Loading...
Construction Engineering Services Agreement for Federal Participation for Harger Rd. Multi-Use Path and Water Main Project Local Public Agency Consultant Lffho01S D@partlrmt Christopher B Burke Engineering, Village of Oak Brook 0 &of Rai C Ltd County C 0 Address DuPa e A N 9575 W Higgins Road Suite 600 Section L S City 19-000-50-00-BT U Rosemont Project No. A Construction Engineering L State Services Agreement IL Job No. E For A Zip Code C-91-125-20 Federal Participation 60018 Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Doug Patchin; 630.368.5270 C T Orion Galey; 847.823.0500 dpatchin@oak-brook.org Y ogaley@cbbel.com THIS AGREEMENT is made and entered into this day of t,L� , 2020 between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professionel engineering services in connection with the PROJECT described herein. Federal-aid funds allotted to the LPA by the state of Illinois under the general supervision of the Illinois Department of Transportation(STATE)will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean: Regional Engineer Deputy Director Division of Highways, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the 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 Project Description Name Harger Rd Multi-Use Path&WM Project Route 1445 Length 0.21 mi Structure No. N/A Termini 180'west of Salt Creek to Yorkshire Woods Rd Description: Construction of multi-use hot-mix asphalt pathway,pedestrian bridge, boardwalk, retaining wall,grading, drainage work and water main construction. Agreement Provisions 1. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT hereinbefore described and checked below: ® a. Proportion concrete according to applicable STATE Bureau of Materials and Physical Research(BMPR)Quality Control/Quality Assurance(QC/QA)training documents or contract requirements and obtain samples and perform testing as noted below. ® b. Proportion hot mix asphalt according to applicable STATE BMPR QC/QA training documents and obtain samples and perform testing as noted below. ❑ c. For soils,to obtain samples and perform testing as noted below. ❑ d. For aggregates,to obtain samples and perform testing as noted below. NOTE: For 1a.through 1d.the ENGINEER is to obtain samples for testing according to the STATE BMPR"Project Procedures Guide",or as indicated in the specifications,or as attached herein by the LPA;test according to the STATE BMPR"Manual of Test Procedures for Materials",submit STATE BMPR inspection reports;and verify compliance with contract specifications. Page 1 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/28/2020 6:11:58 PM ® e. Inspection of all materials when inspection is not provided at the sources by the STATE BMPR,and submit inspection reports to the LPA and the STATE in accordance with the STATE BMPR"Project Procedures Guide"and the policies of the STATE. ❑ f. For Quality Assurance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes. ® g. Inspect, document and inform the LPA employee In Responsible Charge of the adequacy of the establishment and maintenance of the traffic control. ❑ h. Geometric control including all construction staking and construction layouts. ® i. Quality control of the construction work in progress and the enforcement of the contract provisions in accordance with the STATE Construction Manual. ® j. Measurement and computation of pay items. ® k. Maintain a daily record of the contractor's activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. ® I. Preparation and submission to the LPA by the required form and number of copies,all partial and final payment estimates,change orders, records,documentation and reports required by the LPA and the STATE. ® m. Revision of contract drawings to reflect as built conditions. ® n. Act as resident construction supervisor and coordinate with the LPA employee In Responsible Charge. 2. Engineering services shall include all equipment,instruments,supplies,transportation and personnel required to perform the duties of the ENGINEER in connection with the AGREEMENT. 3. To furnish the services as required herein within twenty-four hours of notification by the LPA employee In Responsible Charge. 4. To attend meetings and visit the site of the work at any reasonable time when requested to do so by representatives of the LPA 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 LPA. 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 LPA employee In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work completed to date. Such invoices shall represent the value,to the LPA of the partially completed work, based on the sum of the actual costs incurred, plus a percentage 7. (equal to the percentage of the construction engineering completed)of the fixed fee for the fully completed work. 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 8. perform the services enumerated herein. 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 LPA. Should any damage to persons or property result from the ENGINEER's error,omission or negligent act,the ENGINEER shall indemnify the LPA,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 LPA. 9. That the ENGINEER will comply with applicable federal statutes,state of Illinois statutes, and local laws or ordinances of the LPA. 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 firm or person in connection with carrying out the AGREEMENT or Page 2 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/28/2020 6:11:58 PM c) paid,or agreed to pay any firm,organization or person(other than a bona fide employee working solely for me or the above ENGINEER)any fee,contribution, donation or consideration of any kind for,or in connection with, procuring or carrying out the AGREEMENT. d) are not presently debarred,suspended, proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; e) have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal,State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery,falsification or destruction of records, making false statements or receiving stolen property; f) are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph(e)of this certification;and g) have not within a three-year period preceding this AGREEMENT had one or more public transactions(Federal,State or local) terminated for cause or default. 11. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 12. To submit all invoices to the LPA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 13. To submit BLR 05613, Engineering Payment Report,to the STATE upon completion of the work called for in the AGREEMENT. 14. To be prequalified with the STATE in Construction Inspection when the ENGINEER or the ENGINEER's assigned staff is named as resident construction supervisor. The onsite resident construction supervisor shall have a valid Documentation of Contract Quantities certification. 15. Will provide,as required, project inspectors that have a valid Documentation of Contract Quantities certification. II. THE LPA AGREES, 1. To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services. 4. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT,on the basis of the following compensation formulas: Cost Plus Fixed Fee Formulas ❑ FF=14.5%[DL+ R(DL)+OH(DL)+IHDC],or ® FF= 14.5%[(2.3+R)DL+ IHDC] Where: DL=Direct Labor IHDC= In House Direct Costs OH=Consultant Firm's Actual Overhead Factor R=Complexity Factor FF=Fixed Fee SBO=Services by Others Total Compensation= DL+IHDC+OH+FF+SBO Specific Rate ❑ (Pay per element) Lump Sum ❑ 5. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: Page 3 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/28/2020 6:11:58 PM ❑ 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 LPA,monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to 90%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50%of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA,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 LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA 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 LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment—Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and STATE,a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 6. The recipient shall not discriminate on the basis on the basis of race,color, national origin or sex in the award and performance of any DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT- assisted contracts. The recipient's DBE program,as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program,the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C.3801 et seq.). 7. To submit approved form BC 775(Exhibit C)and BC 776(Exhibit D)with this AGREEMENT. 8. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Local Government Professional Services Selection Act 50 ILCS 510,the Brooks Act 40USC 11, and Procurement,Management, and Administration of Engineering and Design related Services(23 CFR part 172). Exhibit C is required to be completed with this agreement. III. It is Mutually Agreed, 1. That the ENGINEER and the ENGINEER's subcontractors will maintain all books,documents, papers,accounting records and other evidence pertaining to cost incurred and to make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT,for inspection by the STATE,Federal Highway Administration or any authorized representatives of the federal government and copies thereof shall be furnished if requested. 2. That all services are to be furnished as required by construction progress and as determined by the LPA employee In Responsible Charge. The ENGINEER shall complete all services specified herein within a time considered reasonable to the LPA,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 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. 4. That this AGREEMENT may be terminated by the LPA upon written notice to the ENGINEER, at the ENGINEER's last known address,with the understanding that should the AGREEMENT be terminated by the LPA,the ENGINEER shall be paid for any services completed and any services partially completed. The percentage of the total services which have been rendered by the ENGINEER shall be mutually agreed by the parties hereto. The fixed fee stipulated in numbered paragraph 4d of Section II shall be multiplied by this percentage and added to the ENGINEER's actual costs to obtain the earned value of work performed. All field notes,test records and reports completed or partially completed at the time of termination shall become the property of,and be delivered to,the LPA. 5. That any differences 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. Page 4 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/28/2020 6:11:58 PM 6. That in the event the 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 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 LPA. 7. 'that the ENGINEER has not been retained or compensated to provide design and construction review services relating to the contractor's safety precautions,except as provided in numbered paragraph 1f of Section I. 8. This certification is required by the Drug Free Workplace Act(301LCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to,suspension of contract or grant payments,termination of a contract or grant and debarment of contracting or grant opportunities with the State for at least one(1)year but no more than five(5)years. For the purpose of this certification,"grantee"or"contractor"means a corporation,partnership or other entity with twenty-five(25)or more employees at the time of issuing the grant,or a department,division or other unit thereof,directly responsible for the specific performance under a contract or grant of$5,000 or more from the State,as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a) Publishing a statement: (1) Notifying employees that the unlawful manufacture,distribution,dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that,as a condition of employment on such contract or grant, the employee will: (A) abide by the terms of the statement;and (B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5)days after such conviction. (b) Establishing a drug free awareness program to inform employees about: (1) the dangers of drug abuse in the workplace; (2) the grantee's or contractor's policy of maintaining a drug free workplace; (3) any available drug counseling, rehabilitation and employee assistance program;and (4) the penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting or granting agency within ten(10)days after receiving notice under part(B)of paragraph(3)of subsection(a)above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on,or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is convicted, as required by section S of the Drug Free Workplace Act. (f) Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 9. The ENGINEER or subconsultant shall not discriminate on the basis of race,color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT-assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination this AGREEMENT or such other remedy as the LPA deems appropriate. 10. When the ENGINEER is requested to complete work outside the scope of the original AGREEMENT,a supplemental AGREEMENT will be required.Supplements will also be required for the addition or removal of subconsultants,direct costs,the use of previously unspecified staff, and other material changes to the original AGREEMENT. Page 5 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/28/2020 6:11:58 PM Agreement Summary Prime Consultant: I TIN Number Agreement Amount [Christopher.B Burke Engineering,Ltd 136-3468939 $183,994.00 Sub-Consultants: TIN Number Agreement Amount Material Solution Laboratory 20-5755513 $9,368.00 Sub-Consultant Total: 9,368 Prime Consultant Total: $183,994 Total for all Work: $193,362 Executed by the LPA: Oak Brook (Municipelityrrownship/County) By: BY: Clerk Title: G F 04* Executed a 4 `}q Christopher B Burke Engineering,Ltd By: By: ` '' Title: Notary -( � Title: President ENOTARY OFFICIAL SEALELLE M. MALCZEWSKI PUBLIC, STATE OF ILLINOISCommission Expires 07/12/2020 Page 6 of 9 BLR 05611(Rev.11109/17) Printed on 2/2812020 6:11:58 PM lsmis p Engineering Payment Report Of Tran rta ion (Submit with Final Invoice) Prime Consultant Name Christopher B Burke Eng, Ltd Address 9575 W Higgings Rd, Ste 600 Telephone 847.823.0500 TIN Number 36-3468939 Project Information Local Agency Oak Brook Section Number 19-00050-00-BT Project Number CIWE(834) Job Number C-91-125-20 