21
Christopher J Lauzen Kane County Board Chairman COUNTY OF KANE DOCUMENT VET SHEET for Christopher J. Lauzen Chairman, Kane County Board Kane County Government Center 719 South Batavia Avenue Geneva, IL 60134 P: (630) 232-5930 F: (630) 232-9188 [email protected] www.countyofkane.org RECEP!'_' .. APR 1 0 'l0; 14 KANE COUNTY BOARD Name of Document: Phase Ill Construction Engineering Agreement Resolution No.: 14- } I 7 With V3 Companies for Randall Road from Fabyan Parkway to Silver Glen Road Kane Co. Sec. #11-00418-01-SP Submitted by: Date' Submitted: :....:AJ::.pr,_,_,ilc...::3::....., Approved by: (Legality) Comments: (Sig IJ+tJi---1 Legal Review of Contract Terms (Atty. Sign-off): Chairman signed: YES __ vi __ _ NO ____ _ ( te) (Na e/DepartmePit) Rev. 3/2014

KANE COUNTY · 2017. 10. 8. · Fabyan Parkway to Silver Glen Road, Kane Co. Sec. #11-00418-01-SP with Document Vet Sheet (Kane County Res. # 14-118) 6 - Phase III Construction Engineering

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • Christopher J Lauzen Kane County Board Chairman

    COUNTY OF KANE

    DOCUMENT VET SHEET for

    Christopher J. Lauzen Chairman, Kane County Board

    Kane County Government Center 719 South Batavia A venue

    Geneva, IL 60134 P: (630) 232-5930 F: ( 630) 232-9188

    [email protected] www.countyofkane.org

    RECEP!'_' .. APR 1 0 'l0;14

    KANE COUNTY BOARD

    Name of Document: Phase Ill Construction Engineering Agreement Resolution No.: 14- } I 7

    With V3 Companies for Randall Road from Fabyan Parkway to Silver Glen Road

    Kane Co. Sec. #11-00418-01-SP

    Submitted by: .=L!!ein""d:::.a...!..H!!:a"'-in.:..::e~s~-----

    Date' Submitted: :....:AJ::.pr,_,_,ilc...::3::....., -=2~0...!..14-'--------

    Approved by: (Legality)

    Comments:

    (Sig

    IJ+tJi---1

    Legal Review of Contract Terms (Atty. Sign-off): ~+-.:;__-..,...-:;-,r--H-----

    Chairman signed: YES __ vi __ _ NO ____ _ rJ~~~ ( te)

    Document~o: ~~~~/LUJ,_ (Na e/DepartmePit)

    Rev. 3/2014

  • KANE COUNTY DIVISION of TRANSPORTATION

    Carl Schaedel, P.E. Director of Transportation County Engineer

    41 W011 Burlington Road St. Charles, IL 60175

    Phone: (630) 584-1170 Fax: (630) 584-5265

    DATE: April 8, 2014

    TO: Celeste Weilandt County Board Offic

    RECEiVED

    I APR 1 o z~~ FROM: Linda Haines Administrativ SUBJECT: April County Board KANE COUNTY BOARD

    6- IDOT Funding Agreement for ROW for Allen Road over Hampshire Creek, Kane Co. Sec. #11-00132-01-BR with Document Vet Sheet (Kane County Res. #14-120) 6 - IDOT Funding Agreement for Phase III Construction for Huntley Road from Kreutzer to Sleepy Hollow and Burlington Road from Lenschow to IL 64, Kane Co. Sec. #11-00418-00-SP with Document Vet Sheet (Kane County Res. #14-119) 6 - IDOT Funding Agreement for Phase III Construction for Randall Road from Fabyan Parkway to Silver Glen Road, Kane Co. Sec. #11-00418-01-SP with Document Vet Sheet (Kane County Res. # 14-118) 6 - Phase III Construction Engineering Agreement with V3 Companies for Randall Road from Fabyan Parkway to Silver Glen Road, Kane Co. Sec. #11-00418-0 1-SP with Document Vet Sheet (Kane County Res. # 14-11 7) [This is the only one that DOES need County Clerk signature.)

