Loading...
HomeMy WebLinkAbout23-60 Resolution No. 23-60 RESOLUTION AUTHORIZING EXECUTION OF A LOCAL PUBLIC AGENCY ENGINEERING SERVICES AGREEMENT WITH GEWALT HAMILTON ASSOCIATES, INC. FOR CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE 2023 PROVIDENCE RESURFACING PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute a Local Public Agency Engineering Services Agreement on behalf of the City of Elgin with Gewalt Hamilton Associates, Inc., for construction engineering services in connection with the 2023 Providence resurfacing project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 12, 2023 Adopted: April 12, 2023 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk SCANNED Illinois Depart ment Local Public Agency of Transportation Engineering Services Agreement Agreement For A reement Type Using Federal Funds?❑ Yes ❑x No MFT CE Original LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number Elgin I Kane 23-00201-00-RS I N/A Project Number Contact Name Phone Number Email N/A Mike Pubentz, PE (847) 931-5968 pubentz_m@cityofelgin.org SECTION PROVISIONS Local Street/Road Name Key Route Lenten t� Structure Number See Attached List Location Termini Add Location Remove Location Project Description Pavement removal; removal and replacement of concrete curb &gutter at various locations; sidewalk removal and replacement; ADA accessible route improvements; drainage and utility structure adjustments; driveway pavement removal and replacement; hot-mix asphalt binder and surface course installation; parkway restoration; and other associated improvements. Engineering Funding ❑x MFT/TBP ❑x State ❑ Other lRebuild Illinois Grant(RBI) Anticipated Construction Funding ❑ Federal ❑x MFT/TBP ❑x State ❑ Other Rebuild Illinois Grant (RBI) AGREEMENT FOR ❑x Phase III-Construction Engineering CONSULTANT Prime Consultant Firm Name Contact Name Phone Number Email Gewalt Hamilton Associates, Inc. Carissa Smith, PE (847) 821-6259 1 csmith@gha-engineers.com Address Ci State ZipCode 625 Forest Edge Drive Vernon Hills IL 60061 THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the"DEPARTMENT,"will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER,acting as an individual, partnership,firm or legal entity,qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT.The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Completed 02/24/23 Page 1 of 9 BLR 05530(Rev.07/08/22) City of Elgin 2023 Providence Resurfacing Project Section: 23-00201-00-R S Description of Work 2023 Providence Resurfacing Project City of Elgin Section#:23-00201-00-RS The following is a list of streets including limits, lengths, area and a brief description of scheduled improvements: Street From/To Length Area Copper Springs Lane Weymouth Ave to South St 2,180 FT(0.41 miles) 6,654 SY Cranston Avenue Settlers Pkwy to Settlers Pkwy 768 FT(0.14 miles) 2,365 SY Cranston Avenue Settlers Pkwy to Longcommon Pkwy 385 FT(0.07 miles) 1,319 SY Red Rock Lane South St to Weymouth Ave 2,177 FT(0.41 miles) 6,870 SY Settlers Parkway West End to Settlers Pkwy 1,980 FT(0.38 miles) 6,776 SY Settlers Parkway Settlers Pkwy to Cranston Ave 1,514 FT(0.29 miles) 4,612 SY Wayland Avenue Settlers Pkwy to Settlers Pkwy 670 FT(0.13 miles) 2,095 SY Weymouth Avenue Copper Springs Ln to Chalkstone Ave 2,185 FT(0.41 miles) 6,866 SY Totals: 11,859 FT(2.25 miles) 37,557 SY The above street segments will include roadway resurfacing, asphalt pavement patching, removal and replacement of concrete curb&gutter, removal and replacement of PCC sidewalk, sidewalk intersection improvements for ADA compliance, driveway adjustments,sodding, and other associated improvements. AGREEMENT EXHIBITS The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: ❑x EXHIBIT A: Scope of Services ❑x EXHIBIT B: Project Schedule ❑x EXHIBIT C:Qualification Based Selection(QBS)Checklist x❑ EXHIBIT D:Cost Estimate of Consultant(CECS)Services Worksheet(BLR 05513 or BLR 05514 ) ❑ EXHIBIT : Direct Costs Check Sheet(attach BDE 436 when using Lump Sum on Specific Rate Compensation) FRI EXHIBIT E - Project Location Map El I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher-salaried personnel of the firm, including the Principal Engineer,perform services that are to be performed by lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error,omissions or negligent acts without additional compensation.Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes,and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA,The ENGINEER shall submit all 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 ENGINEERSs work 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(equal to the percentage of the construction engineering completed)of the fixed fee for the fully completed work. 7. The ENGINEER or subconsultant shall not discriminate on the basis of race,color, national origin or sex in the performance of this AGREEMENT.The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of US Department of Transportation(US DOT)assisted contract. Failure by the Engineer to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LPA deems appropriate. 8. That none of the services to be furnished by the ENGINEER shall be sublet,assigned or transferred to any other party or parties without written consent of the LPA.The consent to sublet,assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 9. For Construction Engineering Contracts: (a)For Quality Assurance services, provide personnel who have completed the appropriate STATE Bureau of Materials QC/QA trained technical classes. (b)For all projects where testing is required,the ENGINEER shall obtain samples according to the STATE Bureau of Materials"Manual of Test Procedures for Materials,"submit STATE Bureau of Materials inspection reports;and verify compliance with contract specifications. 10. That engineering services shall include all equipment, instruments,supplies,transportation and personnel required to perform the duties of the ENGINEER in connection with this AGREEMENT(See DIRECT COST tab in BLR 05513 or BLR 05514). II. THE LPA AGREES, 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Professional Services Selection Act(50 ILCS 510)(Exhibit C). 2. To furnish the ENGINEER all presently available survey data, plans, specifications,and project information. 3. For Construction Engineering Contracts: (a)To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. (b)To submit approved forms BC 775 and BC 776 to the DEPARTMENT when federal funds are utilized. 4. To pay the ENGINEER: (a)For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. (b)Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as Completed02/24/23 Page 2 of 9 BLR 05530(Rev.07/08/22) determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. (c)For Non-Federal County Projects-(605 ILCS 5/5-409) (1)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 in all previous partial payments made to the ENGINEER. (2)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 the AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 5. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: ❑ Percent ❑ Lump Sum ❑ Specific Rate ❑x Cost plus Fixed Fee: Fixed Total Compensation=DL+DC+OH+FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firm's overhead rate applied to their DL and FF is the Fixed Fee. Where FF=(0.33+R)DL+%SubDL,where R is the advertised Complexity Factor and%SubDL is 10%profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15%of the DL+OH. Field Office Overhead Rates: Field rates must be used for construction engineering projects expected to exceed one year in duration or if the construction engineering contract exceeds$1,000,000 for any project duration. 6. The recipient shall not discriminate on the basis of race,color,national original or sex in the award and performance of any US DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US DOT-assisted contracts.The recipient's DBE program,as required by 49 CFR part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may,in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.). III. IT IS MUTUALLY AGREED, 1. To maintain,for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General, and the DEPARTMENT;the Federal Highways Administration(FHWA)or any authorized representative of the federal government,and to provide full access to all relevant materials.Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 2. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA,the DEPARTMENT, and their officers,agents and employees from all suits,claims,actions or damages liabilities, costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery.The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification;or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 3. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LPA all drawings,plats,surveys, reports, permits, agreements,soils and foundation analysis, provisions, specifications, partial and completed estimates and data Completed 02/24/23 Page 3 of 9 BLR 05530(Rev.07/08/22) if any from soil survey and subsurface investigation with the understanding that all such materials becomes the property of the LPA.The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. 4. In the event that the DEPARTMENT stops payment to the LPA,the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty(30)calendar days,consecutive or in aggregate,over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred prior to receipt of notice of suspension. In addition,upon the resumption of services the LPA shall compensate the ENGINEER,for expenses incurred as a result of the suspension and resumption of its services,and the ENGINEER's schedule and fees for the remainder of the project shall be equitably adjusted. 5. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until the completion of construction of any phase of professional services performed by others based upon the service provided herein. All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional services are not commenced within 5 years after final payment by the LPA. 6. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA,the DEPARTMENT, and their officers,employees from all suits,claims,actions or damages liabilities,costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. 7. The ENGINEER and LPA certify that their respective firm or agency: (a)has not employed or retained for commission, percentage,brokerage,contingent fee or other considerations,any firrr or person(other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure this AGREEMENT, (b)has not agreed,as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or (c)has not paid,or agreed to pay any firm,organization or person(other than a bona fide employee working solely for the LPA or the ENGINEER)any fee,contribution,donation or consideration of any kind for,or in connection with, procuring or carrying out the AGREEMENT. (d)that neither the ENGINEER nor the LPA is/are not presently debarred,suspended, proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, (e)has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining,attempting to obtain or performing a public(Federal,State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements or receiving stolen property. (f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State,or local)with commission of any of the offenses enumerated in paragraph(e)and (g)has not within a three-year period preceding this AGREEMENT had one or more public transaction (Federal,State, local)terminated for cause or default. Where the ENGINEER or LPA is unable to certify to any of the above statements in this clarification,an explanation shall be attached to this AGREEMENT. 8. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within six months after the specified completion date. Examples of unforeseen causes included but are not limited to:acts of God or a public enemy;acts of the LPA, DEPARTMENT<or other approving party not resulting from the ENGINEER's unacceptable services;fire; strikes;and floods. If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE,the ENGINEER shall apply in writing to the LPA for an extension of time.If approved,the PROJECT SCHEDULE shall be revised accordingly. 9. This certification is required by the Drug Free Workplace Act(30 ILCS 580).The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to suspension of contract or grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for ai least one(1)year but not more than (5)years. For the purpose of this certification,"grantee"or"Contractor"means a corporation,partnership or an entity with twenty-five(25)or more employees at the time of issuing the grant or a department,division or other unit thereof,directly responsible for the specific performance under contract or grant of$5,000 or more from the DEPARTMENT,as defined the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a)Publishing a statement: (1)Notifying employees that the unlawful