HomeMy WebLinkAbout23-138 Resolution No. 23-138
RESOLUTION
AUTHORIZING EXECUTION OF A LOCAL PUBLIC AGENCY AGREEMENT WITH
TRANSYSTEMS CORPORATION FOR PROFESSIONAL SERVICES IN
CONNECTION WITH PHASE I ENGINEERING SERVICES FOR THE
REHABILITATION/RECONSTRUCTION OF THE CHICAGO STREET
BRIDGE OVER THE FOX RIVER
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that David J. Kaptain, Mayor, and Kimberly A. Dewis, City Clerk, be and are hereby
authorized and directed to execute a Local Public Agency Agreement on behalf of the City of Elgin
with TranSystems Corporation, for professional services in connection with Phase I engineering
services for the rehabilitation/reconstruction of the Chicago Street bridge over the Fox'River, a
copy of which is attached hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: June 14, 2023
Adopted: June 14, 2023
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk T
Illinois Department Local Public Agency
of Transportation Engineering Services Agreement
Agreement For Agreement Type
Using Federal Funds?® Yes ❑ No Federal PE Original
LOCAL PUBLIC AGENCY
Local Public Agency Count Section Number Job Number
City of Elgin Kane 22-00199-00-BR I P-91-030-23
Project Number Contact Name Phone Number Email
HZ30(114) Mike Pubentz (847) 931-5968 1 pubentz_m@cityofelgin.org
SECTION PROVISIONS
Local Street/Road Name Key Route Length Structure Number
Chicago Street 1320 0.01 045-0058
Location Termini Add Location
Bridge limit IlRemove Location
Project Description
Preliminary engineering for the rehabilitation of the Chicago Street Bridge over the Fox River. Preliminary
engineering (PH 1) will include route and hydraulic survey, alternative analysis, historical and environmental
studies, hydraulic analysis, preliminary bridge design and Phase I report.
Engineering Funding ® Federal ❑ MFT/TBP ❑ State ® Other Local match
Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ® Other Local match
AGREEMENTFOR
® Phase I-Preliminary Engineering ❑ Phase II-Design Engineering
CONSULTANT
Prime Consultant Firm Name Contact Name Phone Number Email
TranSystems Corp. Matt Baldwin (847) 407-5289 mnbaldwin@transystems.com
Address Cit State Zi Code
1475 E. Woodfield Road, Suite 600 Schaumburg IL 60173
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
Completed05/25/23 Page 1 of 9 BLR 05530(Rev.07/08/22)
AGREEMENT EXHIBITS
The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT:
® EXHIBIT A: Scope of Services
® EXHIBIT B: Project Schedule
® EXHIBIT C: Qualification Based Selection(QBS)Checklist
® EXHIBIT D: Cost Estimate of Consultant Services(CESCS)Worksheet(BLR 05513 or BLR 05514)
® EXHIBIT E - LOCATION MAP
I. THE ENGINEER AGREES,
1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection
with the proposed improvements herein before described.
2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff
hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by
lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work
performed.
3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or
corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation.
Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent
correction of any such errors or omissions or the responsibility for clarifying ambiguities.
4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or
ordinances of the LPA.
5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA.
6. To invoice the LPA for Preliminary and/or Design Engineering: 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. To submit a completed BLR 05613, Engineering Payment Report,to the DEPARTMENT within three months of the completion of
the work called for in this AGREEMENT or any subsequent Amendment or Supplement.The form shall be submitted with the
final invoice.
8. 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 United
States 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.
9. That none of the services to be furnished by the ENGINEER shall be sublet assigned or transferred to any other party or parties
without written consent of the LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished
by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT.
10. 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 affix 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).
11. 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 DIRECT COST tab in BLR 05513 or BLR 05514).
II. THE LPA AGREES,
1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following:
(a)Professional Services Selection Act(50 ILCS 510),The Brooks Act(40 USC 11), and the Procurement,
Management, and Administration of Engineering,and Design Related Services(23 CFR part 172). Exhibit C is
required to be completed with this AGREEMENT.
2. To furnish the ENGINEER all presently available survey data, plans, specifications, and project information.
Completed 10/18/22 Page 2 of 9 BLR 05530(Rev.07/08/22)
3. To pay the ENGINEER:
(a)For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the
LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be
equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER.
(b) Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and
reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as
determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER
shall be due and payable to the ENGINEER.
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:
❑ Lump Sum
❑ Specific Rate
® Cost plus Fixed Fee:
Anniversary
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 contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take
all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US
DOT-assisted contracts.The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is
incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program,
the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.).
III. IT IS MUTUALLY AGREED,
1. No work shall be commenced by the ENGINEER prior to issuance by the IDOT of a written Notice to Proceed.
2. 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.
3. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA,the DEPARMTENT,
and their officers, agents, and employees from all suits, claims, actions or damage 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.
4. 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 material 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.
5. In the event that the DEPARMENT 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 as a result
Completed 10/18/22 Page 3 of 9 BLR 05530(Rev.07/08/22)
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.
6. 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.
7. 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.
8. 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, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services
of any firm or person in connection with carrying out the AGREEMENT or
(c)has not paid, or agreed to pay any firm, organization or person(other than a bona fide employee working solely for
the LPA or the ENGINEER)any fee, contribution, donation or consideration of any kind for, or in connection with,
procuring or carrying out the AGREEMENT.
(d)that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment,
declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency,
(e)has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered
against them for commission of fraud or criminal offense in connection with obtaining,attempting to obtain or
performing a public(Federal, State or local)transaction; violation of Federal or State antitrust statutes or commission
of embezzlement,theft, forgery, bribery, falsification or destruction of records, making false statements or receiving
stolen property,
(f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State or
local)with commission of any of the offenses enumerated in paragraph a and
(g)has not within a three-year period preceding this AGREEMENT had one or more public transaction(Federal, State or
local)terminated for cause or default.
Where the ENGINEER or LPA is unable to certify to any of the above statements in this certification, an explanation shall be
attached to this AGREEMENT.
9. 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 include but are not limited to: acts of God or a
public enemy; act 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.
10. 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 statue conviction for a violation occurring int he 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;
(2)The grantee's or contractor's policy of maintain a drug free workplace;
Completed 10/18/22 Page 4 of 9 BLR 05530(Rev.07/08/22)
(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 project.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.
11. 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.).
12. 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 and become 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.
AGREEMENT SUMMARY
Prime Consultant(Firm)Name I TIN/FEIN/SS Number Agreement Amount
TranSystems Corp. 43-0839725 $426,768.00
Subconsultants TIN/FEIN/SS Number Agreement Amount
Hampton Lenzini & Renwick 36-2555986 $153,892.00
Wang Engineering 36-3191909 $116,006.00
Hitchcock Design Group 36-3059328 $39,641.00
Subconsultant Total $309,539.00
Prime Consultant Total $426,768.00
Total for all work $736,307.00
Completed 10/18/22 Page 5 of 9 BLR 05530(Rev.07/08/22)
AGREEMENT SIGNATURES
Executed by the LPA:
Local Public Agency Type Local Public Agency
The of City of Elgin
Attest:
B Si n ture&Date B Si nature&Date
Olo ne 14, 2023 June 14,2023
Name of Local Public Wcv Local Public Agency Type Title
City City Clerk Mayor
.k r
ER:
G Prime Consultant Firm Name
Attest: TranSystems Corp.