    TRANSMITTED FOR:

    ( ) YOUR INFORMATION AND FILE

    ( X ) YOUR APPROVAL AND/OR CORRECTION

    ( ) AS REQUESTED

    ( X ) SEE BELOW

    REMARKS: Please have the Chairman sign and return to our office for further processing.

    Thanks.

  • STATE OF ILLINOIS

    COUNTY OF KANE

    RESOLUTION NO. 14- 117

    APPROVING A PHASE Ill CONSTRUCTION ENGINEERING SERVICES AGREEMENT WITH V3 COMPANIES OF ILLINOIS FOR

    RANDALL ROAD FROM FABYAN PARKWAY TO SILVER GLEN ROAD KANE COUNTY SECTION NO. 11-00418-01-SP

    WHEREAS, Phase Ill Construction Engineering services are needed for the safety improvement of County Highway No. 34 (also known as Randall Road) from County Highway No.8 (also known as Fabyan Parkway) to County Highway No. 5 {also known as Silver Glen Road) (hereinafter referred to as the "Improvement"); and

    WHEREAS, in order to accomplish the Improvement, it is necessary to retain the services of a professional engineering firm to provide Phase Ill Construction Engineering services therefor; and

    WHEREAS, V3 Companies of Illinois, 7325 Janes Avenue, Woodridge, IL 60517 has experience and professional expertise in Phase Ill Construction Engineering and is willing to perform the required services for an amount not to exceed One Hundred Fifty Four Thousand Five Hundred Seventy Seven and 88/100 Dollars ($154,577.88) as set forth in the Phase Ill Construction Engineering Services agreement (a copy of which is on file with the County Clerk's Office).

    NOW, THEREFORE, BE IT RESOLVED by the Kane County Board that the Chairman thereof is hereby authorized to execute a Phase Ill Construction Engineering services agreement with V3 Companies of Illinois for the Improvement.

    BE IT FURTHER RESOLVED that the Kane County Board appropriate the not to exceed sum of One Hundred Fifty Four Thousand Five Hundred Seventy Seven and 88/100 Dollars ($154,577.88) from Transportation Capital Fund #540, Line Item #50140 (Engineering) to pay for said Phase Ill Construction Engineering services for the Improvement with approximately ninety percent (90%) thereof to be reimbursed to the County from federal funds.

    Line Item Line Item Description Was Are funds currently If funds are not personnel/item/service available for this currently available in

    approved in original personnelfltem/service in the specified line item. budget or a subsequent the specifiC line item? where are the funds

    budget revision? available?

    540.520.525.50140 Engineering Yes Yes

  • Passed by the Kane County Board on April8, 2014.

    John A Cunningham Clerk, County Board Kane County, Illinois

    Vote: Yes No Voice Abstentions

    4RNDL-FBYN TO SLVRGLN PHIII-V3.4LH

    Page 2 of 2, Res. #14-117

    Christopher J. Lauzen Chairman, County Board Kane County, Illinois

  • Local Agency Consultant

    County of Kane County L ® llhlis Depa1menl 0 of TranspOrtation c V3 Comoanies

    County c 0 Address Kane A N 7325 Janes Avenue Section L 5 City 11-00418-0_1·-SP u Woodridae Project No. Construction Engineering State HSIP-0089£177) A Services Agreement

    L II Job No. G For

    T Zip Code C-91-128-14 E Federal Participation

    A Rn!::;17 Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Mr. David Boesch, (630)845-7875 c T Mr. Tomas Valaitis (630)729-6286 [email protected] y [email protected]

    THIS AGREEMENT is made and entered into this day of 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 or attached exhibits the following terms are used, they shall be interpreted to mean:

    Regional Engineer Deputy Director Division of Highways, Regional Engineer, Department of Transportation Resident Construction Supervisor In Responsible Charge

    Authorized representative of the LA in immediate charge of the engineering details of the PROJECT A full time LA employee authorized to administer inherently governmental PROJECT activities Company or Companies to which the construction contract was awarded Contractor