This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty of law for perjury or falsification, the undersigned certifies that work was executed by the Sub-consultant for the amount listed below. Sub-Consultant Name TIN Number Actual Payment from Prime Material Solutions Laboratory 20-5755513 Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed: Signature and title of Prime Consultant Date Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above. For information about IDOTs collection and use of confidential information review the department's Identity Protection Policy. Page 8 of 9 BLR 05611 (Rev.11/09/17) Printed on 2/28/2020 6:11:58 PM Exhibit C Federal Qualification Based Selection (OBS) Checklist Local Public Agency Oak Brook Section Number 19-00050-00-BT Project Number CIWE(843) Job Number C-91-125-20 The LPA must complete Exhibit C, if federal funds are used for this engineering agreement and the value will exceed$25,000. The LPA must follow federal small purchase procedures,if federal funds are used and the engineering agreement has a value less than $25,000. ❑ Form Not Applicable(engineering services less than$25,000) 1. Do the written QBS policies and procedures discuss the initial administration (procurement, management, and administration)concerning engineering and design related consultant services? ❑Yes ❑ No 2. Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and specifically Section 5-5.06(e)of the BLRS Manual? ❑Yes ❑ No If no, IDOT's approval date: 3. Was the scope of services for this project clearly defined? ®Yes ❑ No 4. Was public notice given for this project? ❑ Yes ❑ No Due date of submittal: 06/15/2017 Method(s) used for advertisement and dates of advertisement:The Village of Oak Brook selected CBBEL for Phases I II & II in June of 2017 prior to the re uirement of this form. 5. Do the written QBS policies and procedures cover conflicts of interest? ❑Yes ❑ No 6. Do the written QBS policies and procedures use covered methods of verification for suspension and debarment? ❑Yes ❑ No 7. Do the written QBS policies and procedures discuss the method of evaluation? ❑Yes ❑ No Criteria for this project Weighting Criteria for this project Weighting % 8. Do the written QBS policies and procedures discuss the method of selection? ❑Yes ❑ No Selection committee(titles)for this project: Top three consultants selected for this project in order: 1) 2) 3) If less than 3 responses were received, (DOT's approval date: 9. Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ®Yes ❑ No 10. Were negotiations for this project performed in accordance with federal requirements? ®Yes ❑ No 11. Were acceptable costs for this project verified? ®Yes ❑ No ❑ LPA will rely on IDOT review and approval of costs. 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? ❑Yes ❑ No 13. Do the written QBS policies and procedures cover ongoing and finalizing administration of the project (monitoring, evaluation, closing-out a contract, record retention, responsibility, remedies to violations or breaches to a contract, and resolution of disputes)? ❑Yes ❑ No Page 9 of 9 BLR 05611 (Rev. 11/09/17) Printed on 2/28/2020 6:11:58 PM DF-824-039 REV 12/04 PAYROLL ESCALATION TABLE FIXED RAISES FIRM NAME Christopher B.Burke Engineering,Ltd, DATE 04/28/20 PRIME/SUPPLEMENT PTB NO. CONTRACT TERM 12 MONTHS OVERHEAD RATE 129.05% START DATE 1/1/2020 COMPLEXITY FACTOR 0 RAISE DATE 12/1/2020 %OF RAISE 3.00% ESCALATION PER YEAR 1/1/2020 - 12/31/2020 1 1 12 12 100.00% = 1.0000 The total escalation for this project would be: 0.00% Bureau of Design and Environment Printed 4/28/2020 8:58 PM COST PLUS FIXED FEE COST ESTIMATE OF CONSULTANT SERVICES FIRM Christopher B.Burke Engineering,Ltd. DATE 2W-039 Local Agency Village of Oak Brook OVERHEAD RATE 129.05% 2/04 Section 19-00050-00-BT COMPLEXITY FACTOR 0 Project CIWE(834) Job No: C-91-125-20 Cost Plus Fixed Fee 2 14.50%[(2.3+R)DL+IHDCj DBE OVERHEAD IN-HOUSE Outside SERVICES I % DROP REM MANHOURS PAYROLL & DIRECT FIXED Direct BY DBE TOTAL GRAND BOX FRINGE BENF COSTS FEE Costs OTHERS TOTAL TOTAL (A) (B (C) (D) (E F) G) H (B-G Preconstruction Services 46 2,811.78 3,628.60 937.73 7,378.11 3.82% Submittal Review 85 5,286.95 6,822.81 1,763.20 13,872.96 7.187. Construction Observation 750 30,442.50 39,286.05 2,275.00 10,482.45 82,486.00 42.72% Construction Documentation 360 19,794.80 25,545.191 6,601.57 51,941.56 26.90% Project Closeout 160 10,692.80 13,799.06 3,566.05 28,057.91 14.53% Materials OA Testing 0.00 0.00 0.00 9,368.00 9,368.00 4.85% Subconsultant DL 0.00 TOTALS 1401 69,028.831 89,081.71 2,275.00 23,350.99 0.00 9,368.00 0.00 193,104.52 100.00% DBE PREPARED BY THE AGREEMENTS UNIT Printed 4/28/20209:03 PM DF-824-039 REV 12/04 AVERAGE HOURLY PROJECT RATES FIRM Christopher B.Burke Engineering,Ltd. Local Agency Village of Oak Brook Section 19-00050-00-BT DATE 04128120 Project - CIWE(834) Job No: C-91-125-20 SHEET 1 OF 1 PAYROLL AVG TOTAL PROJECT RATES Preconstruction Services Submittal Review Iconstruction Observation Construction Documental Project Closeout HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Av Part. Avg Part. Avg PRINCIPAL 60.00 0 ENGINEER VI 70.00 0 ENGINEER V 66.83 651 46.47% 31.05 38 82.61% 55.21 73 85.88% 57.40 150 20.00% 13.37 230 63.89% 42.70 160 100.00% 66.83 ENGINEER IV 55.12 0 ENGINEER 111 45.84 0 ENGINEER 1/11 34.03 750 53.53% 18.22 8 17.39% 5.92 12 14.12% 4.80 600 80.00% 27.22 130 36.11% 12.29 SURVEY V 60.00 0 SURVEY IV 60.00 0 SURVEY III 58.75 0 SURVEY II* 48.50 0 SURVEY I* 35.83 0 ENGINEERING TECHNICIAN V 60.00 0 ENGINEERING TECHNICIAN IV 52.17 0 ENGINEERING TECHNICIAN III 48.13 0 ENGINEERING TECHNICIAN 1/11* 22.33 0 CAD MANAGER 60.00 0 ASST.CAD MANAGER 51.33 0 CAD 11* 47.25 0 GIS SPECIALIST III 51.00 0 GIS SPECIALIST 1/II* 34.00 0 LANDSCAPE ARCHITECT 58.00 0 ENVIRONMENTAL RESOURCE SPECT 60.00 0 ENVIRONMENTAL RESOURCE SPECT 53.80 0 ENVIRONMENTAL RESOURCE SPECI 41.00 0 ENVIRONMENTAL RESOURCE SPECI 28.00 0 ENVIRONMENTAL RESOURCE TECH 40.00 0 ADMINISTRATIVE* 37.19 0 ENGINEERING INTERN 16.10 0 TOTALS 1401 100% $49.27 46 100.00% $61.13 85 100% $62.20 750 100% $40.59 360 100% $54.99 160 100% 1$66.8J3 PREPARED BY THE AGREEMENTS UNIT Printed 4/28/2020 9:00 PM DF-824-039 REV 12/04 PAYROLL RATES FIRM NAME Christopher B. Burke Engineering, L DATE 04/28/20 PRIME/SUPPLEMENT ESCALATION FACTOR 0.00% CLASSIFICATION CURRENT RATE CALCULATED RAT PRINCIPAL $60.00 $60.00 ENGINEER VI $70.00 $70.00 ENGINEER V $66.83 $66.83 ENGINEER IV $55.12 $55.12 ENGINEER III $45.84 $45.84 ENGINEER 1/11 $34.03 $34.03 SURVEY V $60.00 $60.00 SURVEY IV $60.00 $60.00 SURVEY III $58.75 $58.75 SURVEY II* $48.50 $48.50 SURVEY I* $35.83 $35.83 ENGINEERING TECHNICIAN' $60.00 $60.00 ENGINEERING TECHNICIAN 1 $52.17 $52.17 ENGINEERING TECHNICIAN 1 $48.13 $48.13 ENGINEERING TECHNICIAN 1 $22.33 $22.33 CAD MANAGER $60.00 $60.00 ASST.CAD MANAGER $51.33 $51.33 CAD II* $47.25 $47.25 GIS SPECIALIST III $51.00 $51.00 GIS SPECIALIST 1/II* $34.00 $34.00 LANDSCAPE ARCHITECT $58.00 $58.00 ENVIRONMENTAL RESOURC $60.00 $60.00 ENVIRONMENTAL RESOURC $53.80 $53.80 ENVIRONMENTAL RESOURC $41.00 $41.00 ENVIRONMENTAL RESOURC $28.00 $28.00 ENVIRONMENTAL RESOURC $40.00 $40.00 ADMINISTRATIVE* $37.19 $37.19 ENGINEERING INTERN $16.10 $16.10 PREPARED BY THE