B Si nature&Date B (Signature&QDate
%V� 1�9 5/25/2023 `) 5/25/2023
Title Title
PRINCIPAL ASSISTANT VICE PRESIDENT
Completed 10/18/22 Page 6 of 9 BLR 05530(Rev.07/08/22)
Local Public Agency Prime Consultant Firm Name County Section Number
City of Elgin TranSystems Corp. Kane 22-00199-00-BR
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
EXHIBIT A
SCOPE OF SERVICES
FOR FEDERAL PARTICIPATION PROJECTS
-71
Completed 10/24/22 Page 7 of 9 BLR 05530(Rev.07/08/22)
EXHIBIT A
TranSystems
■
a Systems
1475 East Woodfield Road
Suite 600
Schaumburg, IL 60173
Tel 847 605 9600
Fax 847 605 9610
www.TranSystems.com
PHASE I ENGINEERING SERVICES FOR
REHABILTATION/RECONSTRUCTION OF
THE CHICAGO STREET BRIDGE OVER THE FOX RIVER
SN 045-0058
CITY OF ELGIN
EXHIBIT A-SCOPE OF ENGINEERING SERVICES
The City of Elgin (City) has initiated a project requiring professional engineering services by TranSystems
Corporation (TranSystems) to perform Phase I Engineering for the rehabilitation/reconstruction of the
Chicago Street Bridge over the Fox River.
UNDERSTANDING OF THE PROJECT
The scope of work will consist of a Phase I Engineering Study(preliminary engineering and environmental
studies)for the Rehabilitation/Reconstruction of the Chicago Street Bridge over the Fox River.This scope
will include the development,evaluation,coordination and selection of a preferred design along with the
evaluation and clearance of environmental elements to meet the required Federal NEPA process and
receive Design Approval from IDOT and FHWA. The level of environmental and NEPA processing will be a
Categorical Exclusion. It is anticipated that the project termini will be limited to the bridge and
corresponding touchdowns, which will limit impacts to adjacent stakeholders. However, the project
termini will need to be approved by the Illinois Department of Transportation (IDOT) and the Federal
Highway Administration (FHWA) during Phase I engineering. The scope of services has been assembled
assuming no permanent impacts or improvements along IL 31.
The City owns and maintains the Chicago Street Bridge over the Fox River (SN 045-0058). The Chicago
Street Bridge over the Fox River is a four-span continuous concrete T-beam bridge and was originally
constructed in 1939. Since then, the structure has been rehabilitated several times including deck
replacement and the addition of a latex modified concrete overlay. Untreated timber piles support the
piers and abutments. Based on the 2020 Bridge Inspection, the Chicago Street Bridge is structurally
adequate and in fair condition with a sufficiency rating of 61.9. Based on the bridge inspection and BCR
completed during this Phase I Study, it will be determined if a rehabilitation or reconstruction is the
preferred alternative.
This document presents our understanding of the anticipated scope of work and expected level of effort
associated with completion of Phase I Engineering Services. The Phase I scope of services generally
includes route and hydraulic surveys, roadway and structural geotechnical investigation, bridge
alternative analysis, stream hydrology/ hydraulic analysis and report, preparation, and submittal of the
Environmental Survey Request (ESR) with IDOT initiate environmental resource reviews, wetland
investigations and delineations, preliminary traffic modeling along IL 31, public involvement, and
preparation of the Project Development Report (PDR). The processes and design will be prepared in
September 20, 2022 Page I
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
accordance with the IDOT Bureau of Local Roads and Streets (BLRS) Manual and any applicable sections
of the IDOT Bureau of Design and Environmental (BDE) Manual.
The following project schedule is anticipated based on funding earmarks and preliminary discussions with
the City:
Preliminary Project Schedule
• IDOT Notice to Proceed (Section 1440) End of 2022/Early 2023
• Phase I DA 2024
• Construction Letting 1/2026(Possibly 2028 depending on readiness)
• Construction Duration (1 season)
The work also includes scope of services by four subconsultants with the specialty expertise:
• Hampton, Lenzini, and Renwick (HLR)—Survey, environmental field work, hydraulic analysis and
report
• Wang Engineering(Wang)—Geotechnical investigations
• Hitchcock Design Group(HDG)—Architectural services
The following is a summary of the items that are included in the proposed scope of services:
TASK 1- DATA COLLECTION AND UTILITY COORDINATION
Available historical information from the City, Kane County, and IDOT will be obtained and reviewed,
including but not limited to, existing right-of-way (ROW) and property limit data, existing roadway and
bridge plans,County-based GIS topographic and aerial photography,and any City records of maintenance
and flooding reports and incidents. This work will include completing a JULIE Design request and initial
project introduction letters to obtain information on existing utilities within the project limits. Preliminary
utility conflicts will be identified during Phase I.
TASK 2- ROUTE AND HYDRAULIC SURVEY AND ROW VERIFICATION
Preliminary route and stream surveys will be required to properly document existing field conditions that
will serve as the basis for the preliminary engineering, design, and plan preparation for this project. The
existing ROW will be verified during Phase I engineering to better identify proposed easements and
potential ROW needs. Plats and legal descriptions will not be prepared during Phase I engineering.Task 2
will be completed by HLR as a subconsultant to TranSystems and additional detail may be found in HLR's
attached scope of services.
Page 2
EXHIBIT A
. Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
TASK 3—GEOTECHNICAL INVESTIGATION AND REPORT
The task consists of performing roadway and structural geotechnical investigations conforming to the
requirements of the IDOT Geotechnical Manual. The test results and recommendations will be
summarized in a written Structural Geotechnical Report (SGR). The work shall include site access and
traffic control, permit(s) procurement,drilling and sampling, laboratory analysis and report.This task will
be completed by Wang as a subconsultant to TranSystems and additional detail may be found in Wang's
attached scope of services.
TASK 4—BRIDGE INSPECTION/ BRIDGE CONDITION REPORT
A bridge inspection will be performed to assess the current condition of the bridge and provide the data
for the Bridge Condition Report. The bridge inspection and Bridge Condition Report will conform to the
requirements of the IDOT"Bridge Condition Report Procedures&Practices,"the IDOT Bridge Manual,the
IDOT BLRS Manual,and NBIS standards.
• The TranSystems inspection team will perform a routine NBIS inspection satisfying the
requirements of the IDOT.
• A snooper truck will be used for the bridge inspection with traffic control provided by the City.
• The Bridge Condition Report(BCR)will be written to document the current physical condition and
functionality of the bridge and recommend a scope of work for approval.The alternative selected
(Rehabilitation or Replacement)will be the most cost effective forthe structure given its condition
and the structural/geometric/hydraulic deficiencies and exterior constraints that affect it.
Proposed structure sketches will be prepared for the recommended alternative.
• A load rating will be performed to determine the load carrying capacity of the bridge. Existing
structural elements will be analyzed to determine which elements can be re-used or rehabilitated
to improve their load carrying capacity.
• BBS-RIR(Routine Inspection Report)and BBS 2795(Structure Load Rating Summary)forms will be
completed and submitted to IDOT Bureau of Bridges and Structures(BBS)for approval.
TASK 5—STREAM HYDROLOGY/ HYDRAULIC ANALYSIS AND REPORT
A stream hydrology/hydraulic analysis and hydraulic report will be completed demonstrating that the
proposed structure meets the requirements of IDOT and IDNR-OWR, as required. The hydraulic report
task is broken out into hydrologic analysis, and hydraulic analysis and report. This task will be completed
by HLR as a subconsultant to TranSystems and additional detail may be found in HLR's attached scope of
services.TranSystems will provide a QA/QC review of the report.
TASK 6—ROADWAY ALTERNATIVE ANALYSIS AND CONCEPT DESIGN
Several different studies will take place early in the engineering process to develop feasible alternatives.
These studies include traffic modeling along IL 31 to identify existing challenges and potential
countermeasures,a crash analysis,evaluation of bike/pedestrian facilities,and the roadway/bridge typical
Page 3
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
section.The goal is to design a facility that suitably accommodates all modes of transportation utilized at
this location.