    Project Description

    Naine .....:....;R.:c.an;.;.;d:..:a;,;,;.II-'-R.:...:o..:;a.=..d .l.,;(C::..:H_;_..:;34...:...)~------- Route FAP 336 Length .....:.:"/:.::a:....___ Structure No. n/a

    Termini Silver Glen Road to Fabyan Parkway

    Description: The improvement consists of traffic signal modernization, ADA ramp installation, lighting~nd shoulder work. \....____..-/

    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:

    D

    D

    D

    Page 1 of 8

    a.

    b.

    c.

    d.

    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.

    Proportion hot mix asphalt according to applicable STATE BMPR QC/QA training documents and obtain samples and perform testing as noted below.

    For soils, to obtain samples and perform testing as noted below.

    For aggregates, to obtain samples and perform testing as noted below.

    NOTE: For 1 a. through 1 d. 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 ofT est Procedures for Materials", submit STATE BMPR inspection reports; and verify compliance with contract specifications.

    BLR 05611 (Rev. 01/10/12) Printed on 3/28/2014 11:22:31 AM

  • D e.

    D f.

    ~ g.

    D h.

    ~ i.

    ~ j.

    ~ k.

    ~ I.

    ~ m.

    ~ n.

    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.

    For Quality Assurance services, provide personnel who have completed the appropriate STATE BMPR QC/QA trained technician classes.

    Inspect, document and inform the LA employee In Responsible Charge of the adequacy of the establishment and maintenance of the traffic control.

    Geometric control including all construction staking and construction layouts.

    Quality control of the construction work in progress and the enforcement of the contract provisions in accordance with the STATE Construction Manual.

    Measurement and computation of pay items.

    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.

    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.

    Revision of contract drawings to reflect as built conditions.

    Act as resident construction supervisor and coordinate with the LA employee In Responsible Charge.

    2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform the duties of the ENGINEER in connection with the AGREEMENT.

    3. To furnish the services as required herein within twenty-four hours of notification by the LA employee In Responsible Charge.

    4. To attend meetings and visit the site of the work at any reasonable time when requested to do so by representatives of the 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 LA employee In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work completed to date. Such invoices shall represent the value, to the 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;

    Page 2 of 8 BLR 05611 (Rev. 01/10/12) Printed on 3/28/201411:22:31 AM

  • 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.

    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.

    14. To be prequalified with the STATE in Construction Inspection when the ENGINEER or the ENGINEER's assigned staff is named as resident construction supervisor. The onsite resident construction supervisor shall have a valid Documentation of Contract Quantities certification.

    15. Will provide, as required, project inspectors that have a valid Documentation of Contract Quantities certification.

    II. THE LA AGREES,

    1. To furnish a full time LA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities.

    2. To furnish the necessary plans and specifications.

    3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services.

    4. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT, on the basis of the following compensation formulas:

    Cost Plus Fixed Fee Formulas

    ~ FF = 14.5%[DL + R(DL) + OH(DL) + IHDC], or 0 FF = 14.5%[(2.3 + R)DL + IHDC]

    Where: DL = Direct Labor IHDC =In House Direct Costs OH =Consultant Firm's Actual Overhead Factor R = Complexity Factor FF=Fixed Fee SBO = Services by Others

    Total Compensation = DL +IHDC+OH+FF+SBO

    Specific Rate D (Pay per element)

    LumpSum D

    Page 3 of 8 BLR 05611 (Rev. 01/10/12) Printed on 3/28/201411:22:31 AM

  • 5. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 6051LCS 5/5-409:

    D 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.

    1Z1 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 ofthe 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.).

    7. To submit approved form BC 775 (Exhibit C) and BC 776 (Exhibit D) with this AGREEMENT.

    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 LA employee In Responsible Charge. 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.

    Page 4 of 8 BLR 05611 (Rev. 01/10/12) Printed on 3/28/2014 11:22:31 AM

  • 7. That the ENGINEER has not been retained or compensated to provide design and construction review services relating to the contractor's safety precautions, except as provided in numbered paragraph 1f of Section I.

