Loading...
HomeMy WebLinkAboutResolution #5381 RESOLUTION NO. 5381 A RESOLUTION APPROVING AN ENGINEERING SERVICES AGREEMENT FOR THE STRUCTURE CARRYING AVENUE F OVER BIG CREEK IN THE CITY OF CANTON WHEREAS, the City of Canton, Illinois (the "City") intends on performing certain maintenance with MFT funds within the City; WHEREAS,Maurer-Stutz,Inc.,being an entity with individuals possessing a high degree of professional skill when the ability or fitness of the individual plays an important part, will provide certain maintenance engineering services to the City in relation to said maintenance; WHEREAS, the Mayor and City Council have determined that it is necessary and in the best interests of the City of Canton for City to enter into the Maintenance Engineering to be Performed by a Consulting Engineer agreement (as attached hereto as "Exhibit A"). NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CANTON, ILLINOIS, AS FOLLOWS: 1. That the Recitals set forth above, and all facts and statements contained therein, are found to be true and correct and are hereby incorporated and adopted as part of this Resolution; 2. That the agreement titled, "Maintenance Engineering to be Performed by a Consulting Engineer," attached hereto as "Exhibit A," is hereby APPROVED. 3. That the City Engineer and/or the Mayor of the City of Canton, Illinois is hereby authorized to execute said Exhibit A, and any other related and necessary documents, on behalf of the City of Canton. 5. That this Resolution shall be in full force and effect immediately upon its passage by the City Council of the City of Canton, Illinois and approval by the Mayor thereof. PASSED by the City Council of the City of Canton, Illinois at a regular meeting this 21st day of June, 2022, upon a roll call vote as follows: AYES: Alderperson Andra Chamberlin, John Lovell, Jeff Fritz,Angela Lingenfelter, Greg Gossett NAYS: None ABSENT: Alderperson Justin Nelson, Craig West, Angela Hale APPROVE MD: ow ea ll, ATTEST: Illinois Department Maintenance Engineering to be PIP of Transportation Performed by a Consulting Engineer o�, Local Public Agency Count Section Number City of Canton Fulton 22-00000-00-GM� The services to be performed by the consulting engineer,pertaining to the various items of work included in the estimated cost of the maintenance operations(BLR 14222),shall consist of the following: PRELIMINARY ENGINEERING shall include: Investigation of the condition of the streets or highways for determination(in consultation with the local highway authority)of the maintenance operations to be included in the maintenance program;preparation of the maintenance resolution(BLR 14220 for municipalities and counties),maintenance estimate of cost and,if applicable,proposal;attendance at meetings of the governing body as may reasonably be required;attendance at public letting;preparation of the contract,quotations,and/or acceptance(BLR 12330)form.Also,preparation of the maintenance expenditure statement which must be submitted to IDOT within 3 months of the end of the maintenance period. ENGINEERING INSPECTION shall include: Furnishing the engineering field inspection,including preparation of payment estimate for contract, material proposal and/or deliver and install proposal and/or checking material invoices of those maintenance operations requiring engineering field inspection.For operations requiring material testing ensure the testing is completed by a qualified firm. For furnishing preliminary engineering,the engineer will be paid a base fee PLUS a negotiated fee percentage.Only one base fee can be charged per maintenance period.For furnishing engineering inspection,the engineer will be paid a negotiated fee percentage.The negotiated preliminary engineering fee percentage for each maintenance group shown in the"Schedule of Fees"shall be applied to the total estimated costs of that group.The negotiated fee for engineering inspection for each maintenance group shall be applied to the total final cost of that group for the times which required engineering inspections. In no case shall this be construed to include supervision of the contractor operations. SCHEDULE OF FEES Total of all Maintenance Operations: <_$20,000 Base Fee ® >$20,000 Base Fee=$1,250.00 PLUS Maintenance Preliminary Engineering