AGREEMENTS UNITPrinted 4/28/2020 8:56 PM Subconsultants FIRM NAME Christopher B. Burke Engineering, Ltd. DATE 04/28/20 PRIME/SUPPLEMENT NAME Direct Labor Total Contribution to Prime Consultant Material Service Corporation 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Total 0.00 0.00 �'�q� Direct Costs Check Sheet COMPANY NAME:Christopher B.Burke Engineering,Ltd PTB NUMBER:NA-Harger Road Multi-Use Path and WM Project TODAY'S DATE:4/28/2020 ALLOWABLE ff"rT,7=��� Per Diem (per GOVERNOR'S TRAVEL CONTROL I BOARD) IUp to state rate maximum $0.001 $0.00 (per GOVEF04MS TRAVEL CONTROL BOARD) '•A (Up to$101110 fate maximum} - j $0:00; $0160 Lodging Taxes and Fees Actual cost i I i $0.00 $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) :Coach nft requires minimums two weeks'nye, Alk Fare i =wig prior IDOT approval i $1100; WOO Vehicle Mileage(per GOVERNOR'S TRAVEL f CONTROL BOARD) f Up to state rate maximum i $0.000 $0.00 Vehkie r!o Owned r Leased :$32.0 elf day(4,hours or less)or WA day 3 x 35 $BS. f $2,275,00 Vehicle Rental Actual cost(Up to$55/day) i $0.001 $0.00 Tod ?Actual costj x.06; $0.00 Parking !Actual cost { $0.00i $0.00 Overtime ;Premium portion(Submit supporting documentation) $Gt#Y $0.00 Shift Differential Actual cost(Based on firm's policy) ! $0.00! $0.00 0 "aweRverylPo'atageWAXjriw Service 'AcOW cost(submit supporting documentation) 50.00 $0.00 Copies of Deliverables/Mylars(In-house) Actual cost(Submit supporting documentation) + �44 I $0.00 $0.00 Copies of DeRvorablosAllylara(Outside) Aciliat ems'(Subm*supporting R) i I woo! $0:00 Project Specific Insurance IActual cost I j $0.001 $0.00 Monuments(Permanent) Attua3rx� � $Q 001:. $0.00 Photo Processing Actual cost j j $0.00 $0.00 WAY Radio(Survey or Phase Nt Orly) ;Actual coat' ? $R00 $0.00 i Telephone Usage(Traffic System Monitoring Only) Actual cost $0.001 $0.00 CADD lAo kcal cost(Max$V31hour) I $0.00; $0.00 Web Site (Actual cost(Submit supporting documentation) !` $0.00 $0.00 Advertieemerts Actuai'rxlat(Submit Ming nj I $004; $0:00 4 i I I Public Meeting Facility Rental Actual cost(Submit supporting documentation) j $0.001 $0.00 Pubk Meeting Exiribl&I*r%rungs&Equipment !AMW cost("mfr supporting documerta bon) $0.00; $0.00 ) Recording Fees Actual cost j i $0.00 $0.00 Transcriptions(specific to project) 'Actual cost ? $0.00: $0.00 Courthouse Fees Actual cost $0.001 $0.00 Storm Sewar Cleaning and Televising 'Actual cost(Requires 2-3 quotes with IDOT approval) $000; $0-00 Traffic Control and Protection !Actual cost(Requires 2-3 quotes with IDOT approval) j $0.001 $0.00 Aerial Photography and Mapping ;Actual cost(RegWaes 2-3 quotes with IDOT approval) $0.00 I Utility Exploratory Trenching !Actual cost(Requires 2-3 quotes with IDOT approval) $0.001 $0.00 Testing Of SON Ssmpw Actual Cost i $000 $0,00 i Lab Services' Actual cost(Provide breakdown of each cost) ! i $0.001 $0.00 Equipment angor Specialized Equipment Rental'' Actual cel(Requires 2-3 quotes with IDOT approve!) ; ? $000; $0:00 ! $0.00 $0.00 $0.00: $0:00 $0.06 $0.00 $OaHl $0.00 $0.00! $0.00 WOO! $0.00 $0.00; $0.00 1 $0.00 $0.00 $0.00; $0.00 $D.00: $0.00 'If other allowable costs are needed and not listed,please add in the above spaces provided. LEGEND W.O.=Work Order PRINTED 4/28/2020 ODE 436(Rev.02/02/17) Pr UM B..o amm WWI do GMV VAhW Mods 0917 q Vr.S4746&721f rn:$4748&1711 Mr.Orion Galey,PE April 29,2020 Senior Project Manager Christopher B.Burke Engineering,LTD 9575 W.Higgins Road,Suite 600 Rosemont,IL 60018 RE:Proposal for Construction Material Testing Services for Oak Brook Contract C-91-125-20-MSL Proposal No.4095 Dear Mr.Galey, Material Solutions Laboratory(MSL) is pleased to provide you with our proposal for Construction Observation and Material Testing Services on the above referenced project based on your E-mail Request for Proposal(RFP)dated April 281,2020. MSL is committed to providing you with the same best-in-class service and expertise that we have delivered to the construction industry since our formation in 2007.MSL is an IDOT Disadvantage Business Enterprise(DBE)certified Professional Civil Engineering Firm pre-qualified in Quality Assurance and Quality Control for PCC,HMA,Aggregates and Construction Inspection. MSL has quickly risen to be considered one of the top materials testing firms in Northern Illinois by providing consistently accurate and timely submission of all required reports, and by providing highly experienced field technicians that are professionally qualified to perform the required task. We have a fully equipped laboratory which is accredited by IDOT, AASHTO, CCRL and ACI. The management team of MSL has extensive experience in engineering consulting and material testing services to various public and private agencies throughout the Chicagoland region, including the Illinois Department of Transportation, the Illinois State Toll Highway Authority,and the City of Chicago Department of Transportation. Our personnel have a variety of qualifications and experience to satisfy your testing needs including IDOT PCC Level MIMI,IDOT HMA IIII/III,IDOT S-33 Geotechnical Field Testing,PCI Level UII,IDOT Aggregate Technician and AWS-CWI Technician.Our field representatives are signatory to the International Union of Operating Engineers,Local 150.We will make the necessary staff available to provide the specified coverage as required to proceed with construction.We have also provided our unit rates for professional services. Based on the scope of services described in this proposal and our assumptions,our estimated budget is$9,369.00• If this proposal is acceptable,please have an authorized representative of Christopher B.Burke Engineering,Ltd execute the proposal and return the signed page to MSL.If you have any questions or comments,please contact us at(847)466-7216.We look forward to being part of the construction team. Respectfully, Responsible for Payment and Accepted by: MSL Corporation Signature: Name: Orion Galey (Please Print or Type Name) Title: Senior Project Manager (Please Print or Type Title) Daniel Tiltges,P.E. President Page 11 Oak Brook—C-91-125-20 MSL Proposal No. 4095 April 29,2020 BUDGET COST PROPOSAL FOR CONSTRUCTION OBSERVATION AND RELATED FIELD AND LABORATORY TESTING SERVICES FOR OAK BROOK CONTRACT C-91-125-20 MSL PROPOSAL NO.4095 Scope of Services Below we have provided the scope of services we will provide on this project based on the description provided. Services not listed or that are requested during the project can be quoted upon request. Task A—Earthwork,Foundation and Utilities During earthwork operation,we propose to perform the following services while present on-site: ➢ Verify soil conditions and compare to the soil bearing strata recommended in the Geotechnical reports. ➢ Observe subgrade soil at design elevation or prior to fill placement to evaluate if unsuitable soils, organics, topsoil, or other materials determined to be unsuitable have been stripped. ➢ Perform proofrolling for evidence of deflection and/or rutting and provide recommendation to improve unstable or unsuitable soil. ➢ Obtain from the project site samples of the proposed fill,backfill and aggregate base course for laboratory testing consisting of a Standard Proctor in