IL 31 Traffic Operations and Safety Analysis
• Data Collection
o Site Visit: Conduct field check of existing conditions, safety issues specific to the existing
marked pedestrian crossings, and traffic operations. Prepare photo log and plan view
exhibits to document these conditions.
o Existing Data: Collect and review previous and on-going studies in the area, record
drawings, information on planned roadway improvements in the study area, and local
and regional pedestrian and bicycle planning maps. Obtain existing signal timings for the
signalized intersections within the study area.
o Traffic Data: Collect traffic counts (by Gewalt Hamilton Associates, Inc.) using a video-
based data collection platform(such as Miovision). Data will be in the form of Intersection
Turning Movement Counts with vehicle classification, pedestrians and bicyclists.
Weekday 24-hour Counts will be collected at the following intersections:
■ IL 31 and Highland Avenue
■ IL 31 and Chicago Street
o Crash data: Obtain and compile current five-year (2017-2021) crash data available from
the City and IDOT. It is expected that this data will be in the form of collision diagrams,
crash reports,and tabular data in the form of Excel spreadsheets.
• Traffic Calibration and Projections
o Compare traffic counts to 2019 traffic volumes available from IDOT's public database to
confirm that traffic volumes in the study area have recovered to pre-Covid conditions and
are representative of normal traffic demand. If counts are significantly lower than 2019
traffic volumes,they will be calibrated to pre-Covid data to ensure that base-year traffic
demand is not underestimated.
o Coordinate with CMAP to develop 2050 ADTs.
o Develop 2050 design hourly volumes (DHV) for AM and PM peaks for no-build and
proposed scenarios at the intersections(2 locations).
• Traffic Operations Analysis
o Develop Synchro/SimTraffic models for the two intersections, in the AM and PM peaks
under the following scenarios:
■ Existing Conditions(Existing traffic and roadway geometry)
■ 2050 No-Build Conditions(2050 No-Build Traffic and existing roadway geometry)
■ 2050 Proposed Design (2050 Traffic proposed improvements)
• Crash and Safety Analysis
o Analyze crash history within the study area for the current 5-year period (2017-2021)
available. Identify crash patterns and develop countermeasures for common and severe
crash types. Provide recommendations to be considered in the future.
Page 4
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
• Technical Memorandum
o Prepare a memorandum with exhibits summarizing the data collection,traffic and safety
analysis results, and recommendations for the City to consider as part of a future
improvement.
Roadway Cross Section Analysis. TranSystems will evaluate the project site to identify potential
improvements in the areas of functionality and safety and cost. TranSystems will discuss the potential
improvements with the City to determine the preferred design. Based on our current understanding of
the project,the following items will be considered during concept design:
• Evaluate typical section to accommodate different modes of transportation and potential for
parking
• Evaluate impacts at ETC/Pace and Metra, at-grade crossing, local driveways if roadway profile is
modified
Traffic Management Plan. It is anticipated that IDOT will require a Traffic management plan to evaluate
the temporary impacts to traffic on IL 31 during construction. This task includes the traffic modeling of
temporary traffic conditions (one southbound left turn lane on IL 31 during construction) to determine
impacts on operations and potential temporary signal operations.A report to be developed and submitted
to IDOT for review and approval.
MOT and Staging Concepts. A Maintenance of Traffic (MOT) plan concept will be developed during
preliminary engineering to maintain traffic during construction. It is anticipated the one lane of traffic will
be maintained at all times during construction. This task will include staging/routing concepts and MOT
typical sections for the proposed staging.
Aesthetic Design Concepts.TranSystems will work with Hitchcock Design Group(HDG)to develop a design
that meets the surrounding landscape and expectations of both the City and community.The selection of
design elements and aesthetic features will be led by HDG as a subconsultant to TranSystems and
additional detail may be found in HDG's attached scope of services. It is anticipated the HDG will assist
with some design elements for the Kimball Street Bridge, pending the preferred alternatives.
TASK 7— BRIDGE TYPE STUDY,TS&L& PBDHR
A bridge type study will be performed once the hydraulic information has been determined and the Bridge
Condition Report has been approved by IDOT. TranSystems will study up to two (2) bridge types,
considering their configuration, impacts to the roadway alignment and profile, compensatory storage
requirements, environmental resources, aesthetics, and right-of-way needs. Cost estimates will be
prepared and evaluated to present the most efficient bridge option.
• Upon selection of the preferred bridge alternative, a Type, Size, and Location (TS&L) plan will be
prepared for review by the City.This drawing will show the size of principal members and general
Page 5
EXHIBIT A
. Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
configuration of the proposed improvement.These documents will serve as the basis of the final
design.
• Plan and profile sheets will be developed based on the low bridge elevation. The roadway
geometry and plans will be prepared in accordance with the applicable requirements of the IDOT
BLRS Manual,Section IV—Project Design.
• TranSystems will correspond via phone call or emails with the City (and IDOT) to work through
questions and/or alternatives. TranSystems will respond to comments, prepare a Disposition of
Comments, and revise the plans as necessary. A draft and final review and submittal are
anticipated.
• TranSystems will assemble the Preliminary Bridge Design and Hydraulic Report (PBDHR, also
known as the BLR Form 10210), utilizing hydraulic analysis exhibits and information as,
attachments and submit to IDOT Bureau of Bridges and Structures for review and approval. A
draft and final review and submittal are anticipated.
TASK 8—ENVIRONMENTAL STUDIES
Environmental Survey Request.To initiate IDOT's environmental review process for natural and cultural
resource reviews,an Environmental Survey Request (ESR)will be prepared as part of the early
coordination of the Project.The scope will include preparation of the ESR project limits map and plan
exhibit showing the project limits,existing and proposed right-of-way,and environmental study limits.
The ESR will be prepared and submitted in accordance with the IDOT BLRS Manual,Section 20-2.
The following environmental studies tasks will be completed by HLR as a subconsultant to TranSystems
and additional detail may be found in HLR's attached scope of services.
• Wetland/Waters of the US Delineation and Report
• Tree Survey and Memorandum
• Special Waste Screening
• Preliminary Environmental Site Assessment(PESA)and one (1) Update
TASK 9-HISTORICAL COORDINATION AND EVALUATION
The Chicago Street Bridge is not currently listed as a historic bridge,but it is eligible for listing.TranSystems
understands that the City would like to maintain the existing look and features of this concrete arched
beam bridge because it is a key element of the CBD/historic district. Preparing a Historic Bridge
Rehabilitation Feasibility Analysis Report will provide the necessary documentation to initiate and
facilitate Section 106 coordination to determine the need to coordinate with the Illinois SHPO, other
agencies with jurisdiction,and stakeholders.
Historic Bridge Rehabilitation Feasibility Report.TranSystems will prepare the feasibility report through
a combination of interviews of key City staff and file review, including previous inspection and structural
Page 6
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
rating reports. TranSystems will visit the Chicago Street Bridge to gather additional information, such as
specific photographs, measurements and/or area reconnaissance. The end-product will be the
development of a Bridge Rehabilitation Feasibility Analysis Report prepared in accordance with AASHTO's
2008 Guidelines for Historic Bridge Rehabilitation and Replacement (authored by TranSystems). The
report will provide a step-by-step approach to balanced decision making that uses historic significance
and the effort needed to make a bridge adequate,along with other environmental considerations(historic
districts),to support consistent and balanced findings about the prudence of keeping the Chicago Street
Bridge in service.A summary of the key elements and discussions of the report are presented below.