Engineering Inspection Engineering Category Maximum Fee% Negotiated Fee% Maximum Fee% Negotiated Fee% Operation(s)to be Inspected I NA NA NA NA NA I IA 2% 1% 1113 1 3% 3% 3% 3% Spray Patching III 4% 4% IV 5% 5% 6% 1 6% HMA&Misc Concrete The LPA certifies that the selection of the ENGINEER was performed in accordance with the Local Government Professional Service Selection Act 50 (ILCS 510/1-510/8) and procedures outlined in Chapter 5 of the DEPARTMENT's Bureau of Local Roads and Streets Manual. BY: BY: Local Public Agency Si nature N Date Consulting Engineer Si natur Date l4/2b22 Title OSenlor Mayor roject,�ngineer P.E.Seal :%1'` G E Date �062-042917 '.� 11-3o"2OZ3 IQENRED Approved: _ :PROFESSIONAL: Re Tonal En ineer IDOT Date ENGINEER OF '�ttUli:11NN1�p Printed 06/14/22 BLR 05520(Rev.06/17/19) �uu uuI uu{_.�fJ UL❑I_J LH� U�❑❑t� �.ILJI J�❑LU r LEGEND ❑eB�e®O ®�❑❑ a� SBB OPERATION 1 P4 '• mm❑❑❑ �: IE mm AVE �❑o❑❑ 6 1 z W' I �i ............. El===........- i� A! THIRTEENTH AVE , —.---. N 1 ! a 11TOA m f i Pn 1 O Z z O 1 U. FIFTEENTH AVE 09 x ! �ru i f1 U S 1 N 1 H W 1 [ 1 3 j il_ i i i j i j 1 1 i } p TWENTIETHA 1 1 1 3 I j -i CITY OF CANTON 2022 MUNICIPAL MAINTENANCE PROGRAM MFT SECTION 22-00000-01-GM OPERATION NO.1 HOT-MIX ASPHALT SURFACE REMOVAL,2-, HOT-MIX ASPHALT SURFACE COURSE,2-&MISCELLANEOUS CONCRETE WORK j I � I G Illinois Department of Transportation Office of Highways Project Implementation /Region 3/District 4 401 Main Street/Peoria, Illinois 61602-1111 June 28, 2022 Ms Diana Pavley-Rock, City Clerk City ofCant n 2 North Main Street Canton, Illinois 61520 Municipal—Motor Fuel Tax (MFT) City of Canton Section No.: 20-00108-77-BR Dear Ms. Pavley-Rock: The Supplemental Resolution for Improvement Under the Illinois Highway Code (BLR 09110) adopted by the City Council of Canton on June 7, 2022, appropriating $11,232.00 of MFT funds for this section was approved on June 24, 2022. This resolution provides for Design Engineering for the replacement of the Cass Place Bridge (S.N. 029-4186). *NOTE: Approval of this resolution does not authorize expenditure of MFT funds. Proper documentation must be received by our office prior-to paying any bills out of the MFT account. Additionally, the Supplemental Local Public Agency Engineering Services Agreement for MFT Preliminary Engineering between the City of Canton and Maurer-Stutz, Inc.,to be performed in connection with the improvement of the above section is also approved. If you have any questions, please contact Mr. Simon Alwan at(309) 671-3694. Sincerely, Kensil A. Garnett,P.E. Region Three Engineer SJA/Imh/s:\gen\winword\bits\staff\alwan\transmittals&letters\improv.resolutions\canton.20-00108-77-br suppl 2 impry res.blr 5530.docx Attachment cc: Mr. George Merkle, Maurer-Stutz File Iii] I I Resolution for Improvement p) Illinois Department � D of Transportation Under the Illinois Highway Cod Is this project a bondable capital improvement? Resolution Type Resolution Number Section Number 0 Yes ❑ No Supplemental 20-00108-77-BR BE IT RESOLVED, by the Council of the City Governing Body Type Local Public Agency Type of Canton Illinois that the following described street(s)/road(s)/structure be improved under Name of Local Public Agency the Illinois Highway Code.Work shall be done by Contract Contract or Day Labor For Roadway/Street Improvements: Name of Street(s)/Road(s) Length Route From To (miles) For Structures: Name of Street(s)/Road(s) Existing Route Location Feature Crossed Structure No. Cass Place 029-4186 MS 2800 Big.Creek BE IT FURTHER RESOLVED, 1. That the proposed improvement shall consist of Provide Design Engineering for the replacement of the structure carrying Cass Place over Big Creek in the City of Canton - 2. That there is hereby appropriated the sum of eleven thousand two hunderd thirty two and 00/100 Dollars( $11,232.00 )for the improvement of said section from the Local Public Agency's allotment of Motor Fuel Tax funds. BE IT FURTHER RESOLVED,that the Clerk is hereby directed to transmit four(4)certified originals of this resolution to the district office of the Department of Transportation. I, Diana Pavley-Rock City Clerk in and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of Canton in the State aforesaid,and keeper of the records and files thereof,as provided by Name of Local Public Agency _. statute,do hereby certify the foregoing to be a true, perfect and complete original of a resolution adopted by Council of Canton at a meeting held on June 07, 2022 Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 7th day of June, 2022 Month,Year Clerk gnature Date Approved Regional Engineer Department of Transportation Date • Printed 05/26/22 Page 1 of 1 BLR 09110(Rev.05/08/20) . Illinois Department Local Public Agency .