    8. This certification is required by the Drug Free Workplace Act (301LCS 580). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to, suspension of contract or grant payments, termination of a contract or grant and debarment of contracting or grant opportunities with the State for at least one (1) year but no more than five (5) years.

    For the purpose of this certification, "grantee" or "contractor'' means a corporation, partnership or other entity with twenty-five (25) or more employees at the time of issuing the grant, or a department, division or other unit thereof, directly responsible for the specific performance under a contract or grant of $5,000 or more from the State, as defined in the Act.

    The contractor/grantee certifies and agrees that it will provide a drug free workplace by:

    (a) Publishing a statement:

    (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace.

    (2) Specifying the actions that will be taken against employees for violations of such prohibition.

    (3) Notifying the employee that, as a condition of employment on such contract or grant, the employee will:

    (A) abide by the terms of the ~tatement; and

    (B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction.

    (b) Establishing a drug free awareness program to inform employees about:

    (1) the dangers of drug abuse in the workplace;

    (2) the grantee's or contractor's policy of maintaining a drug free workplace;

    (3) any available drug counseling, rehabilitation and employee assistance program; and

    (4) the penalties that may be imposed upon an employee for drug violations.

    (c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace.

    (d) Notifying the contracting or granting agency within ten (10) days after receiving notice under part (B) of paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction.

    (e) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, any employee who is convicted, as required by section S of the Drug Free Workplace Act.

    (f) Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place.

    (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act.

    9. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT. The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of DOT-assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination this AGREEMENT or such other remedy as the LA deems appropriate.

    Page 5 of 8 BLR 05611 (Rev. 01/1 0/12) Printed on 3/28/2014 11:22:31 AM

  • Prime Consultant:

    Sub-Consultants:

    Executed by the LA:

    ATTEST:

    By:

    John A. Cunnigham, County Clerk ----------~--~--~---------

    (SEAL)

    Executed by the ENGINEER:

    Page 6 of 8 Printed on 3/28/2014 11:22:31 AM

    Agreement Summary

    TIN Number 36-3252440

    TIN Number Aareement Amount $0.00

    Sub-Consultant Total: $0.00 Prime Consultant Total: $154,577.88

    Total for all Work: $154,577.88

    County of Kane (Municipality/Township/County)

    By:

    Title: (!.- rt' o pher f. Lfl..tt -t- .e }1

    Chairman County Board

    V3 Companies

    By:~~~ 0/(;U !?.VALmll s

    Title: Senior Vice President

    BLR 05611 (Rev. 01/10/12)

  • Route: Local

    Section: Project: Job No.:

    FAP 336 (Randall Road) Kane County (Municipality/Township/County)

    11-00418-01-SP HSIP-0089(177) C-91-128-14

    Cost Plus Fixed Fee Methods of Compensation:

    Exhibit A - Construction Engineering

    Fixed Fee 1 ~ 14.5%[DL + R(DL) + OH(DL) + IHDC] Fixed Fee 2 D 14.5%[(2.3 + R)DL + IHDC] Specific Rate D LumpSum D

    Cost Estimate of Consultant's Services in Dollars Element of Work Employee

    Classification Man- Payroll Payroll Costs Overhead Services by Others Hours Rate (DL) (OH*DL) (SBO)

    Construction Mang Senior Proj Mana 100.00 $59.80 $5,980.00 $9,435.24 $0.00 Resident Eng REI 440.00 $42.50 $18,700.00 $29,504.86 $0.00 Project Controls REI 240.00 $42.50 $10,200.00 $16,093.56 $0.00 Constr Obsrv Const Tech Ill 300.00 $35.35 $10,605.00 $16,732.56 $0.00 Proj Coordination Division Director 16.00 $67.04 $1,072.64 $1,692.41 $0.00 Project QC/QA Senior Proj Man c 32.00 $59.80 $1,913.60 $3,019.27 $0.00 Survey Survey Crew 60.00 $28.26 $1,695.60 $2,675.31 $0.00