Preservability of a historic bridge,as with any bridge, is a factor of its ability to perform adequately based
on usage and safety.The adequacy of the structure to meet the community's needs will be determined in
conjunction with the project stakeholders. Work to the bridge (Task 7), including deciding whether to
rehabilitate or replace it,generally means addressing three areas of functional and operational adequacy:
(1) superstructure and substructure condition, (2) load-carrying capacity, and (3) geometry and safety
features. The bridge is in overall fair condition due to the deterioration of the superstructure.
A bridge classified as functionally obsolete because it does not meet current guidelines should not
automatically be considered unsafe and having no preservation potential. Many functionally obsolete
bridges are performing adequately and safely.Geometric adequacy includes consideration of not only the
width across the bridge but features such as approach roadway alignment and width, shoulder width,
vertical clearance over the roadway,sight distances across the bridge and at the approaches, proximity to
intersections,and the functional classification of the road.
Crash history (Task 6) is another extremely useful source of specific information about what geometric
features of the bridge are problematic. It will be used to determine what types of accidents are
attributable to the bridge, including its geometric characteristics and its safety features. The review of
accident reports will also assist with assessing risk management and supporting substantive safety as will
evidence of physical damage to the bridge itself.
In accordance with the current AASHTO emphasis on performance-based solutions in lieu of only
standards-based ones, assessments of adequacy will include consideration of substantive safety.
Substantive safety is the long-term, or expected, safety performance of a road or bridge based on
comparison of models and statistics for locations with similar characteristics. It provides the actual
numbers of predicted accidents, their type and their severity. By using substantive safety, the degree to
which a specific design may be safer than an alternative design can readily be measured and compared.
In the past it was not always possible to determine substantive safety,forcing designers and engineers to
rely on design values based on nominal safety. However, with the development of the AASHTO Highway
Safety Manual(HSM),techniques and methodologies are now available that permit the determination of
quantifiable crash frequencies and their severities.
Potential for this concrete arched beam bridge to be rehabilitated and remain in service will be analyzed
by applying the aspects of adequacy—the structural and functional, load capacity and safety factors—to
determine when rehabilitation appears to be feasible and prudent and when it does not. It is
Page 7
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
acknowledged that rehabilitation or replacement decisions are largely founded on the ability of a bridge
to perform adequately based on aspects of functional and operational adequacy.The flexibility provided
in AASHTO and FHWA policies, manuals and guidance will be considered as defining reasonable and
feasible means to achieve fair and balanced decisions.
A common measure of the viability of an alternative is whether it is feasible and prudent. From the
engineering perspective, the technology exists to do almost anything given unlimited resources. Thus,
much is possible ortechnically feasible,but is that action prudent?Resources are not unlimited,and there
are other engineering and environmental issues that affect decision making, like initial cost, life-cycle
costs, and other environmental concerns, from the presence of other historic properties or districts, or
sensitive marine life to extraordinary disruptions.
Because existing conditions and the level of effort to make a bridge adequate vary from structure to
structure, it is not possible to prescribe hard and quantitative rules as to when rehabilitation is feasible
and prudent and when it is not. Decision making needs to be founded on a reasoned understanding of
when the work needed to make a bridge adequate exceeds the benefits of such work. This includes
balancing the cost and effect(s) with the historical and cultural significance of the bridge itself and the
impact of the bridge work on other environmental considerations. The consideration of other
environmental factors in a holistic manner may result in a decision that those other factors are more
important than preservation of the bridge.
Life-cycle costs are one of the most frequently used factors in determining long term preservation
potential. It must be acknowledged that transportation agencies and municipalities have limited
resources, and choices must continually be made whether to utilize them on old bridges. It is for these
structures where costs, both initial construction and long-term maintenance, are vitally important and
often the deciding factor.
Because of their historic importance, more effort (level of engineering required, cost,etc.) is appropriate
to preserve bridges with exceptional levels of historic significance. Even with more effort to preserve
them, some higher significance bridges may not have preservation potential. When there is no prudent
way to keep them in service or for an adaptive use,even at the higher level,the bridge will not have long-
term preservation potential. TranSystems will arrive at the best engineering and conservation solution in
an efficient manner. Additionally, balancing the concerns of the engineering and preservation
perspectives will give the report the credibility needed to gain concurrence with the recommended design
from all constituents.
TranSystems is unique in that it has cultural historians on staff that specializes in bridges. TranSystems
historians work with its engineers on a daily basis to bring a balance between design criteria and historic
context. The key is having historians in-house, on equal footing with its engineers to ensure a proactive
approach. Throughout the preliminary engineering phase, TranSystems' historians will work closely with
its engineers to (1) evaluate the impact and effect against the overall significance of the bridge and (2)
assist the engineers with identifying which design alternatives are also sound preservation solutions.
TranSystems will minimize effects on the bridge as much as possible and, when and if appropriate, will
Page 8
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE 1
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
explore feasible design exceptions to retain historic context.This approach will balance engineering and
preservation issues efficiently to achieve the goals of (1) identifying the best alternative that balances
engineering and conservation principals; and (2) expediting completion of the Section 106 consultation
and permitting processes.
We will develop a report for the bridge which evaluates rehabilitation options to address the needs of the
structure. The report will include a recommendation as to whether or not the structure can be
rehabilitated to meet the needs at this crossing. If further analysis needs to occur in order to provide a
recommendation,we will perform that analysis after consultation with the City.
Section 4(f) Evaluation. Section 4(f) permits the use of publicly-owned parks, recreational areas, wildlife
or waterfowl refuges, or any significant historic sites for transportation use only when it has been
determined that there is no feasible and prudent alternative to such use, and the project includes all
possible planning to minimize harm to the property resulting from such use. If there are no feasible and
prudent alternatives to avoid the use of Section 4(f) resources, mitigation measures will be developed.
The proper level of Section 4(f) documentation will be determined through coordination with IDOT and
FHWA and is anticipated to be outlined in the approved scoping document. For this scope of work, it is
assumed that one Programmatic for Historic Bridges form will be completed for the use of the National
Registry (NR) eligible Chicago Street Bridge; one Section 4(f) De Minimis Use form will be completed to
document the use of the Elgin Downtown Commercial District;and one Section 4(f)De Minimis Use forms
will be completed for the recreational resource (Fox River Trail). One field meeting will be held with the
officials with jurisdiction over the recreational resources.The use of these resources will be discussed and
meeting minutes will be prepared to document the officials'opinions on the project.
If necessary, a Section 4(f) Evaluation will be prepared in accordance with Section 4(f) U.S. DOT Act of
1966, Section 138 of the Federal-Aid Highway Act of 1968 and MOT procedures. The specific type of
evaluation will be determined after the alternatives have been evaluated. The Section 4(f) will evaluate
alternatives developed by the project team and will incorporate information and coordination with local
authorities. The alternative analysis section will include detailed design plans depicting each alternative
impact on each of the Section 4(f) resources. This report will document that there are no feasible or
prudent alternatives to the use of Section 4(f) resources for this project.
The Section 4(f) evaluation will include the following sections: an introduction describing the proposed
action; the project purpose and need; identification and description of the Section 4(f) resources;
alternative analysis for each resource; measures to minimize harm to each resource; coordination with
agencies; and, in the Final document, a conclusion. Copies of the Section 4(f) Evaluation Report will be
included as an attachment to the CE and will be submitted for review and comment. Final copies will be
provided after the comments are incorporated.
Page 9
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
TASK 10— FINALIZED ENGINEERING AND GEOMETRIC DESIGNS
Based on input from Task 6, 7, 8, and 9, finalized engineering and geometric designs for the Preferred
Alternative will be completed.TranSystems will develop a preliminary roadway design in accordance with
design criteria prescribed in Chapter 32 of the IDOT BLRS Manual.
Aspects to be constructed at less than the design guidelines will be identified, and a clear description of
required variances and appropriate justification will be provided per IDOT BLRS Manual, Section 27-7.