� of Transportation Engineering Services Agreement Agreement For Agreement Type Number Using Federal Funds?ElYes ® No MFT PE Supplement 1 �rw,�. r LOCAL PUBLIC AGENCY Y QtY y �'?.�,vi; Local Public Agency County Section Number Job Number City of Canton Fulton 20-00108-77-BR Project Number Contact Name Phone Number Email Ron Robinson (309) 647-5022 rrobinson@cantoncityhall.org „R r. w.: . SECT ION PROVISIONS Local Street/Road Name Key Route Len th Structure Number Cass Place MS 2800 � 029-4286 Location Termini =Add Location_' Over Big Creek RemoveLocation Project Description Provide Design Preliminary Engineering for the replacement of the structure carrying Cass Place over Big Creek in the City of Canton Engineering Funding ® MFT/TBP ❑ State ❑ Other Anticipated Construction Funding ❑ Federal ❑ MFT/TBP ❑ State I1 Other Rebuild Illinois Bond Funds "' f` ""'r ., tt t i-` � xa. ''"✓ . "`t'i rf•5 kv--r `, „�- ,azµ.. ,�,,. .at*�r` -$ A.A* W 5 `4 =�AGREEIVIENT�FORr. x rii-, , ❑ Phase I-Preliminary Engineering ® Phase II-Design Engineering Consultant(Firm) Name Contact Name Phone Number Email Maurer-Stutz, Inc. Keith J. Plavec (309) 693-7615 kjplavec@mstutz.com Address City State Zip Code 3116 N. Dries Ln; Ste 100 Peoria IL 61604 THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the"DEPARTMENT,"will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services-contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER,acting as an individual, partnership,firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT.The LPA acknowledges the professional and ethical status of the ENGINEER by entering into.an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the. construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Printed 05/26/22 Page 1 of 10 BLR 05530(Rev.Draft) ~ The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: Z EXHIBIT A:Scopof Services @0 EXHIBIT B: Project Schedule Z EXHIBIT C: Direct Costs Check Sheet Z EXHIBIT D: Qualification Based Selection(QBS)Checklist EXHIBIT E: Cost Estimate of Consultant Services Worksheet(BLR 05513 or BLR 05514) [Z] Location Map 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described. 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher-salaried personnel of the.firm, including the Principal Engineer, perform services that are to be performed by lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation. Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA,The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement. 7. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national Origin or sex in the performance of this AGREEMENT.The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of US Department of Transportation(US DOT)assisted contract. Failure by the Engineer to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LPA deems appropriate. D. That none of the services to be furnished by the ENGINEER shall be sublet, assigned ortnunahanndtoanyntherportynrporUeo without written consent of the LPA.The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 9. For Preliminary Engineering Contracts: (a)To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the LPA or the DEPARTMENT, as defined in Exhibit A(Scope of Services). (b)That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by the ENGINEER and affixed the ENGINEER's professional seal when such seal is required by law. Such endorsements must be made by a person,duly licensed or registered in the appropriate category by the Department of Professional Regulation of the State of Illinois. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the DEPARTMENT. (c)That the ENGINEER is qualified technically and is thoroughly conversant with the design standards and policies applicable for the PROJECT;and that the ENGINEER has sufficient properly trained,organized and experienced personnel to perform the serVices enumerated in Exhibit A(Scope of Services). 