manufacture,distribution,dispensing,possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2)Specifying 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. Completed 02/24/23 Page 4 of 9 BLR 05530(Rev.07/08/22) (b)Establishing a drug free awareness program to inform employees about: (1)The dangers of drug abuse in the workplace; (2)The grantee's or contractor's policy to maintain a drug free workplace; (3)Any available drug counseling,rehabilitation and employee assistance program;and (4)The penalties that may be imposed upon an employee for drug violations. (c)Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d)Notifying the contracting or granting agency within ten(10)days after receiving notice under part(b)paragraph(3)of subsection(a)above from an employee or otherwise receiving actual notice of such conviction. (e)Imposing a sanction on,or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program. (f)Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, the ENGINEER, LPA and the DEPARTMENT agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future projects.The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 10. Due to the physical location of the project,certain work classifications may be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq). 11. For Construction Engineering Contracts: (a)That all services are to be furnished as required by construction progress and as determined by the LPA employee In Responsible Charge.The ENGINEER shall complete all services herein within a time considered reasonable to the LPA,after the CONTRACTOR has completed the construction contract. (b)That all field notes,test records and reports shall be turned over to and become the property of the LPA and that during the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. (c)That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the ENGINEER,one member appointed by the LPA,and a third member appointed by the two other members for disposition and that the committee's decision shall be final. (d)That in the event that engineering and inspection services to be furnished and performed by the LPA(including personnel furnished by the ENGINEER)shall,in the opinion of the STATE be incompetent employed on such work at the expense of the LPA. (e)Inspection of all materials when inspection is not provided a the sources by the STATE Central Bureau of Materials, and submit inspection reports to the LPA and STATE in accordance with the STATE Central Bureau of Materials "Project Procedures Guide"and the policies of the STATE. AGREEMENT SUMMARY Prime Consultant(Firm)Name TIN/FEIN/SS Number Agreement Amount Gewalt Hamilton Associates, Inc. 36-3426053 $183,545.00 Subconsultants TIN/FEIN/SS Number Agreement Amount QA Material Testing Allowance $6,000.00 Subconsultant Total $6,000.00 Prime Consultant Total $183,545.00 Total for all work $189,545.00 Completed02/24/23 Page 5 of 9 BLR 05530(Rev.07/08/22) AGREEMENT SIGNATURES Executed by the LPA: Local Public Agency Type Local Public Agency _ Attest: The Clt�/ _ v �Fgin B (Signature&Date) B Si nature&Dated_ Zf pril 12,2023 f� April 12,2023 Local Public Agency Local Public Agenc T P Eii91n I -1 city Clerk Richard G.Kozal,City Manager .. f veRs F;�„ � s Execu Prime consultant(Firm)Name___ Attest: Gewalt Hamilton Associates, Inc. B� Si_mature&Date_ ) B Si turje _ tee Title - Title APPROVED: Re Tonal Engineer,Department of Transportation Si nature&Date Completed 02/24/23 Page 6 of 9 BLR 05530(Rev.07108/22) Local Public Agency Prime Consultant Firm Name County Section Number Elgin Gewalt Hamilton Associates, Inc. Kane 23-00201-00-RS EXHIBIT A SCOPE OF SERVICES To perform or be responsible for the performance of the engineering services for the LPA,in connection with the PROJECT herein before described and enumerated below See Attached Scope of Services "Attachment A" Completed02/24/23 Page 7 of 9 BLR 05530(Rev.07/08/22) ATTACHMENT A-SCOPE OF SERVICES PROJECT UNDERSTANDING It is our understanding that the City of Elgin proposes to improve various streets in the City of Elgin, Kane County. This project consists of pavement removal, removal, and replacement of concrete curb&gutter at various locations, removal and replacement of sidewalk, ADA accessible route improvements, drainage and utility structure adjustments, driveway pavement removal and