    Totals 1 188.0 $50 166.84 $79 153.21

    Page 7 of 8 Printed on 3/28/2014 11 :22:31 AM

    *Firm's approved rates on file with Bureau of Accounting and Auditing:

    Overhead Rate (OH) 157.78 % Complexity Factor (R) _0"-'-.-'-00;;..__ __ Calendar Days ___;_:12::..:0:....._ __ _

    In-House Fixed Fee Direct Costs Total

    (IHDC) (FF)

    $0.00 $2,235.21 $18,097.49 $5,070.00 $7,724.85 $60,840.85 $0.00 $3,812.56 $30,106.12 $0.00 $3,963.94 $31,565.77 $0.00 $400.93 $3,165.98 $0.00 $715.26 $5,648.13 $130.00 $652.63 $5,153.54

    $5 200.00 $20 057.83 $154 577.88

    BLR 05611 (Rev. 01/10/12)

  • Exhibit B

    Engineering Payment Report

    •· Prime Consultant

    .• .. Name Address Telephone TIN Number

    ~roject Information

    Local }\gency · Section Number Project Number ~obNuniber

    V3 Companies 7325 Janes Avenue 630~ 724-9200 3(,-.3zs44o

    Kane County 11-00418-01-SP HSIP-0089(177) C-91 -'128-14

    This form is to verify the amount paid to the Sub-consultant on the above captioned contract. Under penalty oflaw 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

    ··. . '

    ' .

    .

    ·•

    Sub-Consultant Total:

    Prime Consultant Total: Total for all Work

    Comoleted:

    Signature and title of Prime Consultant Date

    . Note: The Department of Transportation is requesting disclosure of information that is necessary to accomplish the .. statutory purpose as outlined under state and federal law. Disclosure of this information is REQUIRED and shall be deemed as concurring with the payment amount specified above.

    ~

    .

    PageS of 8 BLR 05613 (Rev. 01/10/12)' Printed on 3/27/2014 6:51:20 PM

  • EXHIBIT '·c·

    PREVAILING WAGE RATES

    It is the policy of the State of Illinois as declared in the Illinois Prevailing Wage Act (820 ILCS 13011 et seq.) "that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works".

    The CONSULTAN'T agrees to pay, when applicable, the CUITCnt Illinois Dcpar1ment of Labor Prevailing Wage Rates for all County of Kane projects. Current prevailing wage rates are available fl·om the Illinois Department of Labor at their website: http://www .state.il.us!agcncy!idol/ratcs/rates.HTM.

    Prevailing wage rates are subject to revision monthly. The CONSULTANT acknowledges its responsibility, f()r payment of any applicable future adjustment thereof.

    The CONSUL:l'ANT further acknowledges its responsibility to notify any sub-consultant of the applicab.ility of the Prevailing Wage Act.

    When applicable, the CONSULTANT agrees to provide the Kane County Division of Transportation "certified payrol.ls" as required by the Prevailing Wage Act

    V3 Compani~,'..o:.s __ (:.ompany Name

    ,./~: .·

    -~--/,:1 ,/'_::j.); )~/-·/:;;~'(// ;:·;, / ,{

  • March 3, 2014

    Jim Hansen Kane County Government Center Purchasing Department, Bldg. A 719 South Batavia Avenue Geneva, IL 60134

    Re: Contractor Disclosure Kane County Code, Art. II, Div. 3, Sec. 2-211 V3 Companies

    To Whom it May Concern:

    In compliance with the Kane County Code referenced above, this letter will serve as our disclosure of:

    A. Campaign contributions for the last 12 months B. Individuals having more than 5% ownership of shares in V3 Companies C. Names and contact information of lobbyists, agents and representatives and' D. A statement under oath that we have not withheld any disclosures as to the economic

    interest.

    • Campaign Contributions: V3 has made no campaign contributions in the past 12 months to any Kane County officers or elected officials.