accordance with ASTM D698. ➢ Perform in-place density testing of the engineered fill during backfilling using a nuclear moisture-density gauge,provide stability testing using a Dynamic Cone Penetrometer(DCP). Task B-Cast-in-Place Concrete During cast-in-place concrete operations,we propose to provide a Technician to perform the following services: ➢ Review ready-mix truck ticket for approved concrete mix number. ➢ Test the slump of fresh concrete for each set of cylinders cast. ➢ Verify the air content for each set of cylinders cast for air entrained mixtures. ➢ Record concrete and ambient temperatures at placement time for each set of cylinders cast. ➢ Make appropriate number of sets of cylinders for compressive strength testing. ➢ Field cure the cylinders according to specifications, pick the cylinders up, and laboratory cure in a moisture-controlled environment until the specified break date. ➢ Obtain cores from shotcrete panels for the swimming pool for compressive strength testing. ➢ Our representative will check the mild steel reinforcement for bar size,length,splices,number of bars,and overall configuration and compare to approved shop drawings.(If applicable) Page 12 Oak Brook—C-91-125-20 MSL Proposal No.4095 April 29,2020 Task C—Bituminous Concrete Pavement During subgrade preparation,pavement base course and bituminous concrete installation,our field representative will perform the following while present on-site: ➢ Observe proofrolling of the subgrade and provide recommendations for improving subgrade if areas of excessive pumping and/or rutting are observed prior to placement of fill or aggregate base course. ➢ Perform in-place density tests on the aggregate base course.Testing will be performed using conventional nuclear moisture-density gauge at the frequency required in the specification. ➢ Check the loose lift thickness of the bituminous concrete during placement. ➢ Check the delivery and mat temperature of the bituminous concrete mixes during paving operations. ➢ Estimate degree of compaction of the bituminous concrete mixture using a nuclear-density gauge. Project Management and Reporting Our field representative will prepare handwritten Daily Field Reports for each site visit for the project manager to review and data will be compared to project documents.A final typed written report with the necessary attachments and field photos will be submitted within 24 hours to the project team by one of MSL's Staff Engineers.During construction,our team will also review and transmit subsequent laboratory reports. Budget Estimate Hours) Units) Days Day Hours Rate Cost Task A-Earthwork, Foundation and Utilities Soils Technician 2 8 16 $ 118.00 $ 1,888.00 Standard Proctor 1 $ 250.00 $ 250.00 Nuclear Density Gauge 1 $ 50.00 $ 50.00 Vehicle Expense 2 $ 65.00 $ 130.00 Sub Total $ 2,318.00 Task B-Cast-in-Place Concrete Concrete Technician 6 4 24 $ 118.00 $ 2,832.00 Concrete Compressive Strength 36 $ 30.00 $ 1,080.00 Sample Pick-up 6 $ 100.00 $ 600.00 Travel Expenses 6 $ 65.00 $ 390.00 Sub-Total $ 4,902.00 Task C-Bituminous Concrete Pavement HMA Technician 1 8 8 $ 118.00 $ 944.00 Core Density 5 $ 78.00 $ 390.00 Nuclear Density Gauge 1 $ 50.00 $ 50.00 Travel Expenses 1 $ 65.00 $ 65.00 Sub-Total $ 1,449.00 Project Management and Reporting Project Management 8 0.5 4 $ 175.00 $ 700.00 Sub-Total $ 700.00 Project Estimate $ 9,388.00 Page 13 Oak Brook-C-91-125-20 MSL Proposal No. 4095 April 29,2020 RATE SHEET FOR FIELD TESTING, INSPECTION & LABORATORY SERVICES 2020 Personnel Principal Engineer $ 175.00 Hour Project Engineer $ 135.00 Hour Administrative Assistant $ 70.00 Hour Material Technician (PCC/HMA/SoiVAggregate) $ 118.00 Hour Structural Steel/Welding Inspector $ 130.00 Hour Laboratory/Field Services Nuclear Density Gauge $ 50.00 Day Sample/Cylinder Pick-Up Charge $ 100.00 Set Technician Trip Charge $ 65.00 Trip Proctor(ASTM T99 or ASTM T180) $ 250.00 Each Hydrometer(AASHTO T-88) $ 175.00 Each Specific Gravity(ASTM D-854) $ 75.00 Each Atterberg Limits(ASTM D4318) $ 175.00 Each Concrete Cylinders(ASTM C39) $ 25.00 Each PH of Soils(AASHTO T-289) $ 100.00 Each Grout Cubes(ASTM C109) $ 25.00 Each Washed Gradations (ASTM C136) $ 160.00 Each PGE Testing $ 275.00 Each HMA Voids $ 450.00 Each HMA AC Content-Ignition (ASTM D2172) $ 225.00 Each HMA AC Content-Reflux(ASTM D2172) $ 275.00 Each HMA AC Content-Reflux w/RAS(ASTM D2172) $ 325.00 Each Core Density(ASTM D2726) $ 78.00 Each HMA/PCC Coring Machine(Mobilization) $ 250.00 Day QC Plans $ 250.00 Each QC Amendments $ 50.00 Each Notes: 1. Material Solutions Laboratory(MSL)charges the hourly rate for the actual travel time from its lab located in Elk Grove Village to/from the job site. 2. A minimum of 8 hours on site will be billed to the client.All minimums include travel time. 3. Unit Rates are for a normal 8-hour workday with overtime after 8 hours per day and on Saturday.Overtime will be invoiced at 1.5 times the normal hourly rate. 4. Any night work will be subject to a+10%shift differential. 5. Please give 24 hours'notice to schedule a technician(630-283-0585,browne@msl-corp.com). 6. In the event of cancellation of field work for reasons other than weather related,please give 24 hours'notice. 7. If field cured concrete cylinders are required,the contractor is responsible for providing appropriate field cure conditions according to AASHTO T23 or associated ASTM standard C31. Page 1 4 03 CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 W Higgins Road,Suite 600 Rosemont, Illinois 600184920 Tel(847)823-0500 Fax(847)823-0520 Route: FAU 1446 Harger Rd Local Agency: Village of Oak Brook Section No.: 19-00050-00-BT Project No.: CIWE(834) Job No.: C-91-125-20 County: DuPage SCOPE OF SERVICE The Village of Oak Brook has initiated a project requiring Phase III Professional Engineering Services by Christopher B. Burke Engineering, Ltd. (CBBEL) for the proposed pedestrian bridge, board walk, and a new water main which will extend from west of Salt Creek to Yorkshire Woods Road. The bridge will be on Village of Oak Brook and Forest Preserve property. The bridge will be 1 span with a boardwalk structure spanning the wetlands, the remainder will be an HMA path. The bridge structures will be prefabricated steel truss bridges with a concrete deck. CBBEL will serve as the Village's representative during the entire duration of the construction project. The following scope is to be performed by CBBEL throughout the project duration. 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 IDOT. Task II Submittal Review CBBEL staff will review shop drawings and submittals for the bridge structure, boardwalk approach, 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. CHRISTOPHER B. BURKE ENGINEERING, LTD. 9575 W Higgins Road,Suite 600 Rosemont, Illinois 60018-4920 Tel(847)823-0500 Fax(847)823-0520 Task III Construction Observation Observation 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 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(DOT'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. 