replacement, hot-mix asphalt binder and surface course placement,parkway restoration,and all incidental and collateral work necessary to complete the project. The project will be administered and awarded through a local letting.As Motor Fuel Tax(MFT)and Rebuild IL funds will be utilized for construction, the project will follow IDOT procedures in accordance with the Bureau of Local Roads and Streets. This project will be locally let on March 29, 2023, with an anticipated commencement date of May 8, 2023, and a completion date of August 11, 2023. CONSTRUCTION ENGINEERING SERVICES It is our practice to adhere to construction industry standards and insist on compliance with the project plans and specifications to efficiently produce a quality project. As such, Construction Engineering Services will be performed in accordance Illinois Department of Transportation standard procedures including, but not limited to, the following: 1. GHA will oversee a scheduled pre-construction meeting with project stakeholders prior to the start of construction and provide the meeting attendees with a summary in the form of Minutes for their records. 2. Prior to construction commencement, GHA will determine impacts on schools, local businesses, places of worship, parks, and other local projects. We will include the City, Public Works Department(s), School District(s), utility companies, and permitting agencies as members of our project communications team to collaborate and determine the best methods for identifying,reaching, and maintaining relationships with the project stakeholders. Once the communications plan is established, GHA will continue to coordinate and communicate with stakeholders using resident letters, project flyers and newsletters as requested to ensure they are properly and consistently informed of the project's progress. 3. GHA will review drawings, diagrams, illustrations, brochures, catalog cuts, shop drawings, project schedules,and other data which the Contractor is required to submit for conformance with the design concept and compliance with the contract documents. 4. GHA will provide geometric control and construction layout verification by making random checks to the Contractor's staking to determine if the work is in general conformance with the plans. If an error is found, we will immediately notify the Contractor to make the appropriate changes prior to construction. 5. GHA will provide full-time construction observation of the necessary construction operations and processes to ensure all materials and procedures are in conformance with the contract documents. We will utilize GHA's standard documentation procedures which aligns with IDOT's Documentation of Contract Quantities guide. We will provide Daily Observation Reports, Weekly Reports, Daily Quantities, Quantity Book, Pay Estimates, Authorizations, and other reports as required. We will measure, record, and provide source documentation daily for all quantities for which payment will be made, and we will adhere to general IDOT requirements regarding inspection rates, including, but not limited to, depth checks,yield requirements,and material weight ticket collection to help facilitate a timely project closeout. GHA will keep a project box on site, including all the necessary up-to-date documentation in accordance with standard procedures and IDOT's Documentation of Contract Quantities guide. 6. GHA will provide daily and weekly updates to the City via email and the City's Construction Command page on the Salesforce platform. 7. If a field change or Authorization is required, whether force account or agreed unit price, GHA will notify and advise the City prior to making any decisions that may affect the budget. In addition, our documentation of the Contractor's daily activities will help provide sufficient information to permit verification of the nature and costs of any changes in plans or authorized extra work. 8. GHA will make observations of the utility marks provided by the JULIE system and address potential conflicts with the Contractor. 9. GHA will coordinate and distribute bi-lingual resident notification letters, approved by the City, at the beginning of the project and/or as needed. 10. GHA will schedule and moderate weekly on-site project progress meetings, if required, with the City and Contractor(s)and provide attendees with a summary in the form of Minutes for their records. 