    • Ownership Interest in V3 Companies: There are 3 individuals that hold more than 5% of the shares in V3 companies. Mr. Robin Petroelje owns 8.53% of the shares, Mr. Louis Gallucci. owns 5.52% of the shares and Mr. Patrick Kennedy owns 5.52% of the shares.

    • V3 Companies does not have any lobbyist, agents or representatives who are or would be have contact with County employees or officials in relation to contracts or bids.

    • V3 Companies has not withheld nor reserved any information regarding economic interest in the firm as required by County Code for disclosure.

    Sincerely, . V3 COMPANIES OF ILLINOIS, L TO.

    ./ .. ~

    Louis J. Gallucci, P.E. Executive Vice President

    LJG\blr

    .5n1'1"f D F ltv tJ()I s CovvJil D F bu PM,£

    V3 COMPANIES OF ILLINOIS LTD. • 7325 JANES AVENUE. WOODRIDGE, IL 60517 o PH: 630.724.9200 • FX: 63

    CHICAGO .. DENVER 0 PHOENIX

  • EXHIBIT'"D"

    CONTRACTOR DISCLOSURE ACKNOWLEDGEMENT · KANE COUNTY CODE, ARTICLE IlL DIVISION 3, SECTION 2-211

    1. Prior to award, every contractor or vendor who is seeking or who has obtained contracts or change orders to contracts or two (2) or more individual contracts with Kane County resulting in an amount greater than Fifteen Thousand Dollars ($15,000) shall disclose to the Kane County Purchasing Depat1ment,. in writing all cumulative campaign contributions, (which includes multiple candidates) made within the previous twelve ( 12) months of awarding of the contract made by that contractor, union, or vendor to any current otlicer or countywide elected officer whose office the contract to be awarded will benefit. Disclosure shall be updated annually during the tenn of a multi-year l~ontract and prior to any change order or renewal requiring Board level approval. For purposes of this disclosure requirement, "contractor or vendor" shall include owners, officers, managers, insurance brokers, lobbyists, agents, consultants. bond counsel and undcnvriters counseL subcontractors, corporations, partnerships, associations, business trusts, estates, trustees, andior beneficiaries under the control of the contracting person, and political action committccsto which the contracting person has made contributions.

    2. All contractors and vendors who have obtained or are seeking contracts with Kane County must disclose the following inl(mnation which shall be certified and attached to the application or document. Penalties for knowingly violating disclosure requirements will potentially result m immediate cancellation of the contract, and possible disbarment ti·om future County contracts:

    a. Name, address and percentage of ownership interest of each individual or entity having a legal or a beneficial interest of more than five percent (5%) iri the applicant. Any entity required by law to file a statement providing substantially the information required by this paragraph with any other government agency may file a duplicate of such statement;

    b. Names and contact information of their lobbyists, agents and representatives and all individuals who are or will be having contact with County employees or officials in relation to the contract or bid. This information disclosure must be updated when any changes to the information occurs.

    c. Whenever any interest required to be disclosed in paragraph (a) above is held by an agent or agents, or a nominee or nominees, the principals fot whom such agents or nominees hold such interest shall also be disclosed. The application of a spouse or any other pat1y, if constructively controlled by another person, or legal entity as set fmth above, shall state 'the nan1c and address and percentage of beneficial interest of such person or entity possessing such constmctive control and the relationship under which such control is being or may be exercised. Whenever a stock or beneficial interest is held by a corporation or other legal entity, such shareholder or beneficiary shall also make disclosure as required by paragraph (a) above.

    d. A statement under oath that the applicant has withheld no disclosures as to economic interests in the undertaking nor reserved any information. data or plan as to the intended use or puq)OSC for which it seeks County Board or other county agency action.

    3. All disclosures and information shall be current as of the date upon which the application is presented and shall be maintained current until such time as Kane County shall take action on the application. Furthennore, this information shall be maintained in a database by the Purchasing

  • 4. Notwithstanding any of the above provisions, the County Purchasing Depurtment with respect to contracts a\varded may require any such additional information from any applicant which is reasonably intended to achieve full disclosure relevant to the application for action by the County Board or any other County agency.

