional Fees December 2, 2011 1 Attend pre-construction mtg 2 Review shop drawings and submittals 3 Tag plant materials at nurseries 4 Issue Interpretations, clarifications 5 Review meetings (5) Sub -total hours Sub -total fee HitchcockDesian GrouD Fees Exaenses CADM I COBS I sub-total printing, travel wbtotal $115 $100 16 delivery 8 4 4 $ $ 20 16 16 $ 50 8 8 S $ 100 8 8 $ 50 20 20 S 5 120 36 20 56 $4,140 S 000 $ 6,140 $ 100 $ 240 $ 340 Hitchcock Design Group Total $ 6,480 Hf 9QOCK CROUP aedirrgbeuerplaoet Standard Billing Rates and Expenses Effective April 1, 2011 For projects or phases that are invoiced on an hourly basis, we track and invoice time based on the activity performed rather than the salary of the person performing the activity. That way, we are compensated for the value of the service instead of the cost of the service. We track eight different activities based on the complexity and the experience required to perform each activity. Those activities and their corresponding billing rates are: Project Leadership $175.00 /hr. Project Management $130.00/hr. Construction Administration $115.00/hr. Project Planning $115.00/hr. Project Design - $105.00/hr. Construction Observation $100.00/hr. Project Documentation $80.00/hr. Project Support $65.00 /hr. Other Project Expenses In addition to our standard hourly rates, we invoice authorized sub - consultant fees, travel and reproduction expenses, at 115% of our cost We will invoice mileage in personal or company-owned cars at 115% of the current IRS reimbursement rate. Exhibit 1 A=qftme & Atithorizaten Form — December Z 2D11 Proposal Oak Brook 220 street rrEp Enhancements - Phase iii construetion services; Engineering Rescume Aesockft Inc. 221 WWJOM=n A"nua Na"rae. Ib* Saw &W461-176Tt6W-W1-Mf Please Provide Cordoct Information: Malling-Addrew. KfthcookWon Oroup 221 Wed Jefferson Avenue Naperville, lOhM-60M Telephone &FaMdle, Numbers; W.9,64-1-787 EmO Address; tidn9ftchmokciesilingroupcom INVOICES: should t)ezmt vw mail It different lhan4bome address, Invoices should be addressed to, Involoo.Email Address (*dlffemnt than above) Pa. 110 74)z- Do Emd [I USPS Mall ❑ Ernd & USPS Md ❑ Attu: poi I Chicago Ttsting Laboratory. Inc. 3000114 B Road, Wx,vM6e. IL 60666 p 670.393.[181 r 670.363..59] I Willid 18000 Sou6, WBhama Serest, Thomtcn, IL 609]8 p ]116.6]).1601 r ]06.6]].8826 i ZVI 1398 Ridpa Avenue, 8k O . KYegs. R 6000] p 89].]28.10]6 1 867228.0833 P. O. eox 3385, Joaat. IL 80136 p 630.680.{489 f630.660.4464 raundad 1812 I Testing • Inspection • Training • Consulting s Research • Beotaehnianl November 30, 2011 Engineering Resource Associates, Inc. 3S701 West Avenue, Suite 150 Warrenville, Illinois 60555 -3256 Attn.: Mr. Brian J. Dusak, P.E, CFM Project Engineer Re: Quality Assurance (QA) — PCC Testing & inspection Services Various Sidewalks, Village of Oak Brook, Illinois CTL Proposal No. EG11175 Dear Mr. Dusak: ..eIiies"Mongleb.. hdo@ehlangnteeu,glab.mm Please find the enclosed copy of Chicago Testing Laboratory s unit rate proposal for performing PCC inspection and testing services for the above mentioned project in Oak Brook, Illinois. Also included are a brief summary of our history and performance, and an outline of our capabilities. CTL is exceptionally prepared and exclusively qualified to provide Quality Assurance (QA) inspection and testing services for the year 2012. CTL is proud to offer over 40 qualified and certified individuals, specializing in various transportation testing sub - fields, including: QC /QA construction materials proportioning and evaluation (PCC and HMA Level II IDOT Approved), soils testing (AMRL, ASTM, and IDOT approved), and geotechnical evaluations. CTL's wealth of [DOT and local municipality experience has afforded us an unparalleled working knowledge of IDOT's specifications, reporting, and MISTIC. With almost a century of heritage, CTL remains "best in class" for QC /QA construction materials inspection, training, and