10. That the engineering services shall include all equipment, instruments,supplies,transportation and personnel required to perform the duties of the ENGINEER in connection with this AGREEMENT(See Exhibit C). 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the Professional Services Selection Act(50 ILCS 510)(Exhibit D). 2. To furnish the ENGINEER all presently available survey data, plans,specifications, and project information. 3. To pay the ENGINEER: (a)Foi'-progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. (b)Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER Printed 05/24/22 Page 2 of 10 BLR 05530(Rev.05/07/21) shall be due and payable to the ENGINEER. .(c)For Non-Federal County Projects-(605 ILCS 5/5-409) (1)For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER. Such payments to be equal to the value of the partially completed work in all previous partial payments made to the ENGINEER. (2)Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and STATE, a sum of money equal to the basic fee as determined in the AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: ❑ Percent ❑ Lump Sum ❑ Specific Rate ® Cost plus Fixed Fee: Fixed Total Compensation=DL+DC+OH+FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firm's overhead rate applied to their DL and • FF is the Fixed Fee. Where FF=(0.33+R)DL+%SubDL,where R is the advertised Complexity Factor and%SubDL is 10%profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15%of the DL+OH. 5. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US DOT-assisted contractor in the administration of its DBE program or the requirements of 49 CFR part 26.The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US DOT-assisted contracts.The recipient's DBE program,as required by 49 CFR part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.). °III IT IS.MUTUALLY AGREED; , . r " 5 1. To maintain,for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting.documents related to the contract shall be available for review and audit by the Auditor General, and the DEPARTMENT;the Federal Highways Administration(FHWA)or any authorized representative of the federal government,and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 2. That the ENGINEER shall be responsible for any all damages to property or persons out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA,the DEPARTMENT, and their officers,agents and employees from all suits, claims, actions or damages liabilities,costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery.The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful;if the ENGINEER fails to reply to a notification; or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 3. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LPA all drawings, plats,surveys, reports, permits, agreements,soils and foundation analysis, provisions, specifications, partial and completed estimates and data, if any from soil survey and subsurface investigation with the.understanding that all such materials becomes the property of the LPA.The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. Printed 05/24/22 Page 3 of 10 BLR 05530(Rev.05/07/21) 4. In the event that the DEPARTMENT stops payment to the LPA,the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty(30)calendar days, consecutive or in aggregate, over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred prior to receipt of notice of suspension. In addition, upon the resumption of services the LPA shall compensate the ENGINEER,for expenses incurred as a result of the suspension and resumption of its services,and the ENGINEER's schedule and fees for the remainder of the project shall be equitably adjusted. 5. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until the completion of construction of any phase of professional services performed by others based upon the service provided herein.All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional services are not commenced within 5 years after final payment by the LPA. 6. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA,the DEPARTMENT, and their officers, employees from all suits, claims,actions or damages liabilities, costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. 