Loading...
09-158 Resolution No. 09-158 RESOLUTION AUTHORIZING EXECUTION OF A LOCAL AGENCY AGREEMENT WITH THE ILLINOIS DEPARTMENT OF TRANSPORTATION FOR FEDERAL PARTICIPATION IN CONSTRUCTION OF THE SUMMIT STREET LOCAL AGENCY PAVEMENT PRESERVATION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that Sean R. Stegall, City Manager, be and is hereby authorized and directed to execute a local agency agreement on behalf of the City of Elgin with the Illinois Department of Transportation for federal participation in construction of the Summit Street Local Agency Pavement Preservation Project, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: July 8, 2009 Adopted: July 8, 2009 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk Illinois Department of Transportation 2300 South Dirksen Parkway/ Springfield, Illinois /62764 August 26, 2009 ri , ,, q Diane Robertson NUG 1 1 2- 9 City Clerk 150 Dexter Court Elgin, IL 60120 BY Subject: City of Elgin Section 08-00174-00-RS Project No. ARA-9003(225) Job No. C-91-283-09 Construction Engineering Agreement Dear Ms. Robertson: The agreement for construction engineering services, with Engineering Enterprises, Inc. in the amount of$121,525.80, was approved by the department effective August 26, 2009. The city may authorize the consultant to proceed with the engineering work called for in the agreement. (NOTE: The construction engineering may not exceed 15% of the final construction cost.) Please note: This project utilizes American Recovery and Reinvestment Act (ARRA) funding. Please find attached specific ARRA conditions that must be met. Failure of your consultant to report employment or fully comply with any of the ARRA requirements may jeopardize reimbursement of ARRA funds to your agency. Your file copy of the approved engineering agreement is attached. If you have any questions please contact Debbie Jarvis at Debbie.Jarvis@illinois.gov. Sincerely, aa/A/JY). AV661 iz Darrell W. Lewis, P. E. Acting Engineer of Local Roads and Streets Attachment cc: Joseph Evers, Municipal Engineer Engineering Enterprises, Inc. Diane O'Keefe Attn: Christopher Holt Debbie Marks Attn: Project Control Loral Agency Consultant ` City of Elgin L II&lois Department Engineering Enterprises, Inc. 0 of Transportation C County C 0 Address Kane/Cook A N 44W110 U.S. HWY 20 Section L S City • 08-00174-00-RS U Hampshire Project No. Construction Engineering State ARA-9003(225) G Services Agreement IL Job No. For Zip Code -91-283-09A 60140 E Federal Participation Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Haresh Modi, P.E, 847-931-5967 C T Jason M. Bauer, P.E., 630-466-6700 Modi_H@Cityofelgin.org Y jbauer@ eeiweb.com THIS AGREEMENT is made and entered into this v"' day of J t , between the above Local Agency(LA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the PROJECT described herein. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation(STATE)will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. WHEREVER IN THIS AGREEMENT the following terms are used,they shall be interpreted to mean: Regional Engineer Regional Engineer, Department of Transportation Resident Engineer LA Employee directly responsible for construction of the PROJECT Contractor Company or Companies to which the construction contract was awarded Project Description Name Summit Street Route 1320 Length 4,159 ft Structure No. N/A Termini Dundee Avenue(FAU 2527)to Hiawatha Drive Description: This work shall consist of milling(2.0 inches and variable)and resurfacing(1.75 inches surface, 1.00 inches leveling binder) the above mentioned four lane roadway with bidirectional left turn lane,pavement patching to correct base failures, repairing damaged sections of B-6.24 curb and gutter, replacing damaged sidewalk, adjusting manholes,applying crack control as required,striping,and restoration. Agreement Provisions I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the engineering services for the LA, in connection with the PROJECT hereinbefore described and checked below: ® a. Proportion concrete according to applicable STATE Bureau of Materials and Physical Research(BMPR)Quality Control/Quality Assurance(QC/QA)training documents or contract requirements and obtain samples and perform testing as noted below. ® b. Proportion hot mix asphalt according to applicable STATE BMPR QC/QA training documents and obtain samples and perform testing as noted below. c. For soils, to obtain samples and perform testing as noted below. • d. For aggregates,to obtain samples and perform testing as noted below. NOTE: For 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 LA;test according to the STATE BMPR"Manual of Test Procedures for Materials",submit STATE BMPR inspection reports;and verify compliance with contract specifications. ® e. Inspection of all materials when inspection is not provided at the sources by the STATE BMPR,and submit inspection reports to the LA and the STATE in accordance with the STATE BMPR"Project Procedures Guide"and the policies of the STATE. • f. For Quality Assurance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes. • g. Inspect,document and inform the resident engineer of the adequacy of the establishment and maintenance of the traffic control. Page 1 of 7 BLR 05611 (Rev.9/06) Printed on 3/31/2009 1:57:24 PM , c. ® h. Geometric control including all construction staking and construction layouts. ® i. Quality control of the construction work in progress and the enforcement of the contract provisions in accordance with the STATE Construction Manual. • j. Measurement and computation of pay items. ® k. Maintain a daily record of the contractor's activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. ® I. Preparation and submission to the LA by the required form and number of copies, all partial and final payment estimates,change orders, records,documentation and reports required by the LA and the STATE. ® m. Revision of contract drawings to reflect as built conditions. 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 resident engineer or authorized representative. 4. To attend meetings and visit the site of the work at any reasonable time when requested to do so by representatives of the LA or STATE. 5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without the written consent of the LA. The consent to sublet,assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 6. The ENGINEER shall submit invoices, based on the ENGINEER's progress reports,to the resident engineer, no more than once a month for partial payment on account for the ENGINEER's work completed to date. Such invoices shall represent the value,to the LA of the partially completed work, based on the sum of the actual costs incurred,plus a percentage(equal to the percentage of the construction engineering completed)of the fixed fee for the fully completed work. 7• That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable to improvement of the SECTION; and that the ENGINEER has sufficient properly trained,organized and experienced personnel to perform the services enumerated herein. 8. That the ENGINEER shall be responsible for the accuracy of the ENGINEER's work and correction of any errors, omissions or ambiguities due to the ENGINEER'S negligence which may occur either during prosecution or after acceptance by the LA. Should any damage to persons or property result from the ENGINEER's error,omission or negligent act,the ENGINEER shall indemnify the LA,the STATE and their employees from all accrued claims or liability and assume all restitution and repair costs arising from such negligence. The ENGINEER shall give immediate attention to any remedial changes so there will be minimal delay to the contractor and prepare such data as necessary to effectuate corrections, in consultation with and without further compensation from the LA. 9. That the ENGINEER will comply with applicable federal statutes,state of Illinois statutes,and local laws or ordinances of the LA. 10. The undersigned certifies neither the ENGINEER nor I have: a) employed or retained for commission,percentage,brokerage,contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER)to solicit or secure this AGREEMENT; b) agreed, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or c) paid,or agreed to pay any firm,organization or person (other than a bona fide employee working solely for me or the above ENGINEER)any fee,contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. d) are not presently debarred,suspended,proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; e) have not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining,attempting to obtain or performing a public (Federal, State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery,falsification or destruction of records,making false statements or receiving stolen property; f) are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph(e)of this certification;and g) have not within a three-year period preceding this AGREEMENT had one or more public transactions(Federal,State or local) terminated for cause or default. Page 2 of 7 BLR 05611 (Rev.9/06) Printed on 2/19/2009 12:45:20 PM 11. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. "12. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement. 13. To submit BLR 05613, Engineering Payment Report,to the STATE upon completion of the work called for in the AGREEMENT. II. THE LA AGREES, 1. To furnish a resident engineer to be in responsible charge of general supervision of the construction. 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services. 4. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT,on the basis of the following compensation formulas: Cost Plus Fixed Fee ® CPFF= 14.5%[DL+ R(DL)+OH(DL)+ IHDC], or ❑ CPFF= 14.5%[DL+ R(DL) + 1.4(DL)+ IHDC],or ❑ CPFF= 14.5%[(2.3+ R)DL+IHDC] Where: DL=Direct Labor IHDC= In House Direct Costs OH =Consultant Firm's Actual Overhead Factor R =Complexity Factor Specific Rate El (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: El With Retainage a) For the first 50%of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to 90%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50%of the work is completed,and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER,such payments to be equal to 95%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. ® Without Retainage a) For progressive payments—Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE,a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 6. The recipient shall not discriminate on the basis on the basis of race,color,national origin or sex in the award and performance of any DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of DOT- assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved program,the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.C.3801 et seq.). Page 3 of 7 BLR 05611 (Rev.9/06) Printed on 2/19/2009 12:45:20 PM Ill. It is Mutually Agreed, 1. That the ENGINEER and the ENGINEER's subcontractors will maintain all books,documents,papers,accounting records and other evidence pertaining to cost incurred and to make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT,for inspection by the STATE, Federal Highway Administration or any authorized representatives of the federal government and copies thereof shall be furnished if requested. 2. That all services are to be furnished as required by construction progress and as determined by the RESIDENT ENGINEER. The ENGINEER shall complete all services specified herein within a time considered reasonable to the LA, after the CONTRACTOR has completed the construction contract. 3. That all field notes,test records and reports shall be turned over to and become the property of the LA and that during the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That this AGREEMENT may be terminated by the LA upon written notice to the ENGINEER, at the ENGINEER's last known address,with the understanding that should the AGREEMENT be terminated by the LA,the ENGINEER shall be paid for any services completed and any services partially completed. The percentage of the total services which have been rendered by the ENGINEER shall be mutually agreed by the parties hereto. The fixed fee stipulated in numbered paragraph 4d of Section II shall be multiplied by this percentage and added to the ENGINEER's actual costs to obtain the earned value of work performed. All field notes,test records and reports completed or partially completed at the time of termination shall become the property of, and be delivered to,the LA. • 5. That any differences between the ENGINEER and the LA concerning the interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the ENGINEER, one member appointed by the LA,and a third member appointed by the two other members for disposition and that the committee's decision shall be final. 6. That in the event the engineering and inspection services to be furnished and performed by the LA(including personnel furnished by the ENGINEER)shall,in the opinion of the STATE be incompetent or inadequate,the STATE shall have the right to supplement the engineering and inspection force or to replace the engineers or inspectors employed on such work at the expense of the LA. 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(30ILCS 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 Page 4 of 7 BLR 05611 (Rev.9/06) Printed on 2/19/2009 12:45:20 PM (4) the penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting or granting agency within ten (10)days after receiving notice under part(B)of paragraph(3)of subsection (a)above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is convicted, as required by section S of the Drug Free Workplace Act. (f) Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 9. The ENGINEER or subconsultant shall not discriminate on the basis of race,color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT-assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination this AGREEMENT or such other remedy as the LA deems appropriate. A.reement Summa Prime Consultant: TIN Number Agreement Amount Engineering Enterprises, Inc. 36-3150869 $121,525.80 Sub-Consultants: TIN Number Agreement Amount Terracon Consultants, Inc. (Terracon) 42-1249917 $7,525.13 Sub-Consultant Total: $7,525.13 Prime Consultant Total: $114,000.67 Total for all Work: $121,525.80 Executed by the LA: City of Elgin (Municipality/Township/County) ATTEST: By: . • By: I.. Diane Roberts.; ' dosa0 C> • City Clerk Title: City Manager A f `N ;I Executed by the E r>,F Engineering Enterprises, Inc. ATTEST: By: LA i f By: £....�.1_ I9t4yt4'J� Title: Admin ative Assistant Title: Vice President Page 5 of 7 BLR 05611 (Rev.9/06) Printed on 6/5/2009 7:09:30 AM EP $ m orn mIn T 9 -1 N4 Milii LNN9NN9NVN 2i' L m o n�a o gmnmmnmmmm�m � �"c7oa �o Em ra 4 a m liKazzozzz Nom00 Vn o zon R,b bma'')DbmbOa zoo yam Z m ,rv�.azq--,_ R9 Y. , O. 4jr z o rom zg O xo i o mZzmO,8 s ”R'3 A6! oi ' g aP qa -'Oo - m 3pp,1U n ro $5a c 10i o 'El 3O Z DDg m� < SI,, m o a D c< i N�Y+N�n m « m-< m P t P m o N< 5.14sN�10 +b o 6 D Y.• a , So gig aN o O �� VZOZZp N0NLN nC, iO 0O0,.O O0O - i� z10o0 •Ooon" 3 a� r7i "nn; .aOnan paen n ~yy 92m •�~DPD N :1 = 999 0 MEIN o +ssa2882 .uo-• i E Z n N i'�ym EIN J D lx p, N g o u �£;3nnC a tSo _ m8 .,-4 � £ 0 ., 8� oaa$S�aa°�8, o n m Gm nzz nim DS OgS D y m� m O y D 5 Vol N m t 21 z m ^m _ 0 0 m 8 «o 621 «o v im 4p s x v N m r. !on 9 6m yx mai nes 5 SE a - oa te=a 66 ' I>N N nq0 5 sat7i8a8,-A8s2o0 <� Ati d vT o 9 A e N �$ o >a8 $SBimoa i � 3 p Nz rIO g 01 _ _ = o_SUmoo.Nga8Noa NMI M' !I! !I!! !p: g$U � y D n eoo fo2 n 8 G 5 ieO ■ z« 11111111111 cooawe Z pi a 1 o88gw$`noaAwa� o __ CP Q O ❑AS a ffi M8mH « o 'giliiii.I kwalloaHON-oHt « N „ sxysnsm2s� essnssss«Nssm., . Exhibit B Illinois Department of Transportation Engineering Payment Report Prime Consultant Name Engineering Enterprises, Inc. Address 44W110 U.S. HWY 20, Hampshire IL 60140 Telephone 630-466-6700 TIN Number 36-3150869 Project Information Local Agency City of Elgin Section Number 08-00174-00-RS Project Number ARA-9003(225) Job Number C-91-283-09 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 Terracon Consultants, Inc. 42-1249917 Sub-Consultant Total: Prime Consultant Total: Total for all Work Completed: /1.* � -- 4/VM Si nature and title of Prime Consultant Date 9 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. Page 7 of 7 BLR 05611 (Rev.9/06) Printed on 3/31/2009 1:57:49 PM SUMMIT STREET LAPP RESURFACING PROJECT CITY OF ELGIN Section No. 08-00174-00-RS DIRECT EXPENSES DESCRIPTION: NO. UNIT COST/UNIT COST Vehicle/Transportation 72 Day $ 45.00 $ 3,240.00 Total $ 3,240.00 G:\Public\Elgin\2008\EGO810 Summit Street LAPP Project MOT Submittals\phase III engineering agreement\[BLR 05611 Exhibit A Construction Engineering 2008-12-30.xls]Direct t . ENGINEERING ENTERPRISES, INC. PAYROLL HOURLY RATE RANGE PROFESSIONAL ENGINEERING&LAND SURVEYING SERVICES December 2008 HOURLY AVERAGE PAYROLL RATE HOURLY CLASSIFICATION RANGE RATE [E-4]Senior Principal $72.12-$100.96 $ 86.54 [E-3]Principal $57.69-$60.10 $ 58.29 [E-2]Senior Project Manager $42.71 -$57.69 $47.79 [E-1]Project Manager $34.32-$39.26 $ 36.31 [P-6]Sr. Project Engineer/Planner/Surveyor II $32.85-$42.25 $ 35.51 [P-5]Sr. Project Engineer/Planner/Surveyor I $25.68-$32.32 $ 29.48 [P-4]Project Engineer/Planner/Surveyor $23.08-$31.25 $ 25.24 [P-3]Senior Engineer/Planner/Surveyor $21.15-$21.15 $ 21.15 [T-6]Sr. Project Technician II $33.05-$39.32 $ 36.16 [T-5]Sr. Project Technician I $29.73-$31.67 $ 30.70 [T-4] Project Technician $25.76-$26.99 $ 26.37 [T-3]Senior Technician $25.42-$25.42 $ 25.42 [A-3]Administrative Assistant $14.33-$25.88 $ 21.14 ESTIMATED CONSTRUCTION ENGINEERING SERVICES FOR THE SUMMIT STREET LAPP PROJECT Project Information: Key Dates: Section:08-00174-00-RS Letting:June 12,2009 Village:Elgin (anticipated) Award:July 6,2009 County:Kane&Cook (anticipated) Begin Construction:August 4,2009 Personnel Hours Required O 8 8 O C p > > > ,A y O1 N d C CN CI) 5/7 W Cn ti c CL <0 ozs M O, C C C C ~ U "Cl CE y N w N N N a) L L > N n S 9 o a a a o m a o a 2 L '45 ~ I- _ —0 •-,r 0) c oc o o c —o 0 E C c A C C 0 -i C C C c E m Date: Construction Engineering Service cn n a )w= cn w w m a m a rn a > Var s;Miso..Adm_In, Organi?atfon,.Meetipgs: 2 Aug 0 3 Augi Construction Layout li 18 8 • 5 29 4 " 4 Adg1 Markout RemoVat.44i.01its f - 8 6 5 24 2 5=Au(f l ret ar&QOoR3 4 y t 4 ° 5 a 5 2 i 7 13 F=A'ugct Fire Cgristl Gctlon Meting a`" i °t' 44C.:1 7-Aug;Pr9pa�a Hooks 3 6 8-Aug 0 9-Aug 0 107Aug'Consfruotion Observation&,DAc:: t N; -% ,j ;"�2:1; -10' iwF4'n - 11 Aug,Cpnsrtruction Obst3fl/7dtloh&ilgtt • � , • 12 Aub. tlttstruction ObserV511on 8y 04et-' �»s- �q - , , z. - ;j14. 13Auq onstrucoft Qbs,¢rvapn&boc 1 1 14-A0g 1 2' 34 2 15-Aug 0 16-Aug 0 17 flJg;Qonstruotion.Observation&,Doc. t- "C?A'r`;': 2i. 10' :,.2 14 2, 18-Aug;OenstrictonO45ervation&"Doc,;:""t r 1t) 10. •1 19-Aug.Construction 04setvation&Doe:.,: ? ); 10 • 4 . .14 - 1' . 20-Aug•Constructi n Observation.&.f?oc; + 10 ' - 10. 1 21-Aug•Const.6bse64on,Dgc„Report§. 1 ' •} 6 8 5 ',`' 10 2 34: 2 22-Aug 0 23-Aug 0 24-Aug;Constructipn Observation&Doc. 2 •1:0 '.2•.• - - 14: 2 25=Aug'CoristructforlObservation&Doc. ;--10: .10; 1• 26-Aug;Construction Observation&"poc.: 10 - -4 • 14 -,1 27-Aug Construclion;Observation&Doc. ' ' _ 10 - 10 1 28 Aug`Cons_t.-Obaery tion,`Doc.,Reports ; 1 8 - _g_+ 5 ?,'10 2 - 34 2 ,. 29-Aug 0 30-Aug 0 31.-Aug Construction Observation,&Doc... 2_ , '10'°_ 2 14, - 2 1 Sep i Construction-ObsQrvatioh&-Doc ' . 