research. We appreciate the opportunity to provide this proposal and look forward to work with you on this project and thank you for your time and consideration Very truly yours, CHICAGO TESTING LABORATORY, INC. Tahir Munawar Christopher Chan, P.E. Geotechnical Engineer Regional Manager SUMMARY OF QUALIFICATIONS Chicago Testing Laboratory was formed in 1912 to provide consulting engineering and construction materials testing and inspection services to municipalities, government agencies and private clients. Since 1912, the Chicago Testing Laboratory, Inc. has been actively engaged in the research, consulting, testing, and inspection of construction materials. CTL continues to maintain its reputation as a leader in the field of materials testing and inspection, and is used by public agencies and private corporations worldwide for their analysis and testing expertise. Chicago Testing Laboratory is currently rated by Illinois Department of Transportation's Consultant Services Unit to have a capacity to generate $10,000,000 per year in transportation project fees and we have the capacity to fulfill this assignment. CTL is prequalified in the areas of Roads and Streets (2), Aeronautical Construction Inspection (49), General Geotechnical Engineering (38), Subsurface Exploration (40), Structure Geotechnical Reports (41), Construction Inspection (49), Quality Assurance Complete (50) and Bituminous Mixture Designs (53). Chicago Testing Laboratory: • Is a professional engineering consultant in the state of Illinois, and is prequal'If[ed by the Illinois Department of Transportation ([DOT). • Has provided construction and materials expertise on numerous projects in the Chicago metro area. • Has worked as a sub - consultant to numerous prime consultants on Illinois DOT and Illinois State Toll Highway Authority (ISTHA) projects, and provides materials inspection for dozens of villages and municipalities. • Provides construction and materials training to agency, contractor and consultant personnel throughout the United States. CTL is committed to the principles of quality — from design through the construction. With our independent locations, CTL strives to: • Ensure customer satisfaction through meaningful process control • Maintain a high level of Total Quality Management • Maximize the quality and serviceability of todays construction projects CTL provides professional engineering services to agencies, contractors, consultants and material producers and supports and works with other associations on issues of common interest. CTL is the sub - consultant to Lake Land College, now for over 10 years, for the IDOT QC /QA certification training held in District One. CTL personnel supply a large portion of the training for the IDOT, contractor and consultant workforces wanting training and certification in the program. In 1998 Lake Land College, through administering the IDOT QC /QA training CTL Proposal No. EG11175 PCC Testing, Various Sidewalks, Village of Oak Brook, IL. Page- 2 program, was the recipient of the Illinois Community College Board Award for Excellence in Workforce Preparation. CTL was pleased to be a part of that team. CTL teaches and develops construction and materials testing training programs, including the IDOT QC/QA certification training courses. Inside and outside of Illinois CTL has taught several courses to various agencies and industry on the proper use of soils, asphalt, concrete, and other construction materials. CTL assisted in the update of the Federal Highway Administration's Hot Mix Asphalt Construction training course. The FHWA, state agencies, and construction industry personnel worldwide have used this course to train new and experienced workers in the proper use of road construction materials. CTL also developed the IDOT local agencies training course, and co- developed several other IDOT training programs. Not only are CTL technicians QC/QA certified, but many are also IDOT QC /QA