5. Review and coordinate response to any RFI from the Contractor in a timely manner and maintain a separate file for each request. N:\OAKBROOK\160597.00024\Admin\CELS\05_Scope_Harger Rd MultiUse Path and WM.docz 2 CHRISTOPHER B. BURKE ENGINEERING,LTD. 9575 W Higgins Road, Suite 600 Rosemont, Illinois 60018-4920 Tel(847)823-0500 Fax(847)823-0520 Task V Project Closeout Prepare Punchlist CBBEL staff will prepare and distribute the final punchlist to all parties and verify when completed. Final Documentation: ■ Final documentation, IDOT audit, and project closeout with Village of Rosemont and IDOT. ■ Final mark-up of record drawings(redlines). Task VI Materials OA Testing The Contractor will be required to provide the Quality Control (QC) Testing required by the plans and specifications. The Phase III Engineering Services will be required to provide the subsequent Quality Assurance(QA)Testing. The testing requirements and frequency of testing will be as required and outlined in the IDOT Manual for Materials Testing Inspection and Procedures. Materials Testing will be performed by Testing Service Corporation. N:\OAKBROOK\160597.00024\Admin\CECS\05_Scope_Harger Rd MUIbUse Path and WM.docx 3 ilS Local Public Agency Resident Of Tra qP"M WIWI Construction Supervisor/In ratResponsible Charge Anthony J. Quigley, P.E. County DuPage Deputy Director Division of Highways Municipality Oak Brook Regional Engineer Section 19-00050-00-BT Department of Transportation Route 1445 Harger Road 201 W. Center Ct. - Schaumburg, Illinois 60196 Contract No. 61 G55 Job No. C-91-125-20 Project CIWE(834) ❑ 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 resident construction supervisor. 3/2/2020 64Rt'l Date Signature and Tide(for the Local Public Agency) Scott Soderstrom, PE Applicants Name(Type or Print) The following describes my educational background, experience and other qualifications to be resident construction supervisor of this construction project for the Local Public Agency. For Consultants: I certify that my firm is prequalified in Construction Inspection and my Documentation of Contract Quantities certificate number is 18-13326. Mr. Scott Soderstrom of Christopher B Burke Engineering, Ltd(CBBEL)will be the Field Inspecting Resident Engineer (F.I.R.E)for this project. Mr.Soderstrom has 39 years of experience and has completed multiple Federal projects that were Let through IDOT. Mr. Soderstrom spent 33 years at IDOT where he was Area Construction Local Agency Engineer for 9 years. CBBEL is prequalified by IDOT in Special Services: Construction Inspection. 3/2/2020 S "4 e--1+- E-,r) I nP�� Date ignature of Applicant Job Tide of Applica-M — Based on the above information and my knowledge of the applicant's experience and training, it is my opinion that the applicant is qualified to serve as the resident construction supervisor on this construction project. Approved Date Regionai Engineer cc: Engineer of Local Roads and Streets, Central Bureau of Local Roads and Streets Engineer of Construction, Central Bureau of Construction Resident Construction Supervisor Local Public Agency Printed 3/2/2020 Page 1 of 2 BC 775(Rev.06/16/16) Scott Soderstrom, PE Senior Civil Engineer [B YEARS EXPERIENCE: 39 Mr.Soderstrom is experienced in design,construction and maintenance of highways,streets and bridges and YEARS WIT11 CBBEL: 6 inspection of homes.He brings to CBBEL 33 years of experience at[DOT where he was Area Construction Local Agency Engineer for Will County and Southern DuPage County regions for 9 years;and earlier in his IDOT career EDUCATION was Area Traffic Signal Maintenance and Operations Engineer, Senior Construction Resident Engineer and Bachelor of Science,1981 Design and Materials Engineer.Mr.Soderstrom is an experienced Property Inspection Professional and Expert Civil Engineering Witness and Case Preparation Consultant,as well as Lieutenant(Retired)of the Civil Engineer Corps of the US University of Illinois at Naval Reserve. Mr.Soderstrom is responsible for various construction engineering projects and oversight of Urbana-Champaign Construction Department junior staff. Bachelor of Science,1979 Salt Storage Facility Improvements,Oak Brook: Resident Engineer for Village of Oak Brook funded project for Mathematics,Western Illinois site development of a future Saft Storage Facility Complex. Work consisted of tree removal,earth excavation for University,Macomb retention pond and building site area,storm sewer and water main installation,aggregate bases,concrete curb &gutter,and final HMA paving. Duties included documentation of all pay items,construction inspection,and PROFESSIONAL REGISTRATION coordination with the contractors,utilities,and the Village of Oak Brook Administration and Public Works staff. Professional Engineer,IL, Oak Brook Bath &Tennis Club Entrance Im 062.045241,1989 provements, Oak Brook: Resident Engineer for Village of Oak Brook funded project for site development and modernization of the Bath&Tennis entrance area and general Home Inspector,IL,Home site area. Work consisted of drainage improvements of the site area, new concrete curbs and sidewalk in Inspector 450000224,2002 ADA compliance,radiant heat and brick pavers in entry drive,new landscaping,and lighting. Duties included documentation of all pay items,construction inspection,and coordination with the contractors,and the Village CERTIFICATIONS of Oak Brook Administration and Public Works staff. Documentation of Contract York Road(31st Street to 1.88 Ramp)(IDOT Contract 461D37),Oak Brook: Resident Engineer for federally Quantities,IDOT,18-13326 funded project along York Rd for approximately 0.81 miles. Work consisted of pavement patch in g/resu rfacing, ICORS Training Seminar,IDOT curb and gutter repairs, and non-compliant sidewalk ramp replacement to current ADA standards. Duties included documentation as outlined in IDOT's Construction Manual including implementation of IDOT's computer based(CORS,construction inspection and coordination with IDOT,contractors,businesses,and the PROFESSIONAL DEVELOPMENT Village of Oak Brook Administration and Public Works staff. IDOT Professional Training: Concrete Structures Roosevelt Road (Des Plaines Avenue to Harlem Avenue) (IDOT Contract A61D26), Forest Park: Resident Earth Excavation and Engineer for federally funded project along Roosevelt Rd for approximately 0.74 miles. Work consisted of Embankment pavement patching/resurfacing, new curb and gutter, drainage improvements,ADA sidewalk improvements, new traffic signals and lighting. Project also included streetscaping which consisted of brick pavers parkways Erosion Control and landscaped medians with irrigation. Duties included documentation as outlined in IDOT's Construction Flagger Training Manual including implementation of[DOT's computer based ICORS,construction inspection,and coordination with IDOT,contractors,businesses,utility companies,and Village Administration Staff. Implementation Safety East Burlington Street(LongcommonRoad toHarlem Avenue),Riverside:Resident Engineer for federally funded Pavement Patching project along East Burlington St for approx.0.91 miles.Work consisted of HMA resurfacing,as well as drainage PCC Paving Inspection improvements, curb and gutter replacement, sidewalk improvements (encompassing ADA improvements), Piling roadway patching,and thermoplastic pavement markings. In addition,work consisted of a streetscape project from Longcommon Rd to approx.900 feet east of Longcommon Rd.Streetscape project included replacing existing Pipe Culvert Installation sidewalks with permeable concrete pavers, new amenities,and enhancing landscaping elements.Streetscape Standard Earth Density improvements also included limestone planter boxes, perennials, trees, shrubs, trash receptacles, benches, Storm Sewer drinking fountains, and lighted bollards. Duties included documentation as outlined in IDOT's Construction Manual including implementation of IDOT's computer based(CORS.Coordinated all aspects of construction with IDOT,contractors,businesses,residents,Village Administration Staff,and Public Works. PROFESSIONAL AFFIUA71ONS American Concrete Institute St. Paschal/35th Street (St. Stephens Green to Oak Brook Road), Oak Brook: Resident Engineer for federally funded STP project along 35th St and St. Paschal Dr for approx. 