10 - :,..10 1., • 2 Sep Construction Obsetatian$;Odd i. 10 4 14: 1 3 Sep%Construction•Observation"&Doe 1f;:•;` 1 ; 1 O • ..12 '1 4=Sep` C6HsG:Otiservation;Doc.,Reports - - ,,1 8 ..; '2.8:-.,• 5.' '-10' • :`2 ; 34 2 _' 5-Sep - 0 6-Sep 0 7-Sgp Construction Observation Doe. - . 2 10 4 . 16. 2 8-gee',Cgnstructiori.Obseivatlon &•Doe t r;c:;:` 10. 10, 1 9-Sep•Construction Observation&'Doc - a 10 r 14 2 10-Sep Conatruption Observa{iorr&tlpc! - 1 ') 1 , 10 - 12 - 1 11-Sep;Const.Observations Doc.,Deports :. 2 8 8 5 ;- 10•. •'.2 , 35;' 2 12-Sep 0 13-Sep 0 14-Sep-Construction Observation&Doc.-, .2 10 4 •-16_ 2 15-Sep,Construction Otjservabon,&Doc. :;' 10' - . . - -"-101 16•Sep,Construction ObserV3tion"&,17oc: h ' • ' .10 '5 15. 2 17-Sep:Construction Observation`&'Doc 1 1. ; 10 12 -1 18-Sep.Const:QbservatiOn,Doc,;Reports• 2 8 8' 5 ;: 10 2.: 35- 2 19-Sep 0 20-Sep 0 21-Sep Construction Observation&Doc. -2 ,'' 10 4 16 2 - 22-Sep Construction Observation DoC. ; 10' - - 10 1 23=Sep Construction Observation&Doc. -_ • _ -10 _,- 5'° • • 15 2 24-Sep ConStruction'Ob's`ervatiori&Doc:. -1 1_.,`; „ . • 10 `, 12 1 25=Sep Const.Observation,Obc.,Reports 2 8 8 , 6 10.- . -- • - 3 .37� 2 26-Sep 27-Sep 28-Sep,Fina1_Doqurrtentaticn&Books.• • 8°-i.,. 6 '; • 8- 5 -.26 2 295Sep.,Pifral�Documetttl ioil&Books' ' • :. 8.` # a r,:8•' 5 S ,31 1` . 30-Sap, iflai Doeilrrie0.1510 j&Bobks- 8 5 8 ; • 5 5 ' ":31.' ;1 = 1-Oct< ir1e1 Docl,meniatlon&poops j ;, 5,`; ,Q • 5 2-Oct.Final Documentation&&Books•: . _ :8 5 ; .10,,• 5 6 34 3-Oct 4-Oct N/A'.Review With iDO-bCloseout ' .10 - 5.,:_ 0'' "'. ` `' 38' 83 3 40 5 170 75 0 109 500 40 25 0 40 66 1070 72 ENGINEERING ENTERPRISES,INC. CONSULTING ENGINEERS SUGAR GROVE.IL "ORIGINAL" Project Na-:-----""" lierracon Consulting Engineers&Scientists December 10, 2008 4836 Colt Road Rockford, Illinois 61109 Phone 815.873.0990 Engineering Enterprises, Inc. Fax 815.873.0991 44W110 US Highway 20 www.terracon.com Hampshire, Illinois 60140 Attention: Mr. Sean Mikos, E.I. Project Engineer • RE: Proposal for Construction Observation and Testing Services City of Elgin Summit Street LAPP RECENED Section No. 08-00174-00-RS County: Kane/Cook Elgin, Illinois DEC 1 5 200D Terracon Proposal No. R1908108 Dear Mr. Mikos: ENGINEERING ENTERPRISES,INC Thank you for allowing Terracon Consultants, Inc. (Terracon) the opportunity to submit this proposal to provide Construction Observation and Testing Services for the above referenced project in Elgin, Illinois. We appreciate your consideration and look forward to our continued relationship with EEI. A. PROJECT INFORMATION The proposed Summit Street roadway improvements will begin at the intersection of Dundee Avenue in the city of Elgin. The work consists of resurfacing the roadway, patching, curb and gutter repairs, sidewalk repairs and striping. The project extends in an easterly direction to approximately 200 feet east of Hiawatha Drive, to its termination point. Roadway improvements are about 4,160 lineal feet. It is our understandingthat seven (7) days of asphalt paving and three(3) day of concrete placement are anticipated for the project. B. SCOPE OF SERVICES We understand that our scope of services will include performing QA on behalf of EEI and the City of Elgin. Quality Control (QC) services will be performed by others on behalf of the Contractor. Concrete Inspection An IDOT Level II Certified Plant Technician will perform testing at the concrete plant in general accordance with the requirements of ACI 311.5R "Guide for Concrete Plant Inspection of Ready Mixed Concrete" and IDOT's "Guidebook for Reporting Material Terracon Summit Street LAPP Elgin, Illinois Terracon Proposal No. R1908108 December 10,2008 Page 2 Inspection on Portland Cement Concrete Mixtures", dated February 1, 2002. The technician will be present at the batch operations to verify that the specified type and amount of materials batched conform to the approved design mix proportions, or that batch weights fall within the specified tolerances. Batch weight tickets will be obtained at the batching console with type and batch weights of aggregate, cement, water cement ratio and admixtures shown. The weights will be compared to the mix design. On a weekly basis, samples of fine and coarse aggregate used in concrete batched will be returned to the laboratory for moisture content and gradation determination. Slump and air content tests will be performed on the batched concrete. Test results not in compliance with specification or mix design will be immediately reported to EEI personnel. Asphalt Field Testing Density tests will be performed on the asphalt during placement. If requested, asphalt core samples will also be taken to verify thickness and/or density. Asphalt Plant Testing An IDOT Certified Plant Technician will perform testing at the asphalt plant to verify that the materials used to produce the mix meet the approved mix design. Our technician will perform scale checks, record asphalt mix and aggregate temperatures and obtain aggregate samples from stockpiles/hot bins for gradation tests. Test results not in compliance with specifications or mix design will be reported to EEI personnel, City of Elgin, IDOT and Plant QC personnel. Asphalt Laboratory Testing An IDOT Certified Technician will perform gradation tests of aggregate samples collected at the plant and perform laboratory tests of the hot mix sample to determine specific gravity, gradation, asphalt content and voids by extraction and gyratory method. Test results not in compliance with specifications or mix design will be reported to EEI personnel. Additional Services Adjustments to the estimated scope described above may be necessary if additional project information and/or specifications related to our work are altered. If you would like us to perform additional services beyond the scope described above, let us know and we will issue another short Supplement to the Agreement form, or Supplemental Proposal, which outlines the additional work to be performed and the associated fees. To authorize us to begin this additional work, you simply return a signed copy of the Supplement. 2 of 8 Terracon Summit Street LAPP Elgin, Illinois Terracon Proposal No. R1908108 December 10, 2008 Page 3 Test Results Results of field tests will be submitted verbally to authorized personnel at the site upon completion of the tests. Hand-written copies of our Daily Reports may be left at the job-site trailer each day, if you desire. Final summaries of field tests and observations are usually submitted at intervals of approximately one to two weeks. However, the report interval may be adjusted to fit your needs. Results of laboratory tests will be submitted either upon completion of tests or with the next field services report. The presence of and testing performed by our representative does not relieve the contractor(s) or his agent(s) from contractual responsibilities and does not excuse defects in his work. Our services specifically exclude job site safety responsibility, and our services do not relieve any contractor/subcontractor from complying with project specifications. Proiect Schedule Our services will be provided as requested by you or your designated representative. We recommend the services be scheduled a minimum of one (1) working day in advance. We will endeavor to schedule services on lesser notice, but may not always be able to meet the desired project schedule. All requests for services should be submitted to this office, (phone 815/873-0990). C. COMPENSATION The billing for our services will be based on the work performed and charged in accordance with our schedule of fees listed below. We understand that this project will fall under Illinois Prevailing Wage law. UNIT RATES Principal Engineer(P.E.) $140.00/hour Project Engineer** (Project Coordination/Supervision and Reports) $90.00/hour Field Technician* $86.40/hour Lab Technician* $35.07/hour Standard or Modified Proctor $175.00/each Cylinders (Concrete, Mortar, Grout Compressive Strength Test) $18.00/each Equipment/Vehicle Charge $55.00/trip Nuclear Density Gauge $50.00/day 3 of 8 Terracon Summit Street LAPP Elgin, Illinois Terracon Proposal No. R1908108 December 10,2008 Page 4 Sieve Analysis - Unwashed (ASTM C 136) $90.00/each Sieve Analysis—Washed over#200 sieve (ASTM C 136) $110.00/each Asphalt Content and Washed Gradation (Extraction/Reflux Method) $265.00/each Core Density and Thickness $55.00/each Coring Equipments (Coring Rig & Generator) $150.00/day Super Pave (Gyratory Molded) Density (Set of 2 specimens) $250.00/set Theoretical Maximum Specific Gravity $150.00/each *Our unit rates are based on a normal 8-hour workday, Monday through Friday, between normal business hours of 6:00am to 5:00pm. Overtime beyond 8-hours per day, outside normal hours and on Saturday will be invoiced at a rate of 1.3 times the normal hourly rate indicated above. Work on Sundays and Holidays will be invoiced at 2.0 times the hourly rate. All site visits will be subject to a 4-hour minimum charge. Above rates are portal-to- portal from our Rockford, Illinois office. The above rates are valid through the duration of the project. **A minimum of hour of Project Engineering time will be charged per technician per day. Terracon's fees would be determined by the actual amount of technical time expended for this project and the amount of laboratory testing performed. For the outlined scope of services described in this proposal, and the estimated project duration, our total fee is estimated to be on the order of $ 7,525.13, a breakdown of estimated number of visits for each service type is included in the attached spreadsheet. The actual cost of our services will depend on the construction schedule, weather, site conditions and contractor performance. Please note that