instructors. CTL research activities have resulted in several ASTM test specifications, including the Abson asphalt recovery test (ASTM D1856) and the Root- Tunnicliff method for evaluating stripping of asphalt mixtures (ASTM D4867). Numerous other special tests and equipment have been developed in connection with special investigations and research studies for various clients and technical societies. CTL's laboratories are MOT, AASHTO, AMRL, ASTM D3666 approved bituminous and concrete testing facilities, staffed with IDOT QC /QA Certified Technicians. Chicago Testing Laboratory has three MOT approved laboratories strategically located in District One totaling over 10,000 square feet, available for support on this assignment All CTL laboratories participate in multiple round robin testing programs, including internal Independent Assurance round robin testing, to ensure the accuracy and precision of all test data. CTL currently operated from three local offices located in Elk Grove Village, Warrenville and Thomton, Illinois. The work for this project will be completed from our Warrenville Office. CTL Proposal No. EG11175 PCC Testing, various Sidewalks, Village of Oak Brook, IL Page- 3 PROJECT SPECIFIC EXPERIENCE CTL has specialized in providing QA/QC support for over a decade and possesses the experience and expertise to perform beyond expectations for you on this project. The following is a sampling of recent successful projects where CTL has performed tasks similar if not identical to those required for the Quality Control testing under this contract: el I80, 147th Street, I55 (Lonco) — CTL was selected by IDOT /Lorxo to provide extensive coring and pavement evaluations on this future interstate reconstruction project Cft's work on these projects will aid the DOT in designing the projects for future expansion /reconstruction. CTL was selected partially due to our expertise and performance on previous similar projects. Bishop Ford Freeway (Homer Chastain) — CTL was selected by IDOT to provide coring and pavement evaluation for this future reconstruction projecL CTL worked closely with IDOT Materials personnel to ensure superior performance. CTL completed over 110 full depth cores in a few days time, exceeding the DOT's expectations and completing the project under budget Edens Expressway Reconstruction (Clark Dietz) major IDOT reconstruction for 2008, CfL was selected based on our previous IDOT experience with Stone Mix Asphalt and project materials. CTL filled the roles of lead technician and quality management support, PCC and HMA, for the DOT through our relationship with the Prime Consultant on this project. Kennedy Expressway Resurfacing (IDOT) with Stone Matrix Asphalt CTL filled the role of lead technician on this night time resurfacing project for the Illinois Department of Transportation under contract 138 -02. CTL's role included providing Quality Assurance oversight and support ditectiy for the department at the plant and in the field. CTL project feedback/reviews were excellent for this project I -55 Reconstruction & Expansion (Gallagher Asphalt) CTL provided all quality control services on this project, including quality control management, laboratory and field technician support on this reconstruction, add lane project CTL also provided comprehensive smoothness analysis utilizing our inertial profiler to ensure proper pavement smoothness specifications were met. I -294 ISTHA Reconstruction/ Expansion (STV Inc.) and Addition of Pass Through Tolling, Plazas 33, 35, 36, 39 from I80 to I90, CTL performed materials inspection and coordination including soils, asphalt, concrete, and aggregates (on and off site). CTL successfully supported an inexperienced client through all phases of materials and construction inspection, at times providing as marry as 8 technicians to cover all the activity on the project site. I -90 ISTHA Reconstruction/ Expansion (MACTEC) and Addition of Pass Through Tolling, Plazas 