7. The ENGINEER and LPA certify that their respective firm or agency: (a)has not employed or retained for commission, percentage,brokerage, contingent fee or other considerations, any firm or person(other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure this AGREEMENT, (b)has not agreed, asan express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT or (c)has not paid, or agreed to pay any firm, organization or person(other than a bona fide employee working solely for the LPA or the ENGINEER)any fee, contribution,donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. (d)that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency, (e)has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public(Federal, State or local)transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements or receiving stolen property. (f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State,or local)with commission of any of the offenses enumerated in paragraph and (g)has not within a three-year period preceding this AGREEMENT had one or more public transaction(Federal, State, local)terminated for cause or default. Where the ENGINEER or LPA is unable to certify to any of the above statements in this clarification, an explanation shall be attached to this AGREEMENT. 8. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within six months after the specified completion date. Examples of unforeseen causes included but are not limited to:acts of God or a public enemy; acts of the LPA, DEPARTMENT, or other approving party not resulting from the ENGINEER's unacceptable services;fire;strikes; and floods. If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE,the ENGINEER shall apply in writing to the LPA for an extension of time. If approved,the PROJECT SCHEDULE shall be revised accordingly. 9. This certification is required by the Drug Free Workplace Act(30 ILCS 580).The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including,but not limited to suspension of contract on grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for at least one(1)year but not more than(5)years. For the purpose of this certification, "grantee"or"Contractor"means a corporation, partnership or an entity with twenty-five(25) or more employees at the time of issuing the grant or a department,division or other unit thereof, directly responsible for the specific performance under contract or grant of$5,000 or more from the DEPARTMENT, as defined the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: (a)Publishing a statement: (1)Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2)Specifying actions that will be taken against employees for violations of such prohibition. (3)Notifying the employee that, as a condition of employment on such contract or grant,the employee will: (a)abide by the terms of the statement;and (b)notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than(5)days after such conviction. (b)Establishing a drug free awareness program to inform employees about: (1)The dangers of drug abuse in the workplace; Printed 05/24/22 Page 4 of 10 BLR 05530(Rev.05/07/21) • (2)The grantee's or contractor's policy to maintain a drug free workplace; (3)Any available drug counseling, rehabilitation and employee assistance program; and (4)The penalties that may be imposed upon an employee for drug violations. (c)Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d)Notifying the contracting, or granting agency within ten (10)days after receiving notice under part(b)of paragraph (3)of subsection(a)above from an employee or otherwise, receiving actual notice of such conviction. (e)Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program. (f)Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, the ENGINEER, LPA and the Department agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future projects.The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 10. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.). 