    5. · Any failure to comply with the provisions of this section shall render any ordinance, ordinance amendment, County Board approval or other County action in behalf of the applicant failing to comply voidable at the option of the County Hoard or other County agency involved upon tht: recommendation of the County Board Chairman or the majority of the County Board.

    6. Contractor Disclosure infonnation shall be sent to the Kane County Purchasing Department and the Kane County Division of Transportation at the following address, or via email, prior to Transportation Committee of the Kane County Board:

    Company Narne:

    Contact Person:

    Address:

    City:

    State:

    Zip Code:

    Phone:

    Kane County Government Center Purchasing Dcpattmcnt. Bldg A 719 S. Batavia Ave. Geneva, IL 60134 [email protected]

    Kane County Division of Transportation Linda Haines 41 WO l l Burlington Road St. Charles, IL 60175 haineslinda@countyof kane.org

    V3 Companies

    Louis Gallucci

    7325 Janes Avenue

    Woodridge

    Illinois

    60517

    630-724-9200

  • ~Illinois Department ~of Tr-ansportation

    COMPANY NAME: -"V-"3_C;_o"'"m""p"-a"'n"':ie:;_;s;;__-"-------------'----PTBNUMBER: ______________________________ ~---

    TODAY'S DATE:.;;3;,;,./1:.:.;/2:;,:0;,;1~4------------'---------

    Per BOARD) Lodging (per GOVERNOR'S TRAVEL CONTROL BOARD) . .

    Air Fare

    Vehicle Mileage (per GOVERNOR'S TRAVEL CONTROL BOARD)

    Vehicle Owned or Leased

    Vehicle Rental

    Tolls

    Parking

    Overtime

    Shift Differential

    Overnight Delivery/Postage/Courier Service

    Copies of Deliverables/Mylars. (ln;hou~e) Copies of Deliverables/Mylars (Outside)

    Project Specific Insurance

    Monuments (Permanent)

    Photo Processing .

    2-Way Radio (Survey or Phase Ill Only)

    Telephone Usage (Traffic System Monitoring Only)

    CADD

    Web Site

    Advertisements

    Public Meeti~g Facility Rental

    Public Meeting Exhibits/Renderings & Equipment

    Recording Fees

    Transcriptions (specific to project)

    Courthouse Fees

    Storm Sewer Cleaning and Televising

    Traffic Control and Protection

    Aerial Photography and Mapping

    Utility Exploratory Trenching

    Testing of Soil Sampies•

    Lab SerVices*

    Equipment and/or Specialized Equipment Rental*

    .. jAct~aLcosi (Up. to state ratermlximum) ! Coach rate, actual cost, requires minimum two weeks' notice, !with prior !DOT approval ,. .. "·" I Up to state tate maxim.um ' . ;$32.50/half day (4 hours or less) or $65/full day

    . : Actua.l cost (Up to~ ~55/day) ! Actual cost

    ·:Actual cost

    !Premium portion (Submit supporting documentation)

    j'Actwil cost (Based 6n firm's policy) !Actual cost (Submit supporting documentation)

    \Actual cost (Submit supporting documentation) ' . - .. 'Actual cost (Submit supporting documentation)

    'Actual cost

    'Actual cost

    'Actual cost·

    'Actual cost

    ! ,. '

    :Actual cost (Max $15/hour)

    !Actual cost (Submitsupportingdocunientation)

    !Actual cost (Submit supporting documentation)

    iAi:tual cost (Submit s~pp~rtlng documenisilon) "' . . .Actual cost (Submit supporting documentation)

    i Actual.cost .. :Actual cost

    \Actual cost

    !Actual cost (Requires 2·3 quotes with I DOT approval)

    !Actual cost (R~quires 2-3 quot~s with lOOT appro~al) !Actual cost (Requires 2-3 quotes with lOOT approval) !· ···.. >! ' ... ·.- /

    )Actual cost (Requires 2·3 quotes with !DOT approval) !