These items will be discussed at the FHWA coordination meeting to obtain approval. Preliminary critical
cross sections will be prepared to determine ROW and easement needs, wetland impacts, and
compensatory stormwater requirements.
Plan and profile sheets will be developed based on the recommended bridge alternative and its resulting
roadway approach improvements.The roadway geometry and plans will be prepared in accordance with
the applicable requirements of IDOT BLRS Manual,Section IV—Project Design. Plan and profile sheets of
the Preferred Alternative would be included in the Project Development Report (PDR). A draft and final
submittal is anticipated.
Based on the Preferred Alternative, a Preliminary Engineer's Opinion of Probably Construction Cost will
be prepared for inclusion in the PDR.
TASK 11— PROJECT DEVELOPMENT REPORT
The project is anticipated to be processed as a Categorical Exclusion(CE)—Federal Approval.A PDR(BLR
Form 22210) including exhibits and documentation will be developed and submitted to IDOT BLRS to
obtain design approval for the project. The PDR and submittal will follow the guidelines outlined in the
IDOT BLRS Manual.A draft and final submittal is anticipated.
Draft Project Development Report.The draft PDR with exhibits and documentation will be prepared and
submitted to the City and IDOT BLRS(District and Central Office)for review.
Final Project Development Report. TranSystems will prepare a Disposition of Comments for comments
received from the Draft PDR review. The Final PDR will be prepared based on all comments received,
including reasonable public and stakeholder comments from the public meeting and hearing. The Final
PDR will be submitted to IDOT BLRS for design approval.
TASK 12— PUBLIC INVOLVEMENT AND STAKEHOLDER COORDINATION
Given the historic nature of the Chicago Street Bridge, it's importance to local multi-modal traffic as a
gateway to the downtown, and visibility of the proposed improvements developing consensus on a
preferred alternative will be a critical step in achieving design approval from IDOT.The project will include
a public involvement program, stakeholder coordination, and aesthetic selection process which are
described in further detail below. TranSystems will coordinate with the Consultant team on the Kimball
Page 10
EXHIBIT A
Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
Street Bridge to assure similar project branding, website design and information, and that the aesthetic
features match the surrounding area.
The public involvement events will be summarized, including the attendance, advertisement, and
presentation materials. It is anticipated that IDOT/FHWA will require two public venues,one to introduce
and present alternative concepts being considered, and a second to present the Preferred Alternative If
ROW acquisition is necessary, certified letters will be sent to the impacted property owners informing
them of the project.
Public Involvement Program. The following tasks are proposed to gain concurrence on the proposed
bridge design and pedestrian/bicycle facilities from the community and local stakeholders.It is anticipated
that NTP will be issued in December 2022 or January 2023. Once NTP is provided, preliminary data
collection and alternative analysis will commence. Bridge concepts will be presented to individual
stakeholders early in preliminary engineering, the IDOT Kickoff will likely occur in early spring, the first
Public Meeting in late Spring/early summer,and the corresponding FHWA meeting is anticipated to occur
in Fall 2023.
• Public Involvement Meeting. 1 meeting anticipated. It is assumed that the first public meeting
will be a joint location with Benesch at a common location. TranSystems will coordinate with
Benesch on look and branding of the meeting materials beforehand.
• Public Hearing. 1 meeting anticipated. The second public meeting will be conducted as either a
public information meeting or public hearing depending on the project processing and direction
from FHWA.This meeting is anticipated to be conducted separately from Benesch,however,both
consultants will coordinate in advance for consistency.
• Individual Stakeholder Meetings. 6 meetings anticipated. TranSystems will coordinate with the
City and contact local groups such as:the Downtown Neighborhood Association of Elgin,Chamber
of Commerce, Elgin Transportation Center, Police and Fire Departments. Spanish speakers and
translators will be provided for the meeting.
• Project Website. It is anticipated that Metro Strategies will host the website as part of the
Benesch team for consistency. TranSystems to prepare and send exhibits/documents to Metro
Strategies for inclusion on the project website.
Stakeholder Coordination. Coordination with the project stakeholders will be a key element to the
development of a preferred alternative. It is anticipated that Pace, Metra, FHWA, and IDOT will require
additional coordination beyond the proposed public involvement program to gain project approvals.The
following meetings are anticipated:
• IDOT Kickoff Meeting. 1 meeting. TranSystems will prepare and distribute meeting agendas,
minutes,and exhibits for the IDOT Project Kickoff Meeting.
• FHWA Coordination Meetings. 2 meetings anticipated. TranSystems will prepare and distribute
meeting agendas, minutes,and attend the FHWA Coordination Meeting. It is anticipated that the
initial FHWA meeting will be attended jointly with the Kimball Street team.
• Design Coordination Meetings with IDOT.2 meetings
Page 11
EXHIBIT A
KM Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
• Coordination Meetings with Metra. 3 meetings
• Coordination Meetings with Pace.3 meetings
• Preparation of agendas,exhibits and minutes for all meetings. 11 meetings
TASK 13— FUNDING APPLICATIONS
It is TranSystems's understanding that the project is currently "fully funded" with STP-Bridge funding at
an 80/20 federal/local split for all phases of the project.Based on past experience with STP-Bridge funding,
we believe that future requests for additional STP-Bridge funding from IDOT in the event of a cost increase
are likely to be provided. However,the City has indicated that IDOT District 1 has asked the City to explore
other funding options as the project progresses to take the burden off of the STP-Bridge program.Should
the City decide to pursue federal funding (in lieu of STP-Bridge funding) for phases beyond Phase I
engineering, or if project costs increase that cannot be covered by additional STP-Bridge funding, the
below listed programs are candidates to pursue federal funding for the project.The following applications
and effort are based on previous experience on similar projects. If a
• USDOT Bridge Investment Program (BIP). Provides federal funding for replacement,
rehabilitation,or preservation of bridges on the National Bridge Inventory.Afederal award cannot
exceed 80 percent of the total eligible project costs.The application consists primarily of a project
narrative and Benefit Cost Analysis (BCA).
• USDOT Rebuilding American Infrastructure with Sustainability and Equity (RAISE). Provides
federal funding for a wide-variety of transportation project, including bridge rehabilitation and
replacement programs. A federal award cannot exceed 80 percent of the total eligible project
costs.The application consists primarily of a project narrative and Benefit Cost Analysis (BCA).
• CMAP STP Shared Fund. Provides federal funding for projects in several categories, including
bridge reconstruction or rehabilitation for bridges on the National Bridge Inventory. A federal
award cannot exceed 80 percent of the total eligible project costs. The application consists of
completion of the application workbook and the creation of a project application in CMAP's eTIP
tool.
TASK 14—CLIENT MEETINGS, COORDINATION,AND PROJECT ADMIN
This task will include meetings, coordination and updates with the City, subconsultants and other
stakeholders to implement the work progress provided in this scope of services. Preparation and
distribution of correspondence, meeting minutes, records of conversation and other project
documentation to track and document the project decisions is included.The major tasks are listed below.
Progress Meetings. 2 meetings anticipated. Progress and coordination meetings with the City to discuss
project progress and challenges.
Page 12
EXHIBIT A
. Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
Coordination Meetings with Benesch. 2 meetings anticipated. Progress and coordination meetings with
Benesch to discuss potential project challenges, coordinate common work, design features, or potential
project finishes and aesthetics.
Project Administration and Coordination. TranSystems will conduct routine project and stakeholder
coordination, including but not limited to the following:emails, phone calls, letters, etc. on an as-needed
basis.
This task will also include preparing and submitting monthly progress reports(by the 1"of every month),
preparing and monitoring the project schedule and updating the schedule periodically as tasks or project
scheduling change,as well as perform scope of work reviews, resource planning,contract administration,
and invoicing. The task assumes effort based on a twenty-six (26) month contract duration with Design
Approval planned before the end of 2024.