11. GHA will coordinate all quality assurance material testing in accordance with IDOT Motor Fuel Tax QC/QA programs and processes. for the HMA and concrete. Our subconsultant will administer the quality assurance testing for the field and laboratory requirements. We will confirm and document that all the materials used on the site meet or exceed the quality requirements of the contract and IDOT-issued Project Procedures Guide. 12. GHA will perform daily traffic control inspections in addition to those required weekly and bi-monthly and respectively submit deficient remarks to the Contractor with appropriate corrections requested. 13. GHA will prepare monthly pay requests for the City's review and provide the required documentation and correspondence necessary for the City to approve payment. 14. GHA will schedule a final walk-through upon project completion with the City of Elgin representatives to generate a punch list of deficiencies. 15. GHA will keep current record drawings as the work is performed. We will annotate by hand all revisions, substitutions, variations, and omissions made or discovered during construction. Upon project completion, GHA will provide the City with an electronic copy of the record drawing plan set. 16. GHA will verify compliance with all regulatory permits and submit the required closeout documentation upon project completion. 17. GHA will coordinate contract closeout procedures with the Contractor and IDOT to ensure an expedient and productive closeout. GHA will complete all project closeout documentation as required by IDOT, MFT, and RBI standards. Local Public Agency Prime Consultant Firm Name County Section Number Elgin IlGewalt Hamilton Associates, Inc. Kane 23-00201-00-RS EXHIBIT B PROJECT SCHEDULE This projects anticipated schedule is as follows: March 15, 2023: Bid Advertisement March 29, 2023: Bid opening and final recommendation for City April 12, 2023: Anticipated final approval of construction engineering services agreement at City Council meeting April 12, 2023: Award Construction Contract at City Council Meeting April 25, 2023: Tentative Preconstruction Meeting May 8, 2023: Notice to Proceed/Construction to start August 11, 2023: Anticipated Final Construction completion Completed 02/24/23 Page 8 of 9 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant Firm Name County Section Number Elgin Gewalt Hamilton Associates, Inc. Kane 23-00201-00-RS Exhibit C Qualification Based Selection(QBS)Checklist The LPA must complete Exhibit D.If the value meets or will exceed the threshold in 50 ILCS 510,QBS requirements must be followed. Under the threshold, QBS requirements do not apply.The threshold is adjusted annually. If the value is under the threshold with federal funds being used,federal small purchase guidelines must be followed. ❑ Form Not Applicable(engineering services less than the threshold) Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when using State funds and the QBS process is applicable. No Yes 1 Do the written QBS policies and procedures discuss the initial administration(procurement,management Z ❑ and administration)concerning engineering and design related consultant services? 2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and X ❑ specifically Section 5-5.06(e)of the BLRS Manual? 3 Was the scope of services for this project clearly defined? X❑ ❑ 4 jWas public notice given for this project? 0 ❑ 5 Do the written QBS policies and procedures cover conflicts of interest? 0 ❑ 6 Do the written QBS policies and procedures use covered methods of verification for suspension and ❑ debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑x ❑ Project Criteria Weighting 8 Do the written QBS policies and procedures discuss the method of selection? ❑ Selection committee titles for this ro'ect Top three consultants ranked for this project in order 1 2 3 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? x❑ ❑ 10 Were negotiations for this project performed in accordance with federal requirements. Z ❑ 11 Were acceptable costs for this project verified? 