    :Actual cost c • • • •

    · :Actual cost (Providebreakdown·of each cost)

    ;Actual cost (Requires 2-3 quotes with !DOT approval)

    *If other allowable costs are needed and not listed, please add in the above spaces provided.

    LEGEND

    W.O.= Work Order

    J.S. = Job Specific

    PRINTED 3/27/2014

    Direct Costs Check Sheet

    ·;$0:00.

    $0.00 · · $o:bo .··

    $0.00

    .$0.00

    $0.00

    $0.00

    $0.00

    $0.00

    $0.00

    $0.00

    $0.00

    $0.00

    $5,200.00

    $0,.00

    $0.00

    $0.00

    $0.00

    $0.00

    $0.00

    $0.00

    $0.00

    ·:"'

    • '$0.00

    $0.00

    . $0.00

    $0.00 .,;_.

    ;'$0.00

    $0.00

    $0.00

    $0.00.

    $0:00

    $0.00

    $0.90

    $0.00

    $0.00

    $0.00

    $0:00

    $0.00 ;'."'"',,I \

    $0.00

    $0.00

    $0.00,

    $0.00

    $0:00 ' •-"~··· .. '· .

    $0.00

    $0.00

    $0.00

    $0~00

    $0.00

    .·$o:6o $0.00

    '$0.00

    $0.00

    BDE 436 (Rev. 09/30/13)

  • Employee Name

    V3 COMPANIES OF ILLINOIS Payroll Rates Effective 01/05/2014

    Classification

    -'-~--n .......... ,........,_, _,_ ·~0"·~~~·--''"""" .... -~ ·~·~·'-'""•'""' ·~~- .~-< ... ,N,..,...,.,.,.,,M>.-•-,' tY: ~1i~t:Ja.~J.S~J:l-~!~:L_. . _____ . !.\.Qf!liQ,i,~_ratiqD UL_. Sean T Sheehan Administration III

    Michael J. Fitzqerald Construction Technician II

    Base/Hourly 01/05/14

    36.04

    Average Rate per Classification

    ~·-"'"- '""'' ·········· .~.L!.? 46.27

    30.80 30.80

  • Employee Name

    Joseph A. Halla!<

    Thomas J Kemp

    . ... ~ ... ~--· ¥-· ... Peter J. Caooellini

    Ronald A Graf

    V3 COMPANIES OF ILLINOIS Payroll Rates Effective 01/05/2014

    Classification

    Enaineer I

    Field Ecoloaist II

    Ooerations Director

    .... ~ ...... , ., ............. -·~-··

  • Employee Name

    V3 COMPANIES OF ILLINOIS Payroll Rates Effective 01/05/2014

    Classification Base/Hourly 01/05114

    . . .

    Average Rate per Classification

    Walt~~9:_.~~~e_rn!.~I- ...... '"···- .E!"9J~J~:'1~!!?!!:1~.r ...•.. _ ......... - ..... ,. .................. _ ···--·-··-··· .J§.49 ......... ---------·--·.·····. hYn!} .. e:. s_rnl~tL. .-- ..... . ...... .PI

  • Employee Name

    -·""~•-• ,,.:,..~ _, -~·•• ,, on,.,•.......:.-v~ "'"" ,

    Christopher John Burke

    V3 COMPANIES OF ILLINOIS ·Payroll Rates Effective 01/05/2014

    Classification

    Senior Project Enqineer

    BasefHourly 01105/14

    45.00

    Average Rate per Classification

    • , .. ,.~, 'n•

    Bracjley_:~~Y~.!:1.lU.iL •• -·'·-···---- 2!:!~E_i_Q.tenden_t .......... --------·-···-·· ---··········--··--·-·-··-----f.~.:~ ·----·--··---·-----.1§.!§.~ Scott E. Johnston Superintendent 52.00

    Page 1Page 2Page 3Page 4Page 5Page 6Page 7Page 8Page 9Page 10Page 11Page 12Page 13Page 14Page 15Page 16Page 17Page 18Page 19Page 20Page 21