With the use of federal funds and pursuit of additional project funding, it is anticipated that quarterly
updates on the project progress will be required forthe local MPO or IDOT.TranSystems will prepare and
submit the necessary reports on the City's behalf.
Page 13
EXHIBIT A
ofip Systems
EXHIBIT A-SCOPE OF ENGINEERING SERVICES—PHASE I
Rehabilitation/Reconstruction of the
Chicago Street Bridge over the Fox River
SN 045-0058
EXCLUSIONS TO THE SCOPE OF SERVICES
The foregoing outlines TranSystems' understanding of the Scope of Services required for the successful
completion of Phase I engineering services for this project. The following tasks or items were deemed
unnecessary for this project, were excluded from the Scope, and would be considered as additional
services if required by any other agency for the successful completion of the project.
• Drainage technical Memorandum or Location Drainage Study
• Intersection Design Studies along IL 31(May be completed as part of a separate project,if desired)
• Bicycle Travel Assessment
• Individual Parcel Plats
• PSI
• An IDNR/OWR individual permit(Regional Permit anticipated)
• CLOMR or LOMR
• Land Acquisition negotiation services (To be completed in Phase II).
• Preliminary concepts, Wall Type Studies, final design or Geotech investigation required for
retaining walls.
• 3D modeling using Bentley OpenBridge Modeler
• Traffic control for bridge inspection to be provided by the City
• It is anticipated that the location for the Public Involvement Meeting and Public Hearing will be
provided by the City
• Permit Fees (Anticipated in Phase II engineering)
• Right-of-Entry permit for the Railroad (Phase II, if necessary)
Page 14
EXHIBIT A
Scope of Service
Chicago Street Bridge
TranSystems Corporation
SCOPE OF SERVICES
The TranSystems Corporation (hereinafter the "Client') has requested professional engineering services for
Chicago Street Bridge Replacement (hereinafter the "Project'. The following outlines the proposed Project
scope of services.
UNDERSTANDING OF THE PROJECT
Hampton, Lenzini and Renwick, Inc. (HLR) has prepared this Scope of Work for engineering services
based on our knowledge of the Project from the following items:
• Scope of Service in the Request for Proposal
The following is a list of basic project understandings
• HLR assumes agency coordination with IDNR and SHPO will be completed through IDOT BLR
processing; and therefore, is not included in the scope.
SCOPE OF SERVICES
1. Survey and Land Acquisition
Based on our understanding of the project and the needs of the client the following services are included
in the scope of service:
Topographic Survey
Set 8 control points, 4 on each side of the river. Control will be horizontally located with GPS on
NAD 83 IL East State plane coordinates. A digital level loop will be completed through the
control, elevations will be based on NAVD 88 datum holding one of the GPS control points.
Topo of the above water area will be completed with ground-based scanner/LIDAR and features
will be extracted on a 50' cross section interval perpendicular to the street the cross section is
on. Typical hard surface items such as edges of parking lots, roads, sidewalks and buildings will
be collected and defined in the topographic survey. Limits of the ground-based scanner/LIDAR
area for the topographic survey of the streets are shown in red below. Limits of the feature
extraction/deliverable Agn file from the ground-based scanner/LIDAR are shown in green below.
The limits of the feature extraction data are from ROW to ROW along the main corridor of
Chicago Street, 100'west of State Street to 100'east of Riverside Drive including the streets 100'
north and south at the intersection between said limits.
Hydraulic Cross section survey.
.4
ir
PRO
;: �•� � � ilk` ,.' `��t�b' {A� :? ...�1...
CIL
I
Al x. r w� /.'e•t�
In shallow, low flow areas wading with a GPS unit will be utilized for river bottom cross section
data. In deeper areas with high currents a survey grade single point sonar unit on a remote-
control boat or maned boat will be utilized to complete cross section data of the river bottom.
This data along with ground-based scanner/LIDAR data will be combined to provide cross
sections of the Fox River from high bank to high bank at 500'and 250'upstream of the Chicago
Street bridge, the upstream and downstream face of Highland Ave bridge, the upstream and
downstream face and ROW of the Chicago Street bridge and 250', 500'and 1000'downstream of
the Chicago Street bridge.
Utility locations
Existing manholes and structures in the above defined feature extraction area will be located and
detailed determining pipe size, material and flow direction as best able to determine from typical
survey methods. Manhole lids that are not able to be opened with a manhole pick and structures
full of debris or clogged will be reported to the client and it will be the client's responsibility to
coordinate with the utility provider for opening and or cleaning before returning for details.
Data deliverables
Features extraction linework and a surface file will be delivered in a .dwg format utilizing IDOT
layer and codes. Point cloud data will be delivered in a .las and .e57 file. Scan data will also be
delivered in a free/shareable google type street view program by thumb drive.
At this time 3d modeling from the point cloud data of any buildings, piers, existing bridges, or
other structures is not included in the scope. Utility coordination, meetings or record searches for
existing utilities is not included in this scope.
Land Survey
❑ Boundary Determination —HLR will determine the existing right-of-way and property lines for
Chicago Street between IL 31 and Grove Avenue. On the west side of the river, this will include
the Commuter Rail Division parcels north and south of Chicago Street, the Pace parcel, and the
privately owned parcels immediately adjacent to Chicago Street, east of IL 31. On the east side
of the river, this will include the city owned property on the southeast corner, and the American
National Bank property on the northeast corner.
At this time, this scope does not include preparing any Plats of Highways or legal descriptions. It
does not include obtaining title commitments, so the survey will be based on available public
records. Right of entry will be needed for the railroad property, and this cost does not include
obtaining right of entry, railroad flaggers, or permit fees.
Environmental Services
❑ Wetland/Waters of the US Delineation and Report- HLR will conduct a map review of the
project. The following maps and documents will be reviewed prior to conducting the field
investigation:
• U.S. Geological Survey Topographic Maps
• National Wetlands Inventory Maps
• Kane County ADID Wetland Maps
• USDA Soil Survey
• Hydric Soils of the United States
• Regulatory Flood Map
Chicago Street bridge crosses over the Fox River within the project limits. HLR will perform a
formal wetland/Waters of the US delineation of the proposed project area. The wetland delineation
will be conducted to meet the requirements of Executive Order 11990, "Protection of Wetlands",
Section 404 of the Federal Water Pollution Control Act as amended by the Clean Water Act(Corps
of Engineers, Section 404 Permit), and Illinois Environmental Protection Agency(IEPA Section 401
Guidelines)regulations. These regulations pertain to the placement of fill or alterations of drainage
within wetlands of any type and apply to private as well as publicly owned wetlands. The
investigation will meet the requirements of these regulations by identifying the type, functions,
and boundary of the involved wetlands/Waters of the US.
"Wetlands" are defined by the U.S. Army Corps of Engineers (USACE) for jurisdictional purposes
as "those areas that are inundated or saturated by surface or groundwater at a frequency and
duration sufficient to support, and that under normal circumstances do support, a prevalence of
vegetation typically adapted for life in saturated soil conditions" (33 CFR 323.3(c)).
The field investigation will be conducted by our environmental personnel who are experienced in
Federal methods for conducting wetland delineations. Our staff will classify and define hydric soils,
hydrophytic vegetation, and evidence of hydrology to determine if wetlands are present. The
wetland perimeter (s) will be staked and surveyed. Wetland boundary stake locations will be
surveyed using a handheld Trimble R1 GNSS receiver.