16 and 19, CTL performed materials coordination and management and inspection including soils, asphalt, concrete, aggregates (on and off site), and structural steel for Bridges. Dan Ryan Expressway Resurfacing, 31a Street to 670' Street, Steel Slag Polymer Modified Asphalt, CfL was responsible for inspection and documentation of HMA and PCC project materials on this award winning project CTL was also active in the recent major reconstruction of the Dan Ryan, indudinq Inspection and testinq on PCC, HMA, and Soils. CTL Proposal No. EG11175 PCC Testing, various Sidewalks, village of Oak Brook, IL. Page- 4 Calumet Expressway Resurfacing, 190/94, 157 to 180, Steel Stag SMA, CTL was responsible for inspection and documentation of HMA project materials. STV Inc. — I -294 ISITIA Reconstruction /Expansion and addition of Pass Through Tolling, Plains 33, 35, 36 & 39 from I -80 to I -90. CTL performed materials Inspection and coordination including concrete, soils, asphalt and aggregates (on and off site). CTL successfully supported an Inexperienced client through all phases of materials and construction inspection, at times providing as many as 8 technicians to cover all the activity on the project site. MACTEC — I -90 ISTHA Reconstruction /Expansion and addition of Pass through Tolling, Plains 16 & 19. CTL performed materials coordination and management and inspection including concrete, soils, asphalt, aggregates (on and off site) and structural steel for Bridges C7L was integral In woddny with the ISTHA, through our dlerr4 in ensuring all structural steel manufacturer testing was completed in a Gmety, efiident fashion even when the Illinois DOT was unable to pro vide dris testing. IDOT — PTs 142 -02, 135412, 128 -06, 113 -19, etc as an IDOT consultant providing various/various type inspection and bituminous mixture designs directly for the Illinois DOT. Tasks have included: aggregate plant sampling, testing and inspection, hot mix asphalt plant site and field inspection, Portland cement concrete, precast concrete structure inspection, and other laboratory and field testing, including complex mixture designs (SMA, Fractionated RAP, Sand Ma Leveling, etc). CTL's work resulted in several IDOT policy changes from research and development completed on specialty mixes, including Sand Mix Leveling, Stone Matrix Asphalt, Polymer Mixes and other HMA. • CTL is providing QA materials testing and inspection services for City of Naperville for last three (3) years. CTL is responsible for documentation of all HMA, PCC, micro- surfacing testing and inspection for the city. CTL has provided QA materials testing and inspection services for City of Des Plaines for 2009/2010 MFT and Street Resurfacing projects. CTL was responsible for providing QA management, taking asphalt core samples throughout the city, concrete testing, HMA testing and inspection in field and laboratory and providing geotechnical engineering services. • CTL has completed its 5'" year with Village of Northbrook, providing QA materials testing services similar to the services requested by your office. In addition to above mentioned projects, CTL has also successfully completed Quality Control /Quality Assurance material testing for hundreds of MFT Projects in Dolton, Alsip, Palos Hills, Crete, Matteson, Dixmoor, Flossmoor, Riverdale, Lansing, Glenwood, Homewood, Aurora, and Grundy County. CTL was responsible for asphalt and concrete inspection on each of these projects, and continues to be the firm of choice for local QC /QA projects CTL Proposal No. EGi 1175 PCC Testing, Various Sidewalks, Village of Oak Brook, IL Page- 5 FIELD TESTING SERVICES CTL is aware of the need for constant communication between the Village and the consultant for this project, and our approach for project completion addresses this need. Our recent "Good/ Excellent' and "Good" evaluations for our work done under IDOT, District One Quality Assurance contracts, and our continued