Terracon has little to no control over the project schedule or the means and methods of construction. Therefore, the amount of time required can vary somewhat and the estimated construction materials testing budget can vary from our initial estimate. D. AUTHORIZATION This proposal is prepared for the exclusive use of Engineering Enterprises, Inc. This proposal may be accepted by signing both originals of the attached Agreement for Services and returning both executed copies along with this proposal to Terracon. One fully executed copy will be returned to you for your files. This proposal is valid only if authorized within sixty days from the listed proposal date. 4 of 8 Terracon Summit Street LAPP Elgin,Illinois Terracon Proposal No. R1908108 December 10,2008 Page 5 Once again, we appreciate the opportunity to submit this proposal for the Construction Testing Services, and we look forward to working with you on this project. If you have any questions or would like to further discuss our scope of service, please do not hesitate to contact us. Sincerely, Terracon Consultants, Inc. Eric D. Kunz, P.E. Office Manager Attachments: Cost Estimate and Agreement for Services 5 of 8 • Exhibit A-Preliminary Engineering Route: Summit Street 'Firm's approved rates on file with IDOT'S Local Agency: City of Elgin Bureau of Accounting and Auditing: (MunicipalltyfrownshiplCounty) Section: 08-00174-00-RS Overhead Rate(OH) 145.00% Project: Complexity Factor(R) 0.00 Job No.: Calendar Days Method of Compensation: Cost Plus Fixed Fee 1 ❑ 14.5%[DL+R(DL)+OH(DL)+IHDCI Cost Plus Fixed Fee 2 ❑X 14.5%[DL+R(DL)+1.4(DL)+IHDC] Cost Plus Fixed Fee 3 ❑ 14.5%[(2.3+R)DL+IHDC] Specific Rate ❑ Lump Sum ❑ Cost Estimate of Consultant's Services in Dollars Element of Work Employee Man- Payroll Payroll Overhead' Services by In-House Direct Profit Total Classification Hours Rate Costs(DL) Others Costs(IHDC) PCC Testing Field Testing Field Technician 20 30.80 616.00 893.20 218.83 1728.03 Laboratory Testing Lab Technician 2 12.50 25.00 36.25 8.88 70.13 Concrete Compressive Strength Test 12 18.00 216.00 Stockpile Gradation (Washed) 4 110.00 440.00 Vehicle Usage 4 55.00 220.00 Bituminous Concrete Testing Field Testing Field Technician 20 30.80 616.00 893.20 218.83 1728.03 Extraction/Asphalt Content Tests 2 265.00 530.00 Bulk Specific Gravity by Gyratory 2 250.00 500.00 Maxium Specific Gravity 2 150.00 300.00 Stockpile Gradation (Washed) 6 110.00 660.00 Laboratory Testing Lab Tech 2 12.50 25.00 36.25 8.88 70.13 Vehicle Usage 2 55.00 110.00 Nuclear Gauge 2 50.00 100.00 Report Review/Preparation Project Review 1Project Manager 10 30.40 304.00 440.80 108.00 852.80 Total 90 1586.00 2299.70 503.43 7525.13 lrerracon AGREEMENT FOR SERVICES This AGREEMENT is between Engineering Enterprises,Inc.("Client")and Terracon Consultants, Inc.("Consultant")for Services to be provided by - Consultant for Client on the Summit Street LAPP-Elgin,Illinois project("Project),as described in the Project Information section of Consultant's Proposal dated December 10,2008("Proposal")unless the Project is otherwise described in Exhibit A to this Agreement(which section or Exhibit is incorporated into this Agreement). 1. Scope of Services. The scope of Consultant's services is described in the Scope of Services section of the Proposal ("Services"),unless Services are otherwise described in Exhibit B to this Agreement(which section or exhibit is incorporated into this Agreement).Portions of the Services may be subcontracted. Consultant's Services do not include the Investigation or detection of,nor do recommendations in Consultant's reports address the presence or prevention of biological pollutants(e.g.,mold,fungi,bacteria,viruses,or their byproducts)or occupant safety issues,such as vulnerability to natural disasters,terrorism, or violence. If Services include purchase of software, Client will execute a separate software license agreement.Consultant's findings,opinions,and recommendations are based solely upon data and information obtained by and furnished to Consultant at the time of the Services. 2. Acceptance. Client agrees that execution of this Agreement is a material element of the consideration Consultant requires to execute the Services,and if Services are initiated by Consultant prior to execution of this Agreement as an accommodation for Client at Client's request,both parties shall consider that commencement of Services constitutes formal acceptance of all terms and conditions of this Agreement.Additional terms and conditions may be added or changed only by written amendment to this Agreement signed by both parties.In the event Client uses a purchase order or other form to administer this Agreement, the use of such form shall be for convenience purposes only and any additional or conflicting terms it contains are stricken.This Agreement shall not be assigned by either party without prior written consent of the other party. 3. Change Orders. Client may request changes to the scope of Services by altering or adding to the Services to be performed. If Client so requests, Consultant will return to Client a statement(or supplemental proposal)of the change setting forth an adjustment to the Services and fees for the requested changes.Following Client's review,Client shall provide written acceptance.If Client does not follow these procedures,but instead directs, authorizes,or permits Consultant to perform changed or additional work, the Services are changed accordingly and Consultant will be paid for this work according to the fees stated or its current fee schedule. If project conditions change materially from those observed at the site or described to Consultant at the time of proposal,Consultant is entitled to a change order equitably adjusting its Services and fee. 4. Compensation and Terms of Payment.Client shall pay compensation for the Services performed at the fees stated in the Compensation section of the Proposal unless fees are otherwise stated in Exhibit C to this Agreement (which section or Exhibit is incorporated into this Agreement). If not stated in either,fees will be according to Consultant's current fee schedule.Fee schedules are valid for the calendar year in which they are issued.Consultant may invoice Client at least monthly and payment is due upon receipt of invoice.Client shall notify Consultant in writing, at the address below, within 15 days of the date of the invoice if Client objects to any portion of the charges on the invoice, and shall promptly pay the undisputed portion.Client shall pay a finance fee of 1.5%per month,but not exceeding the maximum rate allowed by law,for all unpaid amounts 30 days or older.Client agrees to pay all collection-related costs that Consultant incurs,including attorney fees.Consultant may suspend Services for lack of timely payment.If it is later determined that Illinois prevailing wage applies,then Client agrees to pay charges reflecting prevailing wages from that point forward,as well as a retroactive adjustment to bring amounts previously paid in line with prevailing wage. 5. Third Party Reliance.This Agreement and the Services provided are for Consultant and Client's sole benefit and exclusive use with no third party beneficiaries intended. Reliance upon the Services and any work product is limited to Client, and Is not intended for third parties. For a limited time period not to exceed three months from the date of the report, Consultant will issue additional reports to others agreed upon with Client,however Client understands that such reliance will not be granted until those parties sign and return Consultant's reliance agreement and Consultant receives the agreed-upon reliance fee. 6. LIMITATION OF LIABILITY.CLIENT AND CONSULTANT HAVE EVALUATED THE RISKS AND REWARDS ASSOCIATED WITH THiS PROJECT, INCLUDING CONSULTANT'S FEE RELATIVE TO THE RISKS ASSUMED, AND AGREE TO ALLOCATE CERTAIN OF THE RISKS SO, TO THE FULLEST EXTENT PERMITTED BY LAW, THE TOTAL AGGREGATE LIABILITY OF CONSULTANT (AND ITS RELATED CORPORATIONS AND EMPLOYEES) TO CLIENT AND THIRD PARTIES GRANTED RELIANCE IS LIMITED TO THE GREATER OF$25,000 OR ITS FEE, FOR ANY AND ALL INJURIES, DAMAGES, CLAIMS, LOSSES, OR EXPENSES (INCLUDING ATTORNEY AND EXPERT FEES)ARISING OUT OF CONSULTANT'S SERVICES OR THIS AGREEMENT REGARDLESS OF CAUSE(S)OR THE THEORY OF LIABILITY, INCLUDING NEGLIGENCE, INDEMNITY, OR OTHER RECOVERY. THIS LIMITATION SHALL NOT APPLY TO THE EXTENT THE DAMAGE IS PAID UNDER CONSULTANT'S COMMERCIAL GENERAL LIABILITY POLICY. 7. Indemnity/Statute of Limitations. Consultant and Client shall defend, indemnify, and hold harmless the other, their agents, and employees, from and against legal liability for all claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are caused by their negligent acts, errors,or omissions. In the event such claims,losses,damages,or expenses are caused by the joint or concurrent negligence of Consultant and Client,they shall be borne by each party in proportion to its own negligence under comparative fault principles. Causes of action arising out of Consultant's services or this Agreement regardless of cause(s)or the theory of liability,including negligence,indemnity or other recovery shall be deemed to have accrued and the applicable statute of limitations shall commence to run not later than the date of Consultant's substantial completion of services on the project. 8. Warranty.Consultant will perform the Services in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions in the same locale. CONSULTANT MAKES NO WARRANTIES OR GUARANTEES, EXPRESS OR IMPLIED, RELATING TO CONSULTANT'S SERVICES AND CONSULTANT DISCLAIMS ANY IMPLIED WARRANTIES OR WARRANTIES IMPOSED BY LAW,INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. 