Wetlands found will be classified according to type using the"Classification of Wetlands and Deep
Water Habitats of the United States" by Cowardin. Wetland boundaries will be defined in
accordance with the Corps of Engineers Wetlands Delineation Manual: Midwest Region. This
includes a soil investigation to determine the presence or absence of hydric soils and an analysis
of the dominant plant species. Field observations will be made on any evidence indicating the
hydrology of the area and on water sources that are supporting these wetlands. Functions of
these wetlands will be evaluated from field observations.
A wetland/Waters of the US delineation letter report will be prepared summarizing the findings of
the fieldwork. Included in the report will be the required wetland delineation data sheets that
summarize the findings of the field investigation as well as figures that detail the maps reviewed
and current wetland/Waters of the US boundaries of the site.
❑ Tree Survey and Memorandum
A Certified Arborist will conduct a tree survey of all trees 6 inches and greater within the bridge
footprint. All trees will be tied with ribbons and numbered accordingly and surveyed. HLR will
identify all trees by type, diameter, health and structure. During the tree survey HLR will evaluate
potential bat habitat. The finding of the tree survey will be summarized in a tree memorandum.
❑ Special Waste Screening
HLR will conduct a special waste screening. It appears that the Level 1 and Level 2 special waste
screening indicates evidence of recognized environmental conditions. HLR anticipate that the
Special Waste Screening will indicate that a PESA is necessary.
❑ Preliminary Environmental Site Assessment
This scope includes completing a Preliminary Environmental Site Assessment. The PESA will be
prepared using historical and geological information. The specific methods used to conduct the
assessment are contained in 1)ASTM Standards E1527-13, 2)A Manual for Conducting Preliminary
Environmental Site Assessments for Illinois Department of Transportation Highway Projects
(Erdmann et al., 2012), 3) Special Wastes Procedures for Local Highway Improvements (IDOT
Local Roads Manual,July 22,2004),and 4)"IDOT Bureau of Design and Environment Manual(BDE
Manual), Section 27-3.03 (b), October 2015). The PESA will include a database search, review of
historical records, an on-site evaluation, and review of other project conditions that may give us
insight into the existing environmental conditions along the route. From a preliminary mapping
review there appears to be 38 LUST, 11 Voluntary Cleanup Sites, 2 CERCLA/Superfund Sites, 94
RCRA Sites and 2 Non-NPL Superfund Sites within a half mile of the project area.
Once the review has been completed, a written report will be completed and submitted as
documentation to the on-site analysis. This report will accompany various site photographs,maps,
and the above referenced documentation,which will be utilized to assist the project evaluation and
any applicable recommendations.
❑ Preliminary Environmental Site Assessment Update
The Preliminary Environmental Site Assessment (PESA) is valid for a period of 6 months; it is
anticipated that the initial PESA completed for this project will need to be updated. This will include
ordering the environmental database record, conducting a site visit and completing a written PESA
update as an addendum to the original report.
❑ Fox River Hydraulics
HLR will prepare a riverine hydraulic model for the Chicago Street Bridge improvement project.
The hydraulic model will be based on the effective model (HEC-2) that will be purchased from
FEMA with an anticipated cost of$750. This effective model will be modified with the proposed
bridge to ensure that the structure meets backwater requirements necessary for obtaining a
Floodway Permit from the Illinois Department of Natural Resources, Office of Water Resources
(IDNR-OWR) Floodway Permit in accordance with Part 3708.
The model will also be converted to HEC-RAS and compared to the HEC-2 model to ensure that
the conversion meets effective flood profiles. Minor modifications to the converted model will likely
be necessary to match the effective model. The portion of the model near the project that is within
the surveyed stream section, will be removed and replaced with actual survey data. The existing
and proposed HEC-RAS hydraulic models will utilize the effective model's FEMA FIS flows and
Manning's "n" values. For the purposes of the project, HLR will utilize the following surveyed
stream sections in the HEC-RAS model:
• 1000'U/S of the Chicago Street Bridge
• 500'U/S of the Chicago Street Bridge
• U/S Face of Highland Ave Bridge
• D/S Face of Highland Ave Bridge
• 250'U/S of the Chicago Street Bridge
• ROW of Chicago Street Bridge
• U/S Face of Chicago Street Bridge
• D/S Face of Chicago Street Bridge
• 250' D/S of the Chicago Street Bridge
• 500' D/S of the Chicago Street Bridge
• 1000'D/S of the Chicago Street Bridge
Bridge alternates based on the proposed structure will be evaluated in the model. The client will
provide basic design parameters necessary to model the structure in the hydraulic model. A
maximum of 3 proposed alternates are included in the scope of service. Additional alternates will
require additional compensation.
HLR will prepare a hydraulic report for the preferred alternate. The hydraulic report will be
submitted to IDOT for permitting and approval of the new structure. The hydraulic report will
include:
• Project Narrative (proposed project and hydraulic modeling procedures)
• Preliminary Bridge Design and Hydraulic Report(Form BLR 10210)
• Hydraulic Certification
• Waterway Information Table
• Scour Critical Evaluation
• Exhibits
o Location Map
o USGS
o FEMA FIRM
o FEMA FIS Flood Information
o Bridge and Roadway Drawings
o Compensatory Storage Calculations
o Soil Borings
• Model Output Data
Wang 1145 North Main Street
Engineering Lombard,Illinois-9928
Phone(630)953-9928
A IRMEX X Company www.wangeng.com
September 7,2022
Mr.Matthew D. Santeford,PE, SE
Vice President,Structural Manager
TranSystems
1475 E Woodfield Rd,Ste 600
Schaumburg,IL 60173 5440
Re: Proposal for Geotechnical Engineering Services
Chicago Street over Fox River Bridge Reconstruction
City of Elgin,Illinois
Wang PKE225236
Dear Mr. Santeford:
Wang Engineering, Inc. (Wang) is pleased to present this proposal to provide geotechnical investigation
services for the proposed Chicago Avenue over Fox River Bridge replacement, in the City of Elgin, Kane
County,Illinois.
SCOPE OF SERVICES
Wang understand that the bridge carrying Chicago Street over the Fox River will be replaced with a similar
structure to the existing, with 4 spans and 3 piers in the river, and tall wall abutments at the shoreline. As
suggested by TranSystems, during the Phase I design, Wang will obtain five bridge borings and 2 roadway
borings. The bridge borings will be extended to the top of the bedrock that we expect to be at 30 to 50 feet
below the ground surface elevations.The proposed investigation program is summarized in Table 1.
Table 1: Proposed Investigation Program
Boring Boring Depth Bedrock Core Total
Substructure Number (Feet) Length Footage
(feet) (feet)
West Abutment 1 50 10 60
Pier 1 1 30 10 40
Pier 2 1 30 10 40
Pier 3 1 30 10 40
East Abutment 1 50 10 60
Geolechnical ('017SlIZW6017 Environmental
Quality-Engineering Services Since 1982
Chicago St.over Fox River Bridge
Wang PKE225236
September 6,2022 Englh—thm
Page 2 of 3 A EM U=C-p-Y
Moreover, two roadway borings will be obtained 200 to 300 feet behind each abutment. The
roadway borings will be extended to 10 feet.
To accomplish the above project objectives, Wang will complete the following tasks:
Geotechnical Drilling Services: Wang will provide equipment, labor, and associated materials
to drill and core 7 boring for about 210 feet of overburden and 50 feet bedrock. The borehole
will be advanced using hallow stem augers or mud-rotary drilling method. The soil sampling will
.be performed according to AASHTO T 206, "Penetration Test and Split Barrel Sampling of
Soils. Bedrock cores will be obtained with an NX size core barrel.
Since the drilling for pier borings cannot be performed from the bridge deck, we will engage a
barge that will carry our drill rig from a close by launching pad to near the existing bridge piers
and drilling will be conducted from the barge. The drilling schedule will depend on the Fox
River surface water levels.