1.2 miles. Work consists of HMA American Society of resurfacing including construction of a 4.5'wide HMA bike shoulder on each side of the roadway to provide Home Inspectors connectivity of existing bike routes between 35th St and 31st St.Project also included ditch regrading,storm Illinois Association of sewer culvert replacement, guardrail installation, ADA improvements, roadway patching, and thermoplastic Highway Engineers pavement markings.Duties included documentation as outlined in IDOT's Construction Manual including the implementation of[DOT's computer based(CORS.Coordinated all aspects of construction with DCDOT,FPDDC, AWARDS contractor,residents,Village Engineering Staff and Public Works. Nominated for IL Department 2014-2016,2018&2019 Paving Projects,Oak Brook: Resident Engineer for annual paving project which of Transportation's consists of pavement resurfacing and reconstruction of nearly 25;000 SY of pavement per year. Work also Engineer of the Year includes curb and gutter/sidewalk repairs, and various drainage improvements of residential, arterial,and commercial streets within the Village. Duties included full-time construction engineering with heavy emphasis Christopher B.Burke Engineering,Ltd.J 9675 W.Higg[ns Rd.,Ste.600osnt, 600847m823.000,j cbbel.com j ssoderstromQbbel.Com on resident and business interaction and communication as well as Senior Construction Resident Engineer,May 1984 to June 20OL- daily communication with Village Engineering Department. 0 Performed field survey work and layout for complex highway 2014 Street Rehabilitation Project, Riverside: Resident Engineer. construction. Project annually consists of pavement reconstruction, pavement . Supervised highway improvements to obtain timely and patching/resurfacing, and curb and gutter/sidewalk repairs to quality construction in compliance with IDOT plans,standard approx. 15,000 LF of residential streets. CBBEL's team provided specifications,and acceptable engineering practices. full-range civil engineering services, including field reconnaissance, geotechnical investigation, preliminary design and budgetary cost a Developed effective cooperation between the Contractor,the estimate development,utility coordination,preparation of construction State of Illinois, and other governmental agencies so as to documents,and full-time construction engineering. facilitate project completion. Commerce Drive TCM Sidewalk Project,Oak Brook:Resident Engineer 0 Completed twenty-five IDOT Construction Contracts. Projects for ITEP funded project located on Commerce Dr between McDonald's included total pavement reconstruction, intersection and Rd and the end of Commerce Dr. Work consisted of installation of a traffic signal improvements, roadway resurfacing, and bridge new sidewalk which connected a 1/3 mile gap of accessible walk from rehabilitation. various office buildings along Commerce Dr to an existing sidewalk at McDonalds Rd.Work also included removal and replacement of curb Design Engineer,July 1984 to June 2003-- and 001:and gutter, construction of a retaining wall, pavement resurfacing, Developed pavement markings and traffic staging, pavement driveway apron removal and replacement, sewer adjustments, curb grades/elevations,highway plan details,drainage details,and patching, and pavement markings. Duties for this federally funded plan special provisions. project included documentation as outlined in IDOT's Construction Manual including the implementation of IDOT's computer based ICORS. Completed design plans and provisions for four intersection Coordination with the contractor,mid-rise office buildings,businesses, improvement projects and three resurfacing projects. Village Engineering Staff and Public Works. Materials Engineer,June 1981 to May 1984: IDOT* Proportioned, inspected, and tested bituminous mixes at Area Construction Local Agency Engineer(WIN&S.DuPage County), various asphalt plants and highway projects. January 2005 to April 2014: 0 Inspected and tested highway earthwork which included • Ensure that construction projects are completed in a timely construction of highway subgrades and bridge embankments. and efficient manner, and in accordance with governing specifications and plans. TOMACOR,INCORPORATED AND SAS • Ensure that construction proceeds in a mannerthat balances the HOME INSPECTION SERVICES* demands for high safety,mobility,and convenience to the public. Property Inspection Professional,1998 to Present: • Provide solutions to technical and engineering problems Inspect and describe systems and components for single encountered during construction. family homes, townhomes, condominiums, etc. Systems inspected include exterior, roof, plumbing, electrical, heating, • Ensure continuous coordination among Federal, State, Local cooling, interior, insulation and ventilation, and solid fuel Agency, Consultants, and Tollway personnel (New 1-355 burning appliances. Coordinator for IDOT). Compose written book reports or • p typed punch lists which Area Traffic Signal Maintenance&Operations Engineer, include systems and components that are significantly May 2001 to January 2005: deficient, detailing the nature of the deficiency, and making • Supervised the implementation of the traffic signal portion recommendations to correct or monitor the deficiencies. of the Electrical Maintenance Contract to ensure continuous Perform various teaching functions to home inspection operation of the State-maintained electrically operated traffic students and licensed home inspectors including on-site control devices. training for apprentice home inspectors. • Ensured safe,efficient traffic movement through development and implementation of traffic signal progression programs and EXPERT WITNESS AND CASE PREPARATION* adjustments in signal timing. Consultant,1995 to Present: • Inspected all new traffic signal construction and modifications. Review legal cases and provide written reports • Reviewed and approved traffic signal permit plans for future . On site field investigations improvements. Deposition and courtroom appearances *prior experience Christopher B.Burke Pntlneering,Ltd.19575 W.Higgins Rd.,Ste.600 1 Rosemont,IL 60018 1847.823.0500 1 cbbel«corn j ssoderstromftbbel.com 2 of 2 ILLINOIS CENTER FOR Lts== 01 TRANSPORTATION of Certificate of Proficiency