9. Insurance. Consultant represents that it now carries, and will continue to carry: (i)workers' compensation insurance in accordance with the laws of the states having jurisdiction over Consultant's employees who are engaged in the Services, and employer's liability insurance ($1,000,000);(ii)commercial general liability insurance($1,000,000 occ/$2,000,000 agg);(iii)automobile liability insurance($1,000,000 B.I.and P.D. combined single limit); and (Iv) professional liability insurance ($1,000,000 claim /agg). Certificates of insurance will be provided upon request. Client and Consultant shall waive subrogation against the other party on all general liability and property coverage. Client and Owner are additional Insured with respect to general and auto liability. Agreement Reference Number(Terracon Proposal or Project Number):R1908108 Page 1 of 2 _ Rev.3-08 • lierracon 10. CONSEQUENTIAL DAMAGES. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR LOSS OF PROFITS OR REVENUE;LOSS OF USE OR OPPORTUNITY; LOSS OF GOOD WILL; COST OF SUBSTITUTE FACILITIES,GOODS, OR SERVICES; COST OF CAPITAL; OR FOR ANY SPECIAL,CONSEQUENTIAL,INDIRECT,PUNITIVE,OR EXEMPLARY DAMAGES. 11. Dispute Resolution.Client shall not be entitled to assert a Claim against Consultant based on any theory of professional negligence unless and until Client has obtained the written opinion from a registered, independent, and reputable engineer, architect, or geologist that Consultant has violated the standard of care applicable to Consultant's performance of the Services.Client shall provide this opinion to Consultant and the parties shall endeavor to resolve the dispute within 30 days,after which Client may pursue its remedies at law.This Agreement shall be governed by and construed according to Kansas law. 12. Subsurface Explorations.Subsurface conditions throughout the site may vary from those depicted on logs of discrete borings,test pits,or other exploratory services.Client understands Consultant's layout of boring and test locations is approximate and that Consultant may deviate a reasonable distance from those locations.Consultant will take reasonable precautions to reduce damage to the site when performing Services; however,Client accepts that invasive services such as drilling or sampling may damage or alter the site. Site restoration is not provided unless specifically included in the Services. 13. Testing and Observations.Client understands that testing and observation are discrete sampling procedures, and that such procedures indicate conditions only at the depths, locations, and times the procedures were performed. Consultant will provide test results and opinions based on tests and field observations only for the work tested.Client understands that testing and observation are not continuous or exhaustive, and are conducted to reduce-not eliminate-project risk.Client agrees to the level or amount of testing performed and the associated risk.Client is responsible(even if delegated to contractor)for notifying and scheduling Consultant so Consultant can perform these Services. Consultant shall not be responsible for the quality and completeness of contractor's work or their adherence to the project documents, and Consultant's performance of testing and observation services shall not relieve contractor in any way from its responsibility for defects discovered in its work,or create a warranty or guarantee. Consultant will not supervise or direct the work performed by contractor or its subcontractors and is not responsible for their means and methods. 14. Sample Disposition, Affected Materials, and Indemnity. Samples are consumed In testing or disposed of upon completion of tests (unless stated otherwise in the Services). Client shall furnish or cause to be furnished to Consultant all documents and information known or available to Client that relate to the identity, location, quantity, nature, or characteristic of any hazardous waste, toxic, radioactive, or contaminated materials ("Affected Materials") at or near the site, and shall immediately transmit new, updated, or revised information as it becomes available. Client agrees that Consultant is not responsible for the disposition of Affected Material unless specifically provided in the Services, and that Client is responsible for directing such disposition. In the event that test samples obtained during the performance of Services (i) contain substances hazardous to health, safety, or the environment, or (ii) equipment used during the Services cannot reasonably be decontaminated,Client shall sign documentation(if necessary)required to ensure the equipment and/or samples are transported and disposed of properly,and agrees to pay Consultant the fair market value of this equipment and reasonable disposal costs. In no event shall Consultant be required to sign a hazardous waste manifest or take title to any Affected Materials. Client shall have the obligation to make all spill or release notifications to appropriate governmental agencies.The Client agrees that Consultant neither created nor contributed to the creation or existence of any Affected Materials conditions at the site.Accordingly,Client waives any claim against Consultant and agrees to indemnify and save Consultant,its agents, employees, and related companies harmless from any claim, lability or defense cost, including attorney and expert fees, for injury or loss sustained by any party from such exposures allegedly arising out of Consultant's non-negligent performance of services hereunder,or for any claims against Consultant as a generator,disposer,or arranger of Affected Materials under federal,state,or local law or ordinance. 15. Ownership of Documents. Work product, such as reports, logs, data, notes, or calculations, prepared by Consultant shall remain Consultant's property. Proprietary concepts, systems,and ideas developed during performance of the Services shall remain the sole property of Consultant Files shall be maintained in general accordance with Consultant's document retention policies and practices. 16. Utilities.Client shall provide the location and/or arrange for the marking of private utilities and subterranean structures.Consultant shall take reasonable precautions to avoid damage or injury to subterranean structures or utilities. Consultant shall not be responsible for damage to subterranean structures or utilities that are not called to Consultant's attention,are not correctly marked, including by a utility locate service,or are incorrectly shown on the plans furnished to Consultant. 17. Site Access and Safety. Client shall secure all necessary site related approvals, permits,licenses, and consents necessary to commence and complete the Services and will execute any necessary site access agreement.Consultant will be responsible for supervision and site safety measures for its own employees,but shall not be responsible for the supervision or health and safety precautions for any other parties,including Client,Client's contractors,subcontractors,or other parties present at the site. 18. Termination.Either party may terminate this Agreement or the Services upon written notice to the other.In such case,Consultant shall be paid costs incurred and fees earned to the date of termination plus reasonable costs of closing the project. Consultant: Terracon Consultants Clien• -ng '. I g Enterprises, Inc. By: Date: 12/10/08 By: Ariv Date: (2/to/0$ Name/Title: Er' .Kunz, P.E.-Office Manager Name,itle: j)tso," iyt-/t' Tfsz-<"tltr'-9Tia4C. Address: 4836 Colt Road Address: 'S'—L67rzc-, 4040 Rockford, Illinois 61109 :la.3 � 64 .Lz. 64 STY Phone: 815.873.0990 Fax: 815.873.0991 Phone: L ya/S((p6 S 3TJ Fax: 6 3c)/' 6(—9 5. D Agreement Reference Number(Terracon Proposal or Project Number):R1908108 Pace 2 of 2 Rev.3-06 • .171 . °ORIGINAL' ,° Esti City of Elgin Project No.: Mayor Ed Schock Off,vi�� `ISI m pti Council Members RirrllcE Juan Figueroa RECENEDRobert Gilliam David J. Kaptain F.John Steffen John Walters City Manager March 2, 2009 MAR " 6 2009 Olufemi Folarin Ms. Diane O'Keefe ENGINEERING ENTERPRISES,INC. District One Illinois Department of Transportation 201 West Center Court Schaumburg, IL 60196 Re: FAU 1320/Summit Street: Dundee Avenue to Hiawatha Drive (LAPP Improvements) Phase III Construction Engineering Services Agreement Section No. 08-00174-00-RS Project NoARA-9003(225) Job No. C-91-283-09 Type of Funding: STU Existing Structure No.: N/A City of Elgin Dear Ms. O'Keefe; The City of Elgin has been asked to submit a letter to certify that it has complied with the "Local Government Professional Services Selection Act" 50 ILCS 510/0.01. The City of Elgin has utilized Engineering Enterprises, Inc., as well as a few other engineering firms, to search for grants to provide project funding. If the firm successfully obtains a grant, then that firm receives the engineering services agreement from the City to prepare all necessary documents to bid the particular project and then oversees construction. The agreement that employs the engineering firm to obtain the grant is a no-fee agreement. I have attached a copy of the no-fee agreement with Engineering Enterprises, Inc. for your consideration. For the referenced project, the City elected to utilize Engineering Enterprises, Inc., 44W110 U.S. Hwy 20, Hampshire, IL 60140 because they obtained the grant with your agency and in accordance with the no-fee agreement and based on the following criteria: 1. The consultant's available resources to successfully undertake the proposed field survey work, 2. The qualifications of the consultant's personnel who would be assigned to work on this project, F\Public_Works\Engineering\Capital Projects Summit Street LAPPUidot03-okeefe(from elgin).doc 150 Dexter Court• Elgin, IL 60120-5555 • Phone 847/931-6100 • Fax 847/931-5610 •TDD 847/931-5616 www.cityofelgin.org ® Printed on recycled paper 3. The consultant's willingness to complete the construction engineering services in a given time frame, and 4. The consultant is prequalified by the Illinois Department of Transportation to do this type of work. In conclusion, the City believes it has met and exceeded the requirements of the "Local Government Professional Services Selection Act". Should you have any questions, please contact me at the City Hall (847)931-5955. 