11. For Preliminary Engineering Contracts: (a)That tracing, plans,specifications,estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to andbecome the property of the LPA and that basic survey notes, sketches, charts, CADD files, related electronic files, and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT,without restriction or limitation as to their use.Any re-use of these documents without the ENGINEER involvement shall be at the LPA's sole risk and will not impose liability upon the ENGINEER. (b)That all reports,plans,estimates and special provisions furnished by the ENGINEER shall conform to the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be approved by the LPA and the DEPARTMENT before final acceptance. 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. Prime Consultant TIN/FEIN/SS Number Agreement Amount Maurer-Stutz, Inc. 27-101,3849 $11,232.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Subconsultant Total Prime Consultant Total $11,232.00 Total for all work $11,232.00 Add;Subconsultant ' i E ? 1"AGREEMENT SIGNATURES ' "'.^ .,yo- `.�' '"vw� :Sdc;icses s..�:fshkcC1�`-Y Executed by the LPA: Local Public Agency Type Name of Local Public Agency Attest: The City of Canton By Date By Date #4101.14/40 I*4)C17/111Plitil Name of Local Public Agency Local Public Agency Type Title Canton CityClerk Mayor EALIn Printed 05/24/22 Page 5 of 10 BLR 05530(Rev.05/07/21) Executed by the ENGINEER: Consultant(Firm)Name Attest: Maurer-Stutz, Inc. ByP Date By Date =41 i 6-724124 Ti e Title Senior Project Engineer Principal APPROVED: Regional Engineer, Department of Transportation Date Gam✓ ObV7Ze Printed 05/24/22 Page 6 of 10 BLR 05530(Rev.05/07/21) • Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR { uSE OFSERVICES E To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before described and enumerated below Furnish the LA with survey and drafts in quadruplicate of all necessary right-of-way dedications, temporary easements, construction easement and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Prepare water main relocation plan sheet Assist the LA in the tabulation and interpretation of the contractors' proposals and prepare needed contracts. Printed 05/24/22 Page 7 of 10 BLR 05530(Rev.05/07/21) • • Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR t ...ao PROJECTnSCHEDULE 4V5t r gym .. .. tea Project Begins September 1, 2021 Complete ROW Plats and Legal Descriptions May 31, 2022 Complete PS&E May 31, 2022 Anticipated Letting Date September 30, 2022 Project Completion Date October 31, 2022 Printed 05/24/22 Page 8 of 10 BLR 05530(Rev.05/07/21) • Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR g � pY sExhibit Cf z w 9 List ALL direct costs required for this project.Those not listed on the form will not be eligible for reimbursement by the LPA on this project. Item Allowable Quantity Contract Rate Total Lodging Actual cost ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) Lodging Taxes and Fees Actual Cost ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) El Air Fare Coach rate,actual cost,requires minimum two weeks' notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum ❑ (per GOVERNOR'S TRAVEL CONTROL BOARD) ❑Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day ❑Vehicle Rental Actual cost(Up to$55/day) ❑Tolls Actual cost ❑ Parking Actual cost ❑Overtime Premium portion(Submit supporting documentation) ❑Shift Differential Actual cost(Based on firm's policy) ❑Overnight Delivery/Postage/Courier Service Actual cost(Submit supporting documentation) ❑ Copies of Deliverables/Mylars(In-house) Actual cost(Submit supporting documentation) ❑ Copies of Deliverables/Mylars(Outside) Actual cost(Submit supporting documentation) ❑ Project Specific Insurance Actual Cost ❑Monuments(Permanent) Actual Cost ❑Photo Processing Actual Cost ❑2-Way Radio(Survey or Phase III Only) Actual Cost ❑Telephone Usage(Traffic System Monitoring Only) Actual Cost ®CADD Actual cost(Max$15/hour) 42.5 $10.00 $425.00 ❑Web Site Actual cost(Submit supporting documentation) ❑Advertisements Actual cost(Submit supporting documentation) ❑ Public Meeting Facility Rental Actual cost(Submit supporting documentation) ❑ Public Meeting Exhibits/Renderings&Equipment Actual cost(Submit supporting documentation) ❑ Recording Fees Actual Cost ❑Transcriptions(specific to project) Actual Cost ❑Courthouse Fees Actual Cost ❑Storm Sewer Cleaning and Televising Actual cost(Requires 2-3 quotes with IDOT approval) ❑Traffic Control and Protection Actual cost(Requires 2-3 quotes with IDOT approval) ❑Aerial Photography and Mapping Actual cost(Requires 2-3 quotes with IDOT approval) ❑ Utility Exploratory Trenching Actual cost(Requires 2-3 quotes with IDOT approval) ❑Testing of Soil Samples Actual Cost ❑ Lab Services Actual Cost(Provide breakdown of each cost) ❑ Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) Total Direct Costs $425.00 Printed 05/24/22 Page 9 of 10 BLR 05530(Rev.05/07/21) • Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR �.'s"'.'.»fi . Q" .C--w "'„,""-".yam,-. t-,� ^r.a^^^�.^.��,^��:" -z�'.�.s r F"" r✓'�' `; N '""�; r 0 '+'� ` Qualification Based Selection(QBS)Checklist x ` ` t The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed. Under the threshold, QBS requirements do not apply.The threshold is adjusted annually. If the valueis under the threshold with federal funds being used,federal small purchase guidelines must be followed. ❑ Form Not Applicable(engineering services less than the threshold) Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when using State funds and the QBS process is applicable. No Yes 1 Do the written QBS policies and procedures discuss the initial administration(procurement, management ❑ ❑ and administration)concerning engineering and design related consultant services? Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and 2 ❑ ❑ specifically Section 5-5.06(e)of the BLRS Manual? 3 Was the scope of services for this project clearly defined? ❑ ❑ 4 Was public notice given for this project? ❑ ❑ 5 Do the written QBS policies and procedures cover conflicts of interest? 0 0 Do the written QBS policies and procedures use covered methods of verification for suspension and CI ❑debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ ❑ Project Criteria Weighting 8 Do the written QBS policies and procedures discuss the method of selection? ❑ ❑ Selection committee(titles)for this project Top three consultants ranked for this project in order 1 2 3 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ i ❑ 10 Were negotiations for this project performed in accordance with federal requirements. ❑ ❑ 11 Were acceptable costs for this project verified? ❑ ❑ 12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding ❑ ❑ the request for reimbursement to IDOT for further review and approval? Do the written QBS policies and procedures cover ongoing and finalizing administration of the project 13 (monitoring,evaluation,closing-out a contract, records retention, responsibility, remedies to violations or ❑ ❑ breaches to a contract, and resolution of disputes)? 14 QBS according to State requirements used? ❑ El 15 Existing relationship used in lieu of QBS process? ❑ 16 LPA is a home rule community(Exempt from QBS). ® ❑ Printed 05/24/22 Page 10 of 10 BLR 05530(Rev.05/07/21) PROJECT LOCATION MAP City of Canton, Fulton County Cass Place (MS 2800) Section 20-00108-77-BR LOCATION •- ` � `,„ 1X. . 1 CI IIII II 1,�I 1.E S` vima CH XT l�! ,, T ;:! 7 tz. LaFA VI , 01-I VE, ST s' u 71 E N. fj z ...4 . ISI CAS < , E ,. ,- * tn` . u ...., 0.15 c-- _mai _ x . 5 . ...fit , E Ili : PRU Ce C�n . , ,r. 5.a.:f.s4.Xi Ax t , �, �, may' �{_ r 4.- •• : a _ " LOCUSS' FAP . err a�r r s "''' ,..""lirl;"e:; -,":"";:?"";.,i:' n rAP x CHESTNUT a «�+ M `RP . 4. *tk' �.1Y` . ,'le � 'i.lY CA i .r9Nf V.S. , d r2 x , .+>,� ,, •� is �Y .1;'v: 3 m :� 'x L: ,SON ih L Yr:."a4 V* a ELIA. . r y4Yi EXHIBIT E Illinois Department COST ESTIMATE OF CONSULTANT SERVICES WORKSHEET of Transportation • FIXED RAISE Local Public Agency County Section Number Fulton 20-00108=77-BR Consultant (Firm) Name Prepared By Date Maurer=Stutz,,Inc. : George B. Merkle 5/16/2022 PAYROLL ESCALATION TABLE CONTRACT TERM MONTHS OVERHEAD RATE1,6073fro START DATE " ,13/112021COMPLEXITY FACTOR RAISE DATE 7/1/2022 % OF RAISE 2.00% END DATE 10/31/2022 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 8/1/2021 7/1/2022 11 73.33% 1 7/2/2022 11/1/2022 4 27.20% The total escalation = 0.53% BLR 05514(Rev. 04/30/21) Payroll Escalation Printed 5/24/2022 2:10 PM Page 1 of 1 , Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR MAXIMUM PAYROLL RATE 78.00 ESCALATION FACTOR 0.53% PAYROLL RATES Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE $60.32 PE UI, f ,$51.50 $51.77 PE IV , °$3417, $34.35 $50.27 $45.24 $33.68 $29.15 SLIDES TECH U 7 $30.25 $30.41 :11 Y �`=$30 4. .00 $30.16 _ ��' TECH I\/, ,. _ - x w ., _l.t. `.