selections for IDOT, ISTHA, County, and City projects, reflects our commitment to excellence and our understanding of the communication and commitment required on similar assignment types. CTL is completely equipped to test and analyze asphalt, concrete, soils, structural steel, and other construction materials. CTL's technicians are certified and skilled in all aspects of field construction testing, from soil density to interstate paving inspection. CTL is qualified in performing geotechnical investigation, evaluation, and report writing in the state of Illinois and has successfully completed numerous projects in the past of various scope and scale. For projects of this magnitude,.CTL typically assigns: • Project Technicians- for day to day testing and observation activities at the project site, daily reports are completed by the technician and include time on site and a summary of the technician's observations. Reports should be available for review and signing by the client on site representative. Project technicians will be IDOT certified at the following levels depending on project requirements: Level II PCC Technician. • Project Manager /Engineer- for review of all technician activities, observations, and reports, and available for support on issues when the technician or client may need it. Responsible as primary contact to coordinate with client, contractors and resident engineer for testing scheduling and other project aspects. • Secretary- for documentation preparation and submittal to the client and allocated recipients. • We have the ability to provide back -up equipment within one hour in the event of testing equipment malfunction or failure. PROJECT OVERVIEW AND SCOPE Our scope of work for above mentioned Quality Assurance (QA) project may consists of plant, lab and field testing and inspection of concrete. We have provided the cost for field materials testing services based on the testing frequency provided by your office. Following is a summary of our involvement on typical QA Materials Testing project: CTL Proposal No. EG11175 PCC Testing, Various Sidewalks, Village of Oak Brook, IL. Page- 6 Portland Cement Concrete Testing a. In the field — perform split testing with QC personnel for slump and air content. Cast split cylinder specimens for laboratory compressive strength testing with results to compared with QC's on available. b. Complete and submit daily reporting of above observations and test comparison results. IL Laboratory Services a. Provide compressive strength testing of concrete cylinders Reporting will be completed and forwarded as required by the specifications, in standard MOT format, with originals kept on file and copies submitted to Client, unless otherwise requested. Testing frequencies and procedures will be according to the project specifications and/or other governing documents, or as agreed with a Village of Roselle representative. UNION AFFILIATIONS Chicago Testing Laboratory, Inc. technicians have chosen to be represented by the IUOE Local 150 materials testers union. The recent addition of this bargaining agreement is reflected in the pricing and provisions shown in this proposal. CTL recommends using union technicians on all of your projects to eliminate any potential labor disputes or work stoppages. Prevailing wages are required for all area public projects, so why take a chance with using nonunion labor? ESTIMATED COST Based on the anticipated QA testing frequencies, we estimate that a budget of $4,938.00 will be sufficient to cover the costs associated with testing and management of the project. CTL will bill only for hours and tests performed. Only actual time spent on the project will be invoiced at the provided rates. See attached for itemized breakdown of the cost estimate. Our unit rates are based on a normal 8 -hour workday within the standard working hours of 7:00 am to 5:00 pm, with overtime after 8 hours per day, on Saturday, and outside of standard