0 ❑ 12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding the Z ❑ request for reimbursement to IDOT for further review and approval? Do the written QBS policies and procedures cover ongoing and finalizing administration of the project 13 (monitoring,evaluation,closing-out a contract,records retention, responsibility, remedies to violations or x❑ ❑ breaches to a contract,and resolution of disputes)? 14 QBS according to State requirements used? ❑X ❑ 15 Existing relationship used in lieu of QBS process? ❑ 0 16 LPA is a home rule community(Exempt from QBS). ❑ 0 Completed02/24/23 Page 9 of 9 BLR 05530(Rev.07/08/22) EXHIBIT D Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number City of Elgin lKane 23-00201-00-RS Prime Consultant (Firm) Name Prepared By Date Gewalt Hamilton Associates, Inc. Lucas Deferville 2/17/2023 Consultant/ Subconsultant Name Job Number Gewalt Hamilton Associates, Inc. N/A Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. Remarks 2023 Providence Resurfacing Project PAYROLL ESCALATION TABLE CONTRACT TERM 10 MONTHS OVERHEAD RATE 165.81% START DATE 3/6/2023 COMPLEXITY FACTOR RAISE DATE 5/15/2023 %OF RAISE END DATE 1/5/2024 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 3/6/2023 5/15/2023 2 20.00% 1 5/16/2023 1/15/2024 8 81.60% The total escalation = 1.60% BLR 05514(Rev. 11/04/22) Printed 2/24/2023 1:06 PM ESCALATION Page 1 of 8 Local Public Agency County Section Number ICity of Elgin jKane 23-00201-00-RS Consultant / Subconsultant Name Job Number Gewalt Hamilton Associates. Inc. N/A PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 1 78.00 ESCALATION FACTORI 1.60% MOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $78.21 $78.00 CE VI $75.00 $76.20 CE V $70.25 $71.37 CE IV $57.50 $58.42 CE 111 $44.00 $44.70 CE II $39.79 $40.43 CE I $33.21 $33.74 LS IV $52.88 $53.73 LS III $43.81 $44.51 LS 1 $23.50 $23.88 GISP III $61.00 $61.98 ET V $63.25 $64.26 ET IV $40.21 $40.85 ET 111 $33.83 $34.37 ET 11 $31.50 $32.00 ET 1 $24.50 $24.89 AD 1 $25.96 $26.38 Environmental Consultant 1 $31.00 $31.50 BLR 05514 (Rev. 11/04/22) Printed 2/24/2023 1:06 PM RATES Page 2 of 8 Local Public Agency County Section Number City of Elgin Kane 23-00201-00-RS Consultant/ Subconsultant Name Job Number Gewalt Hamilton Associates, Inc. N/A SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET Contribution to Prime NAME Direct Labor Total Consultant Total 0.00 0.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. 1 Local Public Agency County Section Number City of Elgin I Kane 23-00201-00-RS Consultant I Subconsultant Name Job Number Gewalt Hamilton Associates,Inc. N/A DIRECT COSTS WORKSHEET List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET CONTRACT ITEM ALLOWABLE QUANTITY RATE TOTAL Lodging Actual Cost $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum Lodging Taxes and Fees Actual Cost $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD Air Fare Coach rate,actual cost,requires minimum two weeks' $0.00 notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 117 $65.00 $7,605.00 Vehicle Rental Actual Cost(Up to$55/day) $0.00 Tolls Actual Cost $0.00 Parking Actual Cost $0.00 Overtime Premium portion(Submit supporting documentation) $0.00 Shift Differential Actual Cost(Based on firm's policy) $0.00 Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost $0.00 Monuments(Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2-Way Radio(Survey or Phase III Only) Actual Cost $0.00 Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00 CADD Actual Cost(Max$15/hour) $0.00 Web Site Actual Cost(Submit supporting documentation) $0.00 Advertisements Actual Cost(Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00 Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00 Recording Fees Actual Cost $0.00 Transcriptions(specific to project) Actual Cost $0.00 Courthouse Fees Actual Cost $0.00 Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Testing of Soil Samples Actual Cost $0.00 Lab Services Actual Cost(Provide breakdown of each cost) $0.00 Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Language Translation Service Actual Cost 1 $500.00 $500.00 Printing Actual Cost 5 $200.00 $1,000.00 $0.00 $0.00 04/22) Print d 2/24/2023 1:06 PM TOTAL DIRECT COSTS: $9,106).WCT OSTS Pag Local Public Agency County Section Number ICity of Elgin I I Kane 23-00201-00-RS Consultant/ Subconsultant Name Job Number Gewalt Hamilton Associates, Inc. N/A COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET OVERHEAD RATEI 165.81% COMPLEXITY FACTOR DIRECT COSTS (not induded in OVERHEAD&FRINGE SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL BENEFITS FIXED FEE OTHERS TOTAL TOTAL MFT Documentation 12 557 924 184 1,665 0.88% Preconstruction Coordination 87 3,088 5,120 1,019 9,227 4.87% Establish Control 25 1,041 1,726 343 3,110 1.64% Construction Layout Verification 26 1,176 1,949 388 3,513 1.85% Preconstruction Meeting 16 665 1,103 220 1,988 1.05% Project Management 100 4,331 7,180 1,429 12,940 6.83% RFI Response 60 2,391 3,964 789 7,144 3.77% Construction Observation RE 1060 35,993 59,679 11,878 6,000 113,550 59.91% Progress Meetings 42 1,698 2,815 560 5,073 2.68% Traffic Control Inspection(Nights) 8 270 448 89 807 0.43% Punch List&Final Inspections 52 1,871 3,102 617 5,590 2.95% Record Drawings 49 1,962 3,252 647 5,861 3.09% Project Closure 94 3,337 5,534 1,101 9,972 5.26% Subconsultant DL $0.00 Direct Costs Total=__> $0.00 $9,105.00 4.80% TOTALS 16311 58,3801 96,796 1 19,2641 6,000 189,545 95.20% 155,176 BLR 05514(Rev. 11/04/22) Printed 2/24/2023 1:06 PM COST EST Page 5 of 8 Local Public Agency County Section Number City of Elgin Kane 23-00201-00-RS Consultant / Subconsultant Name Job Number Gewalt Hamilton Associates, Inc. N/A AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 3 Preconstruction Construction Layout PAYROLL AVG TOTAL PROJ.RATES MFT Documentation Coordination Establish Control Verification Preconstruction Meeting HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.00 0.0 CE VI 76.20 0.0 CE V 71.37 0.0 CE IV 58.42 40.0 2.45% 1.43 4 33.33% 19.47 4 4.60% 2.69 4 25.00% 14.61 CE III 44.70 0.0 CE II 40.43 208.0 12.75% 5.16 8 66.67% 26.95 8 9.20% 3.72 4 25.00% 10.11 CE I 33.74 935.0 57.33% 19.34 75 86.21% 29.09 1 8 50.00`/c 16.87 LS IV 53.73 4.0 0.25% 0.13 1 1 1 4.00% 2.15 1 2 7.690 4.13 LS III 44.51 60.0 3.68% 1.64 16 64.00% 28.49 24 92.31 41 09 LS I 23.88 0.0 GISP III 61.98 0.0 ET V 64.26 0.0 ET IV 40.85 0.0 ET III 34.37 384.0 23.54% 8.09 8 32.00% 11.00 ET II 32.00 0.0 ET 1 24.89 0.0 AD I 26.38 0.0 Environmental Consultant 31.50 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTALS 1631.0 1001;: $35.79 12.0 100.00% $46.42 87.0 100" $35.49 25.0 100% $41.63 26.0 100% $45.22 16.0 100% $41.58 Printed 2/24/2023 1:06 PM BLR 05514(Rev. 11/04/22) Page 6 of 8 AVG 1 Local Public Agency County Section Number City of Elgin I lKane 23-00201-00-RS Consultant / Subconsultant Name Job Number Gewalt Hamilton Associates, Inc. N/A AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 3 Construction Observation Traffic Control Inspection Punch List&Final PAYROLL AVG Project Management RFI Response RE Progress Meetings (Nights) Inspections HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.00 CE VI 76.20 CE V 71.37 CE IV 58.42 16 16.00% 9.35 4 6.67% 3.89 1 2 1 3.85% 2.25 CE III 44.70 CE II 40.43 84 84.00% 33.96 40 66.67% 26.95 42 100.00% 40.43 10 19.23% 7.77 CE I 33.74 16 26.67% 9.00 700 66.04% 22.28 8 1 100.00=, 33.74 40 76.92% 25.95 LS IV 53.73 LS III 44.51 LS I 23.88 GISP III 61.98 ETV 64.26 ET IV 40.85 ET III 34.37 360 33.96`& 11.67 ET II 32.00 ET I 24.89 AD I 26.38 Environmental Consultant I 31.50 TOTALS 100.0 100% $43.31 60.0 1004o $39.84 1060.0 100% $33.96 42.0 100%. $40.43 8.0 100% S33.74 52.0 100% $35.98 Printed 2/24/2023 1:06 PM BLR 05514 (Rev. 11/04/22) Page 7 of 8 AVG 2 Local Public Agency County Section Number City of Elgin lKane 23-00201-00-RS Consultant / Subconsultant Name Job Number Gewalt Hamilton Associates, Inc. AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 3 OF 3 PAYROLL AVG Record Drawings Project Closure HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.00 CE VI 76.20 CE V 71.37 CE IV 58.42 2 4.08% 1 2.38 4 1 4.26% 2.49 CE III 44.70 CE II 40.43 2 4.08% 1.65 10 10.64% 4.30 CE I 33.74 8 16.33% 5.51 80 85.11% 28.72 LS IV 53.73 1 2.04% 1.10 LS III 44.51 20 40.82% 18.17 LS 1 23.88 GISP III 61.98 ETV 64.26 ET IV 40.85 ET III 34.37 16 32.651 11.22 ET II 32.00 ET 1 24.89 AD I 26.38 Environmental Consultant 1 31.50 TOTALS 49.0 100% $40.03 94.0 100% $35.50 0.0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 BLR 05514 (Rev. 11/04/22) Printed 2/24/2023 1:06 PM AVG 3 Page 8 of 8 �+o � s.nlrts nrnr Q o C rf' 71. Ia�l°IrrmN rx 0 L m o a o z 3 GEWALTASSOCI^HAMILION _ N 2023 Providence Resurfacing Project i o=i.000 n 1