This certificate is awarded to Scott Alan Soderstrom for successfully completing the examination for Documentation of Contract Quantities Cadkate n'ubr.IS-13326 Eff ak Date:2W2018 FVvatiDn ate:2l1R022 Prokabml Dzwbpne>r Hous:18 ,� Paul A.IDM,P.E-Dvector ofHipmys PVChie Bqg w r Geary Rashaw.Research Facer ICT ' i�tois pepar'-hinu L Local Public Agency to 11C111a*AA La Construction Inspector Anthony J. Quigley, P.E. County DuPage Deputy Director Division of Highways Municipality Oak Brook Regional Engineer Section 19-00050-00-BT Department of Transportation 201 W. Center Ct. Route FAU 1445 Harger Road Schaumburg, Illinois 60196 Contract No. 61 G55 Job No. 6-91-125-20 Project CIWE(834) 1 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 3/2/2020 Date � � Signature and Title of Ftesident Construction Supervisor Robert Dunn Applicants Name(Type or Print) 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 20-16161. Robert Dunn is Civil Engineer experienced in construction engineering. Previous project responsibilities include construction observation, project documentation. Robert has also completed CMMS training. If the Resident from BC-775 is a consultant, approve this individual. Approved Date Signature and Title of in Responsible Charge from SC-775 Instructions for Preparation of Form BC 776 Printed 3/2/2020 Page 1 of 2 BC 776(Rev.06/16/16) Robert Dunn Construction Engineer ffB YEARS EXPERIENCE: 1 Civil Engineer experienced in construction engineering. Responsibilities include construction observation, YEARS WITH CBBEL• 1 project documentation,and assisting with contract specifications and quantities in design. EDUCATION Software Experience: AutoCAD,Inventor,Revit,Python,Matlab,and Microsoft Office. Bachelor of Science,2019 2019 Water Main Replacement Project,Elmwood Park: Resident Engineer for installation of approximately Civil&Environmental 1,350 LF of 8" water main and over 50 water services. Project also consisted of drainage structure Engineering, improvements, HMA surface grinding, binder course, surface course, Class D 4" patching, curb and gutter University of Illinois at removal and replacement,landscaping restoration and pavement markings. Much of the landscape,concrete, Urbana Champaign and paving work was done in conjunction with the 2019 Elmwood Park Street Improvement Program. Line stops were used to make a connection to existing watermain. Duties included construction layout and observation, CERTIFlCATIONS documentation of quantities,preparation of pay estimates and coordination with the Contractor and village. Documentation of Contract 2019Streetlm Quantities,IDOT,2016161 provement Program,Elmwood Park: Resident Engineer for street resurfacing project that included HMA surface grinding, binder course and surface course for 15,000 SY of pavement Project also consisted of drainage structure improvements,curb and gutter removal and replacement,landscaping restoration and pavement PROFESSIONAL DEVELOPMENT markings.Sidewalk removal was necessaryfor non-compliant sidewalk ramp replacement to current ADA standards. Portland Cement Duties included construction layout and observation,documentation of quantities,preparation of pay estimates and Concrete Level I coordination with the Contractor and Village which was key for successful completion of the project 2019 Street Improvement Program,Oak Brook: Assistant Resident Engineer for the street program located at PROFESSIONAL AFFILIATI several different locations in the Village of Oak Brook. Project included Oak Brook Golf Club Parking Lot Improvement Engineers Without Borders which required the removal and replacement of curb and sidewalk. Paver bricks were used to replace the areas of PCC sidewalk removal. The replacement of an HMA bike path into approximately 28,000 SF of PCC sidewalk on Midwest Rd. In addition,street resurfacing on two other streets where drainage improvements were required. On Madison St ditch grading was needed to improve the storm water drainage along the street. Project consisted of concrete curb and sidewalk construction,HMA surface grinding and paving,landscaping restoration and drainage improvements.Duties included construction layout and observation and documentation of quantities. 2019 Watarmaln Improvements Project, Riverside: Resident Engineer for the installation of water main, connecting the water supply from the west side of the Des Plaines River to the east side by way of directional bore underneath the River. This project required the directional boring of approximately 700 LF of 12"D.I.P.water main. Water main was also installed along the west side of 1st Ave to the desired drilling and receiving pits. The project involved sidewalk removal and replacement and large areas of earth excavation and landscape restoration. Duties included construction observation,documentation of quantities,and coordination with the Contractor and Village. Civil Engineering Intern*: Engineering Intern broadened my view of construction management by working for a consulting engineering company.Worked directly with multiple RE's in city improvement projects around Southern suburbs of Chicago. Responsible for the overseeing of street repaving and various concrete work. Further expanded my knowledge in surveying by utilizing electronic survey equipment.Built on the intelligence I received in my previous internship for Elmhurst through an increase in responsibilities.Improved in cooperation with the Contractor foremen due to a boost of confidence in my knowledge and abilities. City of Elmhurst*: Engineering Intern in the Water Line and Repaving Divisions. Collaborated with managers and fellow interns to complete assignments. Supervised Contractors in the field to guarantee the quality and correctness of the jobs.Gained field knowledge in sewer,water,and sanitary lines and repaving streets. Conducted various survey work to plan for future projects. *prior experience Mechanical Engineer responsible for determining initial design criteria,evaluating design scenarios,creating design submittals, creating exhibits, preparation of construction plan drawings and documents, developing cost estimates,shop drawing review and construction observation. MECHANICAL ENGINEERING INTERNSHIP,SYSTEM DEPARTMENT*: • While utilizing engineering guidelines and under direction of a Senior Engineer, learned and reviewed mechanical systems to support ash handling requirements of contracts • Assisted in development of required contract drawings coordinating with the Electrical,Structural,and Piping/Conveying Design Departments • Executed detailed calculations within PipeFlo to allow further analysis of hydraulic mechanical systems Christopher B.Burke Engineering,Ltd.19575 W.Higgins Rd..,Ste.600:1 Rosemont,IL 600181847.623.05001 cbbei.com i rdunnocbbel.coni ILLINOIS CENTER FOR Illinois Deli= OETRANSPORTATION of Tra tafti Certificate of Proficiency This certificate is awarded to Robert Thomas Dunn for successfully completing the examination for Documentation of Contract Quantities Certificate Number:20-16161 Effective Date:1/9/2020 Fxpaation Date:1/9/2024 Professional Development Hous:18 �� -�� Tin KeIl-Figheer of Conshuction Gregary J.Renshaw,P.E.-Senior Research Engineer ICT