working hours. Overtime will be invoiced at a rate of 1.4 times the normal hourly rate. Sunday and Holidays will be invoiced at a rate of 2.0 times the normal hourly rate. Project and plant site visits will be subject to a 4 hour minimum. Technician scheduling is expected to occur by office call or fax before 3:00 pm on the business day prior to the site visit, and should be completed in addition to the onsite technician being notified to ensure scheduling completion. Calls received on the same day may be cause for delay in scheduling and subject to immediate overtime rate for that day. Any changes in CTL Proposal No. EG11175 PCC Testing, Various Sidewalks, Village of Oak Brook, IL. Page- 7 technician scheduling not completed 2 hour prior to the shift start will be subject to any applicable project daily minimums. UNTT RATES (Union) SCHEDULE OF FEE AND UNIT RATES Unit Rate Hours Description (flhr or Slung) or Total Units PCC I Technician (Field -8 days, 4hr /day) Union Rate Technician (Prevailing Wage] PCC Level I Technician $90.00/hr Cylinder Pick Up (no 4 hr minimum) $70.00 /trip Overtime Charges (Standard) 1.4 x Rate Overtime Charges (Sunday/Holiday) 2.0 x Rate Night Differential 10 % x Rate Mileage $0.60 /mile Engineering Review 32 Project Manager $95.00/hr Laboratory Testing.*dormed duriqg std business hny $95.00 Compressive Strength Testing of Cylinders $17.00 /each Flexural Strength Testing of Beams $55.00 /each SCHEDULE OF FEE AND UNIT RATES Unit Rate Hours Description (flhr or Slung) or Total Units PCC I Technician (Field -8 days, 4hr /day) $90.00 32 $ 2,880.00 Cylinder Pickup (per trip) $70.00 8 $ 560.00 Vehicle Charge (40 miles/day @ 16 days) $0.60 640 $ 384.00 Compressive Strength Cylinder Testing $17.00 32 $ 544.00 Project Manager $95.00 6 $ 570.00 Estimated Total $ 4,938.00 CTL Proposal No. EG11175 PCC Testing, Various Sidewalks, Village of Oak Brook, IL. Page- 8 fie• Chicago Testing Laboratory, Inc. 30w114 Ytl fivatl. we 8. 80665 p 830.393.C1L1 1 830.383..!9] 16000 6pual'AelOnna 60se1, Thvm[on, IL fiO4]8 p 708.877.1901 t ]08.6)].89]8 South Y itanno. 134816tlae A.. ak Gntve V81eye. IL 60007 p 84].128.10]9 1 84].218.0638 R 0. 0. 3346, Je6,S I9 60494 a 630.680.4484 1830.680."64 www•rJiea6o[e,t gY0.cam r41111Ee41811 Testis I 9' nspaetion • Training • Consulting • aseserch • Gevtachnival infaQ?cNaa6ple,tl[ple6.van ACCEPTANCE CTL Proposal No. EG11175 Reference: Quality Assurance (QA) — PCC Testing & Inspection Services Various Sidewalks, Village of Oak Brook, Illinois Estimated Cost $4,938.00 (see attached cost estimate sheet) Please sign and return this acceptance form as your agreement to proceed with the scope of work as indicated. By signing this form, you agree to remit payment to CTL at the rates listed in the referenced proposal. Company Name: n I:,- rl�' Contact Name: d�„ Address: Telephone Number: Fax Number: Signature:�� Date: CTL Proposal No. EG11175 PCC Testing, Various Sidewalks, Village of Oak Brook, IL. Page- 9 401PIGENERAL CONDMONS an pollec"movilmiq Wbndrqm tat ot*, ar mVmr "*WrzMmj. vm may .abtaln %a aemm of aepn1a60e suLimaWa�ers Lo per�rm mrR sarai_ ACCESSTOVIS UrAsav9Wrwt:=, agised ft Chant wm fnrnhh ea wuh Ty,$ei-4+nziss t0 fFas me is aras 1* mud= the phu!md M1 We Wilt tafm r xmmihm pecautiom to mWxvW dwuW ip the zft den to- maw bee base an Inthaled in t®u fee the- tort C alms omma of arW elaaeagie fntghheg furs ibe bpefaftL vrow lint desires, we wIl maw* aw &mwotalba ahpmn'd add" crag urreouratim to the fm: W® ureWdai. Warklaorirs Comperasapan bmwaeae. Wwranpiarets Lirmky tamumce N rm iiu n m wilb srom fee- In addkfiee are mat a tmnprehannn Gm w* twulky fp,$aarrcw sad J ommah* 1Jg OW Wstlea m wft bed*f movy. qllisnit 540 1p each uatmrsaaecp 3 ag qg* and 9ruipm-r1]t &mqgm ;limit tJ.WkAW sadtao mmm.0 :Cm4m amigittel. Within tie tmft of sole bmwalm we alpee in he>h1' the dient hamdesa frmm and sy{ati a llclr. damayer refecy, ar Ilabdgr arWaS &MC* (Vaal the ' amasraml!» aces- oEmlaseFr�oAdaurentpt�rss: f# she c@gr4 Waded- gicaler rmapmsihay e- ica�eea fealt+vhli+riaeex aareragA, qro ff sPadmaIIV m dltscaed, WE tAe mt admuend iei/aorlre dd Pea<+a'afd5lmpmtacSrQae tlseeNS�Peae>;ii We Omit not be mWormlWe Ise p mpndV Opum a frmu son Gmcm fayhArig fie and naWmhm!. herald 1im amamrYs sad msei>$a nfate ha:eeaere- CTL Proposal No. EG11175 PCC Testing, Various Sidewalks, Village of Oak Brook, IL. w4fm anupucdom In perib mag am pmfetsiuml mn*mr, we WWI ugo the dav= of cue ana skill Om%x* =wd,&L under sbnl6tr dm mataeom by apida6k mrmrhers; of aw pro[esrbw pMACne=in 9Jsa same or simlhar Imul*j. No ~ vWr7arar, e0Ou ss IaVlled, is made ar tumm ad try d* pespmla ful, oaiwlldng zerrJia or by fraukhlrg oral or wr"rx regemts dF" xu*W nom, Its *great tW the thkrlt willgmel mW and A ila3IKV. Shim for 'dam,gm fta aF'dedamse w w W Im ffiuled 2007H am at am== for mW d'mIM dWIat mice, amfrdaar vr pmF n ngglAym m to a lum net W gAzod.$3OAO6. mr Om Ord- ur a r fees. which aeririmil m.. 1MlOm ?mgteid invalces tens fla suhaeihref to the ant Nemd it v4 a Viii hill wA be tubmthed wean com*fbars. 9F the .vmI m. Ammicm wee sbcw dulqpex ha dii<emrd pamo met aed a WWW dame A. nmac 4rm*O neprme m of charges aw will tie psastided 4 dfentrs tegmat, b$ each fwmlrie is dm an Pr WUbr tatr sad IF Pad dm 434 d;4% Gom Wxdm dmz Oka agrees Im PR a till= rho rF I Im Pr must{`; W em umbnam ran Ammidd br 6mvan Part doe mcum m, the diget''sr&le�tien w pay far the tlmri mrdramcd is in W WqT dePm&Wt urn" da shat';awKy'ar uWiahs iktmi*, mamin , npproyat of W mesamtki ar Finaw mv ate, eA Opma ft diews-suouchFui GXbp%dWR4 fdee Pmlal =- VANT Tf?PWi.tNYf 1M%AS OM Page- 10 Outline Prepared For: Engineering Resource Associates 35701 West Ave Suite 150 Warrenville, IL 60555 Attn: John Mayer Prepared By: FRS Design Group (FRS) 2901 International Lane Suite 200 Madison, WI 53704 Mr. Dan Feick Date: December 7, 2011 Project: Irrigation Design /Consulting Services East 22nd Street - Phase 2 Construction Administration /Site Observations Oak Brook, IL 2901 International Lane - Suite 200 - Madison, WI 53704 P 608.442.5130 - F 608.242.1299 www.frsdesign.com Part 1 Submittal Review & Construction Administration FRS will review all contractor product submittals related to the irrigation for conformance and approval. FRS will also work with the on -site construction supervisor in reviewing the irrigation installation. This will include reviewing on -site photos and answering any irrigation related questions that may arise during construction. Part 2 Construction Observation FRS will be on -site one time (1) during the installation of the system. We will provide construction observation services to review that the system is installed per the design. FRS will require that a representative from the irrigation contractor is present during the review process. This allows us to immediately discuss field changes. FRS will report on construction progress, quality and conformance of the work. The visits will be billed on a per trip basis. Visits during construction (1) visit scheduled If additional site observations are required for some unforeseen reason, they will be billed per the site observation rate in Part 2. Fee Proposal Part 1 Submittal Review $600.00 Part 2 Construction Observation On -site time Travel time Mileage Prepare Observation Report Per trip fee $900.00 1 Site Observation Trip $900.00. Total Proposal. $1500.00 On behalf of FRS, I would like to thank you for the opportunity to provide you with our proposal for irrigation design services. Acceptance of proposal: gineering Re urces Associates Date FRS Desi n coup IZ,-7 -rl Date Personnel: December 12, 2011 Hourly Rates of FRS Design Group Dan Feick ................. ............................... [7a $95.00/hr President, Irrigation consultant FRS Design Group Federal ID #26- 0310285 2901 International Lane • Suite 200 • Madison, WI 53704 P 608.442.5130 • F 608.242.1299 www,frsdesign.com