$21.25 $21.36 TECH II r '` _ � ' n$2100 $21.11 $19.60 r , it s w 5 w, BLR 05514(Rev. 04/30/21) Payroll Rates Printed 5/24/2022 2:11 PM Page 1 of 1 Local Public Agency County Section Number City of Canton Fulton 20-00108-77-BR- COST ESTIMATE WORKSHEET Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise OVERHEAD RATE 160.73% COMPLEXITY FACTOR 0 TASK STAFF HOURS PAYROLL OVERHEAD&FRINGE DIRECT COSTS FIXED FEE SERVICES BY %OF GRAND TOTAL BENEFITS OTHERS TOTAL ROW/,TEs` A AVS; ,,P'=,?;,.e, ' . "eu:4 52.5 2,186 3,514 , 260 721M17,2,, 6,681 59.48% Water Main,Relocation:...r;. ,,„ ,.,, =...t ,j, .«,�}. 22.5 872 1,401 kph .F a 't�„165 288 b}.4,:,;s, S.:r 'r.fi 2,726 24.27% . ,u 1,825 16.25% Bidding;and•C,ontra..}}cfPreparation_;�� 12 621 999 , �- ”°� �_ ': 205 d 1�r,,�!�. .} 'y Yw ..i ,Sn,1,,,,,,,)%174,,,-%,-',.':,,-.-1 ..t... L1_ ' t „tii A.w,.a .. w z 'urtat. .d.�...s 0, 'v':Nty .,r n.: `2.'"'1 - - '",.. 2 ":, .4., a ;P,.,f,s , - f ,','S: .;u it'i te.,,i - ,;,,! N¢SPItalalXi '}a...0 h`3.. , .,. 1.+;d 1K A1,, 'a ,agc�s,'i;c,»``�.�"', :4$&714,4"-'.)17A. A'a.,a. .,t.t.V +a XLi. $gei't' ?x'� ..:a. - - o-. '{s..1- S r. i. ,.. k..i 'P.Kii. gig,±4 - L Y # 6 4, r.p( , ,G, 1 s i, 'Y _ - xM u �' tt5, ,,, .,d K 1f�.,' S' } ^`.•G .v , .k <wd,.,,.�f. :.�...�,- r p pari{" .,v,_ ur. ��", w✓ s��,... s ''t'tillV";.` a,'? ":::.tN.as `,�•Mht- _,':;a -:tg'ki - - 3v,r, a fs''," 4;,,:.,.�:+it.°i14f f �4`?^;' "'4e. ..4 - ,` �'.• , 1 "' "�Y"`" t �"a '� ce= _ - i w �i,,�,,i'�af�-" �' a�^'.- '`","w a' ,,,'e' - it s; ih a . a h t St T t'. •. - xe�.w L 1^c a'� $d �' ,''xi e,`5x 7 E;'i1 - ... e�h.s ��,ab.�§��..�` r v,u,�a� .���� toy y�a�� - v �, '�_ t', . ,.,t,. ?�,: c'.�a, ,"�:: rr .. 'r, a'T civ, Ytei 7 t :.€V 9 xi. _ _ Y' '�£_x:tnf�"�" '." e _ t a b - W 9+, a • 9y, u xrr „: ,n.. ''v ''id"� e” •t i, 5 '�v °� "`M a. t' z •^�` x a 's�yy�r. ,. aq, kt 8s3i�'µ�'s, - - ,� ;k�' *', d,^.d,1i,," s `� .� $ :. _ 3'i klg: .4 x ,`rY k ,Y u` kb� r'5,. v, :�s.,. b,���,_"�� r,�.+ a`4 n.: -�� �U-�' S,t`�k,.-','7A,.�r �`.:`� .sem sG tiw}� G b a y^ ,3 - - # �`x .P it '.-"' {eta ey^ ^.t r a rya a % k N, i{ r tnw.F;e - — 'C',',:;',',R Y '',1.,.=;:';',';',',.‘':':' -.�.;IS a 4 ,�raV,'- rt� x IA: k - - ti: a Y*5'` ..� W — x� u$,�.�'�'..,k.nx. 7 . ,'4..n�X ..A }+aLi�, � . ,�v dna <,V�.. 1 ryl .� ,, ft*4k S :a�,`.S:«„ `tv 1 . 4. s$t .hixM_ — .itt s'a t,..,^�,;Ef:!§ °{'..�' , r„e,,,;' .'ii - yr 4n J n 0 c. F.s,�r t 4i - - •F, � c�',. . . 5 , rcw fiG a`:T.,.., - - n .9 - '. - ,. , ,,nt� „ a. S do Y"[. n,*v4 a,.t :;,.,,5 v,. G . ek o, r _,,vt.': - - 'r,,,u1,.'.,x ✓ ,e'...t_-e�' a ePi-.:,:; k 4; 34..5rc�&�.4%114dak°sir.ar°c,....S4ala,�'.. �..`e`�*i - - 4M:44,-.;y',ts..^„?aTA ,'',' ;',''..S'",tA `A 'vY y ,i 4:,. k�' 4' ", ° : •! n ° f t t '" - _ '�T;s l '1 �i ss 't • „'Hs,''k ;�"vf{• - ,,. ^S^ ,.,1. .. „,x dyA '4l� .Pxr at , C .k Subconsultant DL 0 - TOTALS ' 87 3,679 5,914 425 1,214 - 11,232 100.00% 9,593 BLR 05514(Rev. 04/30/21) Cost Estimate Worksheet Printed 5/24/2022 2:11 PM Page 1 of 1 \Y `Local Public Agency. County Section Number - City of Canton Fulton 20-00108-77-BR s AVERAGE HOURLY PROJECT RATES Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise SHEET 1 OF 1 Bidding and Contract PAYROLL AVG TOTAL PROJ.RATES ROW/TEs . Water Main Relocation , Preparation HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PE VII 60.32 9.8 1121% 6.76 7.75. 14.76% 8.90 a.2r;' ;, 8.89% 5.36 ;''.'' PE VI 51.77 20.3 2328% 1205 .4 5,? 8.57% 4.44 n3.75', 16.67% 8.63 a ":11.4. 100.00% 51.77 -.: "4.r PE IV 34.35 0.0 :t SE VI 50.27 0.0 s ' '. PLS VII 45.24 19.3 22.13% 10.01 '19.25 36.67% 16.59 •-� s ,f='j ENGR IV 33.68 , 14.5 16.67% _ 5.61 "4 '..' '.14.5 64.44% 21.70 <.•"0` S. EN GR II 29.15 0.0 ;. o --c 'ra SC/DES TECH V 30.41 18.3 20.98% 6.38 16 A 30.48% 9.27 2125'; 10.00% 3.04 ; � TECH V 30.16 2.5 2.87% 0.87 '"2.5. 4.76% 1.44 TECH IV 21.36 0.0 •" r 5 , TECH II 21.11 2.5 2.87% 0.61 rr 2.5; 4.76% 1.01 s TECH I 19.60 0.0 a''e-" i.:44,i' ?:' 0.0 rw ': 0.0 • ,. 0.0 r s "' 0.0 F l, ''' w ^, 0.04' ,y 4:"'-'"0 '‘":".•:,;4 *. 0.0 0.0 0.0 u • 0.0 '.'` •.�" ^ 0.0 F ''' °.` ir;� 0.0 . •._` 0.0 0.0 0.0 °. ,'',.-,:-.,,r TOTALS 87.0 100% $42.29 52.5 100.00% $41.64 22.5 100% $38.74 12.0 100% $51.77 0.0 0% $0.00 0.0 0% $0.00 • BLR 05514(Rev. 04/30/21) Printed 5/24/2022 2:12 PM Page 1 of 1 Avg Hourly 1