07Hely, L dreph Evers P. E. City Engineer Cc: Olufemi Folarin, City Manager David Lawry, P.E., General Services Group Director Haresh Modi, P.E., Civil Engineer I F:\Public_Works\Engineering\Capital Projects\Summit Street LAPPVidot03-okee(e(Iron etgin).doc AGREEMENT Se THIS AGREEMENT is hereby made and entered into this\ day of ,2008, by and between the CITY OF ELGIN, Illinois, a municipal corporation (hereinafter referred to as "CITY") and Engineering Enterprises, Inc., an Illinois corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services for a grant writer program to apply on behalf of the CITY for grants from various agencies for projects in the CITY's approved five-year capital plan as well as other programs and services that benefit the CITY; and WHEREAS,the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the CITY does hereby retain the ENGINEER to act for and represent the CITY in the matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations,to- wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY,herein after referred to as the"DIRECTOR". B. The ENGINEER shall provide the grant administration consultive services for the • CITY as described in Exhibit A attached hereto entitled"Scope of Services City of Elgin Grant Writer Program"a copy of which is attached hereto and incorporated herein by this reference. II. SCHEDULE The ENGINEER shall provide the services outlined in Exhibit A within a two year time frame following the entry into and execution of this Agreement. The ENGINEER shall submit to the DIRECTOR status reports every ninety (90) days providing a brief progress report identifying progress, findings and outstanding issues. -2- III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited to,applications,reports,designs,calculations,work drawings,studies, photographs,models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR,provided,however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability to the ENGINEER. IV. COMPENSATION TO THE ENGINEER As compensation for the performance of the described services the CITY agrees to select the ENGINEER to perform the planning, designing, construction engineering services for any project for which outside funding is secured as a result of the ENGINEER'S grant writing services. The form of any such future agreements between the CITY and the ENGINEER shall be as substantially set forth in this Agreement. Compensation to the ENGINEER in any such future agreements is to be negotiated as part of such a separate agreement and such separate agreements are subject to the parties agreeing on reasonable compensation to the ENGINEER. The fiscal year for the CITY is the 12 month period ending December 31. The obligations of the CITY to proceed with any project for which outside funding is secured as a result of the ENGINEER'S grant writing services or to proceed with any agreement with the ENGINEER in connection with any such project are subject to and contingent upon the appropriation of funds by the City Council of the CITY for any such projects and for any such related agreements with the ENGINEER for such projects. V. NON-EXCLUSIVITY This agreement shall not be exclusive. City may enter into any agreements with any other entity regarding the subject matter hereof at any time and for any reason without liability to ENGINEER. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen(15)days prior written notice to the ENGINEER. VII. TERM This Agreement shall terminate on August 31,2010. ' -3 - VIII. INTENTIONALLY OMITTED IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default,and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and,in addition,if either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. X. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from and against any and all claims, suits,judgments, costs, attorney's tees, damages or other relief, including but not limited to workers' compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any such action against the CITY,its officers,employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any termination or " expiration of this agreement. XI. NO PERSONAL LIABILITY No official,director,officer,agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance written in occurrence form with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY AS ADDITIONAL INSURED. The policy shall not be modified or terminated without thirty (30) days prior written notice to the -4 - DIRECTOR. Such Certificate of Insurance shall include,but not be limited to, coverage for the obligations assumed by ENGINEER pursuant to Article X herein entitled "Indemnification". Such above-referenced insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated,it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance written in occurrence form covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of$1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability Insurance covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. XIII. INTENTIONALLY OMITTED XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin,marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and • , - 5 - retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension,in whole or in part,of the Agreement by the CITY. XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XVI. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment,delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. XVII. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between the parties hereto,except to such extent as may be specifically provided for herein. XVIII. SEVERABILITY The parties intend and agreed that,if any paragraph,sub-paragraph,phrase, clause or other provision of this Agreement,or any portion thereof, shall be held to be void or otherwise unenforceable,all other portions of this Agreement shall remain in full force and effect. XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XX. SOLE AGREEMENT This agreement and its attachments constitutes the entire and sole agreement of the parties hereto regarding the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties hereto. There are no other agreements, either oral or implied, regarding the subject matter hereof. No representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed written amendment hereof,or written change order as herein provided. r• , • -6- XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this agreement shall be in the Circuit Court of Kane County,Illinois. XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR,nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or federal statute regarding bid rigging. XXV. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. -7- XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER shall comply with all applicable Federal, State,City and other requirements of law,including,but not limited to, any applicable requirements regarding prevailing wages,minimum wage,workplace safety and legal status of employees.Without limiting the foregoing,ENGINEER hereby certifies,represents and warrants to the CITY that all ENGINEER's employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices becessary and incident to the due and lawful prosecution of this AGREEMENT.The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER's compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER's relevant records at no cost to the CITY. XXVIII. NOTICES All notices,reports and documents required under this Agreement shall be in writing and shall he mailed by First Class Mail,postage prepaid,addressed as follows: A. As to CITY: JOHN LOETE,P.E. Director of Public Works City of Elgin 150 Dexter Court • Elgin,Illinois 60120-5555 .V• w "a r _g_ B. As to ENGINEER: THOMAS W.TALSMA Vice President Engineering Enterprises,Inc 52 Wheeler Road Sugar Grove,Illinois 60554 IN WITNESS WHEREOF,the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By\ '''-1-1-1,,,-.6,s,- .4. 1.0A��n By kft.gimmix, _ .�.,, City Clerk 1 Ci `Manage ' ' (SEAL) ' . i tr 2, A" 4;g, For the ENGINE : . Dated this day of August,A,D.,2008 ATTEST: By IN VI C/L t ' BY6' /,(H/n44,4VileAn14-- Secretary Vice President (SEAL) ...°4?"a, ,IZE`k; �..,. ytiG,fI 1842003 •fp PROFESS10 N s r!Ni„�L/14.6 ►1�1�1s- s ARRA EMPLOYMENT REPORTING REQUIREMENTS MONTHLY EMPLOYMENT REPORT In addition to any other reporting required by the contract the ENGINEER shall provide to the STATE an employment summary for all employees working on the contract from the contract execution date to the last full pay period each month for the duration of the contract. The report may include but is not limited to: a) A listing of the total number of employees. b) The employee job classification. c) The total hours worked and payroll for each employee. The report shall be completed by the ENGINEER and contain information for the ENGINEER and sub-consultants. Employee hours worked from home office or other off-site office hours worked related directly to this contract shall be included. The report shall contain all hours worked under the contract from the start of the month to the last full pay period each month and shall be submitted no later than 5 calendar days after the end of each month. The report shall be submitted via IDOT's employment reporting website, https://economicstimulus.dot.illinois.gov. The ENGINEER must have a DUNS number to enter employment information into the above referenced website. A DUNS number may be obtained at the following web site, http://www.dnb.com/US/duns update/. NOTE: The ENGINEER's address used in the employment reporting website must exactly match the address used for the DUNS number registration. AMERICAN RECOVERY AND REINVESTMENT ACT PROVISIONS Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that this contract awarded using ARRA funds allow the U.S. Comptroller General and his representatives with the authority to examine any records of the ENGINEER or any of its sub-consultants that directly pertain to, and involve transactions relating to, the contract or subcontract; and to interview any officer or employee of the ENGINEER or any of its sub-consultants. Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under Section 902 of the ARRA with respect to this contract, which is funded with funds made available under the ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General. NOTIFICATION OF THE AUTHORITY OF THE INSPECTOR GENERAL Section 1515(a) of the ARRA provides authority for any representatives of the Inspector General to examine any records or interview any employee or officers working on this contract. The ENGINEER is advised that representatives of the inspector general have the authority to examine any record and interview any employee or officer of the ENGINEER, its sub-consultant or other firms working on this contract. Section 1515(b) further provides that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of an inspector general. Illinois Department of Transportation 2300 South Dirksen Parkway / Springfield, Illinois /62764 g: ,:z P fl nil a# August 26, 2009 Qui Zoog Diane Robertson City Clerk B,y— _ 150 Dexter Court Elgin, IL 60120 Subject: City of Elgin Section 08-00174-00-RS Project ARA-9003(225) Job No. C-91-283-09 Dear Ms. Robertson: The attached joint agreement for the subject section was executed by the department on August 25, 2009. Sincerely, ,aa 6). ‘Veielef. Darrell W. Lewis, P.E. Acting Engineer of Local Roads and Streets Attachment cc: Joseph Evers, Municipal Engineer Diane O'Keefe Attn: Christopher Holt Debbie Marks Attn: Project Control Chuck Schmitt Bill Frey Attn: Sunday Odele —___., Local Agency State Contract Day Labor Local Contract RR Force Account 'Inas Department of Transportation City of Elgin X Local Agency Agreement Section Fund Type ITEP Number for Federal Participation 08-00174-00-RS ARU Construction Engineering Right-of-Way Job Number Project Number Job Number Project Number Job Number Project Number C-91-283-09 ARA-9003(225) This Agreement is made and entered into between the above local agency hereinafter referred to as the"LA"and the state of Illinois, acting by and through its Department of Transportation, hereinafter referred to as"STATE". The STATE and LA jointly propose to improve the designated location as described below. The improvement shall be constructed in accordance with plans approved by the STATE and the STATE's policies and procedures approved and/or required by the Federal Highway Administration hereinafter referred to as"FHWA". Location Local Name Summit Street Route FAU 1320 Length 0.788 Miles Termini Dundee Avenue to Hiawatha Drive Current Jurisdiction LA Existing Structure No N/A ® Project Description This work shall consist of milling(1.0 inches and variable)and resurfacing(2.0 inches surface,0.75 inches leveling binder)the above mentioned four lane roadway along with the bi-directional turn-lane, 7 inch Class D patching to correct base failure, repairing damaged section of B-6.24 curb and gutter, replacing damaged sidewalk, adjusting manholes,applying crack control, striping, and restoration. Division of Cost Type of Work FHWA % STATE % LA % Total Participating Construction 812,030 ( * ) ( ) 0 ( BAL ) 812,030 Non-Participating Construction ( ) ( ) ( ) Preliminary Engineering ( ) ( ) ( ) Construction Engineering 121,810 ( * ) ( ) 0 ( BAL ) 121,810 Right of Way ( ) ( ) ( ) Railroads ( ) ( ) ( ) Utilities ( ) ( ) ( ) Materials TOTAL $ 933,840 $ $ $ 933,840 *Maximum FHWA(ARU)Participation 100% Not to Exceed$933,840.00. NOTE: The costs shown in the Division of Cost table are approximate and subject to change. The final LA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursment. If funding is not a percentage of the total,place an asterisk in the space provided for the percentage and explain above. The Federal share of construction engineering may not exceed 15%of the Federal share of the final construction cost. Local Agency Appropriation By execution of this Agreement,the LA is indicating sufficient funds have been set aside to cover the local share of the project cost and additional funds will be appropriated, if required,to cover the LA's total cost. Method of Financing(State Contract Work) METHOD A—Lump Sum(80%of LA Obligation) METHOD B— Monthly Payments of METHOD C—LA's Share Balance divided by estimated total cost multiplied by actual progress payment. (See page two for details of the above methods and the financing of Day Labor and Local Contracts) Printed on 6/4/2009 Page 1 of 4 BLR 05310(Rev.05/28/09) Agreement Provisions - THE LA AGREES: (1) To acquire in its name,or in the name of the state if on the state highway system,all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,and established state policies and procedures. Prior to advertising for bids,the LA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied. The disposition of encroachments,if any,will be cooperatively determined by representatives of the LA,and STATE and the FHWA, if required. (2) To provide for all utility adjustments, and to regulate the use of the right-of-way of this improvement by utilities,public and private, in accordance with the current Utility Accommodation Policy for Local Agency Highway and Street Systems. (3) To provide for surveys and the preparation of plans for the proposed improvement and engineering supervision during construction of the proposed improvement. (4) To retain jurisdiction of the completed improvement unless specified otherwise by addendum(addendum should be accompanied by a location map). If the improvement location is currently under road district jurisdiction,an addendum is required. (5) To maintain or cause to be maintained,in a manner satisfactory to the STATE and FHWA,the completed improvement,or that portion of the completed improvement within its jurisdiction as established by addendum referred to in item 4 above. (6) To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. (7) To maintain,for a minimum of 3 years after the completion of the contract,adequate books, records and supporting documents to verify the amounts, 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;and the LA agrees to cooperate fully with any audit conducted by the Auditor General and the department;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 STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. (8) To provide if required,for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. (9) To comply with Federal requirements or possibly lose(partial or total)Federal participation as determined by the FHWA. (10) (State Contracts Only) That the method of payment designated on page one will be as follows: Method A- Lump Sum Payment. Upon award of the contract for this improvement,the LA will pay to the STATE, in lump sum, an amount equal to 80%of the LA's estimated obligation incurred under this Agreement,and will pay to the STATE the remainder of the LA's obligation(including any nonparticipating costs)in a lump sum, upon completion of the project based upon final costs. Method B- Monthly Payments. Upon award of the contract for this improvement,the LA will pay to the STATE,a specified amount each month for an estimated period of months,or until 80%of the LA's estimated obligation under the provisions of the Agreement has been paid, and will pay to the STATE the remainder of the LA's obligation(including any nonparticipating costs)in a lump sum, upon completion of the project based upon final costs. Method C- Progress Payments. Upon receipt of the contractor's first and subsequent progressive bills for this improvement,the LA will pay to the STATE,an amount equal to the LA's share of the construction cost divided by the estimated total cost, multiplied by the actual payment(appropriately adjusted for nonparticipating costs)made to the contractor until the entire obligation incurred under this Agreement has been paid. (11) (Day Labor or Local Contracts) To provide or cause to be provided all of the initial funding,equipment,labor,material and services necessary to construct the complete project. (12) (Preliminary Engineering) In the event that right-of-way acquisition for,or actual construction of the project for which this preliminary engineering is undertaken with Federal participation is not started by the close of the tenth fiscal year following the fiscal year in which this agreement is executed,the LA will repay the STATE any Federal funds received under the terms of this Agreement. (13) (Right-of-Way Acquisition) In the event that the actual construction of the project on this right-of-way is not undertaken by the close of the twentieth fiscal year following the fiscal year in which this Agreement is executed,the LA will repay the STATE any Federal Funds received under the terms of this Agreement. (14) (Railroad Related Work Only) The estimates and general layout plans for at-grade crossing improvements should be forwarded to the Rail Safety and Project Engineer, Room 204, Illinois Department of Transportation,2300 South Dirksen Parkway, Springfield, Illinois,62764. Approval of the estimates and general layout plans should be obtained prior to the commencement of railroad related work. All railroad related work is also subject to approval be the Illinois Commerce Commission(ICC). Final inspection for railroad related work should be coordinated through appropriate IDOT District Bureau of Local Roads and Streets office. Plans and preemption times for signal related work that will be interconnected with traffic signals shall be submitted to the ICC for review and approval prior to the commencement of work. Signal related work involving interconnects with state maintained traffic signals should also be coordinated with the IDOT's District Bureau of Operations. The LA is responsible for the payment of the railroad related expenses in accordance with the LA/railroad agreement prior to requesting reimbursement from IDOT. Requests for reimbursement should be sent to the appropriate IDOT District Bureau of Local Roads and Streets office. Engineer's Payment Estimates in accordance with the Division of Cost on page one. Printed on 6/4/2009 Page 2 of 4 BLR 05310(Rev.05/28/09) (15) And certifies to the best of its knowledge and belief its officials: (a) are not presently debarred,suspended, proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) have not within a three-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain or performing a public(Federal, State or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records, making false statements receiving stolen property; (c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal,State, local)with commission of any of the offenses enumerated in item(b)of this certification;and (d) have not within a three-year period preceding the Agreement had one or more public transactions(Federal,State, local) terminated for cause or default. (16) To include the certifications,listed in item 15 above and all other certifications required by State statutes,in every contract, including procurement of materials and leases of equipment. (17) (State Contracts) That execution of this agreement constitutes the LA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. (18) That for agreements exceeding$100,000 in federal funds,execution of this Agreement constitutes the LA's certification that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress or any employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any cooperative agreement,and the extension, continuation,renewal, amendment or modification of any Federal contract, grant,loan or cooperative agreement; (b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract,grant,loan or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying",in accordance with its instructions; (c) The LA shall require that the language of this certification be included in the award documents for all subawards at all ties (including subcontracts,subgrants and contracts under grants,loans and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. (19) To regulate parking and traffic in accordance with the approved project report. (20) To regulate encroachments on public right-of-way in accordance with current Illinois Compiled Statutes. (21) To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with current Illinois Compiled Statutes. (22) That the LA may invoice the STATE monthly for the FHWA and/or STATE share of the costs incurred for this phase of the improvement. The LA will submit supporting documentation with each request for reimbursement from the STATE. Supporting documentation is defined as verification of payment,certified time sheets,vendor invoices,vendor receipts,and other documentation supporting the requested reimbursement amount. (23) To complete this phase of the project within three years from the date this agreement is approved by the STATE if this portion of the project described in the Project Description does not exceed$1,000,000(five years if the project costs exceed$1,000,000). (24) Upon completion of this phase of the improvement,the LA will submit to the STATE a complete and detailed final invoice with all applicable supporting supporting documentation of all incurred costs,less previous payments,no later than one year from the date of completion of this phase of the improvement. If a final invoice is not received within one year of completion of this phase of the improvement,the most recent invoice may be considered the final invoice and the obligation of the funds closed. (25) (Single Audit Requirements) That if the LA receives$500,000 or more a year in federal financial assistance they shall have an audit made in accordance with the Office of Management and Budget(OMB)Circular No.A-133. LA's that receive less than $500,000 a year shall be exempt from compliance. A copy of the audit report must be submitted to the STATE with 30 days after the completion of the audit, but no later than one year after the end of the LA's fiscal year. The CFDA number for all highway planning and construction activities is 20.205. THE STATE AGREES: (1) To provide such guidance, assistance and supervision and to monitor and perform audits to the extent necessary to assure validity of the LA's certification of compliance with Titles II and III requirements. (2) (State Contracts) To receive bids for the construction of the proposed improvement when the plans have been approved by the STATE(and FHWA, if required)and to award a contract for construction of the proposed improvement,after receipt of a satisfactory bid. (3) (Day Labor) To authorize the LA to proceed with the construction of the improvement when Agreed Unit Prices are approved and to reimburse the LA for that portion of the cost payable from Federal and/or State funds based on the Agreed Unit Prices and Engineer's Payment Estimates in accordance with the Division of Cost on page one. (4) (Local Contracts) That for agreements with Federal and/or State funds in engineering, right-of-way, utility work and/or construction work: Printed on 6/4/2009 Page 3 of 4 BLR 05310(Rev.05/28/09) (a)' To reimburse the LA for the Federal and/or State share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payment by the LA; (b) To provide independent assurance sampling,to furnish off-site material inspection and testing at sources normally visited by STATE inspectors of steel,cement,aggregate, structural steel and other materials customarily tested by the STATE. • IT IS MUTUALLY AGREED: (1) That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation or the contract covering the construction work contemplated herein is not awarded within three years of the date of execution of this Agreement. (2) This Agreement shall be binding upon the parties, their successors and assigns. (3) For contracts awarded by the LA,the LA shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any USDOT—assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT—assisted contracts. The LA's DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in 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.). In the absence of a USDOT—approved LA DBE Program or on State awarded contracts,this Agreement shall be administered under the provisions of the STATE's USDOT approved Disadvantaged Business Enterprise Program. (4) In cases where the STATE is reimbursing the LA, obligations of the STATE shall cease immediately without penalty or further payment being required if, in any fiscal year,the Illinois General Assembly or applicable Federal Funding source fails to appropriate or otherwise make available funds for the work contemplated herein. (5) All projects for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement and/or amendment shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of that Act exempt its application. ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this Agreement. Number 1 Location Map (Insert addendum numbers and titles as applicable) The LA further agrees,as a condition of payment,that it accepts and will comply with the applicable provisions set forth in this Agreement and all addenda indicated above. APPROVED APPROVED State of Illinois Depa ment of Transportation Name Edward Schock Title Mayor La .41Adami p�i''So 9 on/MayorNAfege44eside441c Mr' ig,Secr- -ry of ii ansportation Date Signature By: ��� ,Delegate's Signature) IOW Date 9141.-, gj (Delegate's Name-Printed) TIN Number 36-6005862 •, NOTE: If signature is by an APPOINTED official,a resolution authorizing Chris e M •eed,D ector o ghways/ —i Engineer Date said appointed official to execute this agreement is required. ..,... Ilk J - 3- V c an,=°'skins' hief Counsel Date - i?„,/,/Ann L.Schneider,Director of Finance and Administrati Date Printed on 6/5/2009 Page 4 of 4 BLR 05310(Rev.05/28/09) �o�ooa ; ���� Fe�t _ 500 �-lir Project I .. _. _..__ ... _ - .. ._...... .. ---- . ���wiLocation .._ . illinL . po 0 w0a4 �� J2� ,.) _ COLUMBIA AVE- • I % : . Ng' • • >r . _. }vamiG - ¢ '' gyp,p,VE.. llil����i i- ACGONAAVE� ALGONAAVE �=Ill■0 4. _ t Pim.� 0� --JEFFERSONAVE- _i PERSON AVE,._ Q� _ JEFEERSO1+4AVE -JEFFERSON�00� �..._.._ - - -- - -T-___.-..:..-- -• • P O -- ENTERPRISE ST ` •. _._� .1.t FA:L Ad.ST _ -- _ -- _.___. • ILRON -__ 5 OAKLAND AVE c7. ' FREIGIONT ST ,..._._.. PROJECT BEGINS _-_-- - '+, PROJECT ENDS . . � to W 1 . GLAND AVE r GRMIDAvE a. _- --:-:HICKORY-PL.:: Q • _. nC . ANN ST .o t3 : i _ 61k"' I ..FRANKLIN ST FRANKLIN BLVD I DATE: Engineering Enterprises, Inc. City of Elgin 07 NOV 2008 N .�(1F r,.• PROJECT NO.: 52 Wheeler Road m:` 150 Dexter Court EG0806 Sugar Grove, Illinois 60554 � �. Elgin, IL 60120 BY SUMMIT STREET (630) 466-9350 fir , - (847) 931-6100 AATH: JPN LAPP IMPROVEMENTS r www,eeiweb,corn www cityofelgin,org FILE I1:IGISIPUBUC1ELGN1EG0806 SULMIT ST_LOCATION.t•AXD