Field Supervision: Prior to drilling, Wang will layout the borings and clear utilities through
JULIE and other agencies as necessary. We will coordinate traffic control schedule with IDOT
and City of Elgin. A field engineer will monitor drilling activities, maintain daily field notes,
take photographs and log the bedrock cores. The boring locations will be surveyed by others.
Laboratory Testing: After the completion of the drilling phase, soil samples will be transported
to our in-house laboratory in Lombard, Illinois. The soil-testing program will include natural
moisture content, Atterberg limits, particle size analyses, and peak uniaxial compressive strength
of rock cores.
Engineering Analyses and Report: Wang will prepare a structure geotechnical report (SGR)
according to the IDOT Geotechnical Manual guideline. The approach roadways will also be
address in the SGR.
SCHEDULING
Wang will start the project expediently upon prior written authorization to proceed. We estimate
the field investigation will require about 6 working days after utility clearance. The laboratory
1; Proposal Pocumentt 2022IIKE22?2.36 PRl' Wang('11 PKI2_5?30ScopeV02 2022090 71.dac.rpell
Geotechnical Construction linvironlnental
Quality F_ngineering Services Since 1982
Chicago St.over Fox River Bridge
Wang PKE225236
September 6,2022 W WenE-91g n9
Page 3 of 3 A 110MCM Co P„,Y
testing program may require two additional weeks for completion. The boring and rock core logs
and report will be submitted two weeks after TranSystems provides the draft TSL plan.
ESTIMATED COST
Wang proposes to provide the above tasks on time and expense basis according to the attached
estimate. This estimate was prepared assuming the following conditions:
• Boring locations are accessible to a truck mounted drill rigs;
• Traffic control will be necessary and has been included in the cost estimate;
• RR permit and RR flagger will not be required:
• Pier borings will be completed from a barge;
• Boring elevations will be surveyed by others;
Wang Engineering, Inc. appreciates the opportunity to present this scope. If you have questions,
or if you require additional information,please contact us at(630)953-9928.
Sincerely,
Wang Engineering, Inc.
Corina T. Farez,PE,PG
Vice President
Attachments: BLR 05514-Exhibit D
Direct Cost Unit Prices
h Proposal Documents 2021 Th7i 22?236ITP FPang ('71,' 1'Kh21.i236S'copeFV2 202209O7.JocxPd1
Geotechnical Construction Environmental
Quality Engineering Senices Since 1982
September 6, 2022
Elgin Chicago Street Bridge
Page 1
Scope of Services
PHASE 1 - PRELIMINARY DESIGN SERVICES
A. Pre-Design
Objective: Confirm the project goal, objectives, resources, stakeholder interests and best
practices that will be the basis for design.
Process: Specifically, HDG will:
1. (Mtg#1) Participate in a kick-off discussion with City representatives and the other
project team members confirming:
a. Geographic limits
b. Goals and objectives
c. Bridge scope of work and basic IDOT bridge design
d. Budget
e. Consultant and City responsibilities
f. Decision making protocol
g. Schedule
h. Invoicing and payment
i. Other administrative considerations
2. Collect and review available existing data for the project area and the immediate
surroundings including:
a. Aerial photography
b. GIS information
c. Boundaries, property ownership and easements
d. Preliminary roadway and bridge design documents
3. Identify applicable jurisdictional requirements including:
a. City requirements
b. IDOT requirements
4. Observe and photograph the project area and immediate surroundings to identify
readily apparent physical conditions and patterns of use.
5. Using GIS information, aerial photography, and the preliminary roadway and bridge
improvement plans, prepare Base Maps at appropriate scales for use in developing
preliminary bridge enhancement alternatives.
6. Prepare a concise Bridge Enhancement Program that summarizes the research and
analyzes its impact on the proposed improvements.
Deliverables: Base Maps, Bridge Enhancement Program
B. Schematic Design
Objective: Reach consensus on the type, location, organization, scale, character and potential
cost of specific bridge enhancements.
Process: Specifically,following your approval of the Bridge Enhancement Program, HDG will:
1. Prepare Alternative Concepts, including appropriate plan views, sections, elevations,
HITCHCOCK 3D models, and comparable project photo images to illustrate the schematic
organization, scale and character of the proposed bridge enhancements including:
GROUP a. Bridge support structures, piers, parapet walls, and abutment walls
creating plOces
September 6, 2022
Elgin Chicago Street Bridge
Page 2
b. Railings and guardrails
c. Architectural elements
d. Lighting
e. Pedestrian walkways, overlooks, and connections to surrounding areas
f. Landscape
g. Streetscape elements and other pedestrian amenities
a. Gateway elements
b. Other enhancements to be determined
2. Prepare a Preliminary Construction Cost Opinion for each Alternative Concept
based on prototypical construction systems costs.
3. (Mtg#2)Review the Alternative Concepts and costs with City representatives and
other team members.
4. Based on feedback from City representatives and project team members, refine the
schematic design alternatives as necessary.
5. (Mtg#3) In close coordination with City representatives and project team members,
prepare for and facilitate a Public Information Meeting to present the schematic
design alternatives.
6. Using input received from the public meeting, City representatives, and project team
members, identify one schematic design alternative(or combination of alternatives)to
further refine and advance as the preliminary design recommendation.
7. Prepare a Preferred Concept and Graphic Illustrations as necessary to
communicate the design recommendations to City stakeholders and IDOT.
8. Update the Preliminary Construction Cost Opinion for the preferred bridge
enhancements.
9. (Mtg#4) Review the Information with City staff and other project team members prior to
submittal to IDOT.
10. Refine and resubmit our recommendations and exhibits, as may be appropriate.
11. (Mtg#5) In close coordination with City representatives and project team members,
prepare for and facilitate a Public Information Meeting to present the final schematic
design recommendations.
12. Finalize IDOT submittal information and provide to TranSystems for submittal to IDOT.
Deliverables: Alternative and Preferred Concepts; Graphic Illustrations; Construction
Cost Opinion
Note: It is our understanding that TranSystems and other project team members will prepare
the required Phase I submittal documents necessary to facilitate permitting with IDOT and other
appropriate jurisdictional agencies. HDG will provide information as needed and participate in
coordination meetings and presentations as outlined in the Scope of Services. Additional items
HITCHCOCK that may be required to facilitate jurisdictional approvals can be provided as additional services.
GROUP
creating places
September 6, 2022
Elgin Chicago Street Bridge
Page 3
r.FNFRA:I PR0,1F('T AnIVINISTRATI(1 I
In addition to the services outlined above, HDG will administer the performance of its own work
throughout the term of the contract by providing the following services:
A. Communications
1. Schedule, create agendas and summarize the highlights of periodic meetings
2. Rehearse, attend and present at public forums identified
3. Collect and disseminate communications from other parties
4. Periodically inform your representative about our progress
B. Schedules
1. Create, periodically update and distribute the project schedule
2. Coordinate the activities of our staff and our consultants
C. Staffing
1. Select and assign staff members and consultants to appropriate tasks and services
2. Prepare and administer consultant agreements
D. File Maintenance
1. Establish and maintain appropriate correspondence,financial, drawing and data files
2. Obtain appropriate insurance certificates from consultants
3. Maintain appropriate time and expense records
OPTIONAL, ADDITIONAL SERVI
Services or meetings not specified in this scope of services will be considered Additional
Services. If circumstances arise during HDG's performance of the outlined services that
require additional services, HDG will promptly notify the Village about the nature, extent and
probable additional cost of the Additional Services, and perform only such Additional Services
following Client's written authorization.
HITCHCOCK
GROUP
creating places
Local Public Agency Prime Consultant Firm Name County Section Number
City of Elgin TranSystems Corp. Kane 22-00199-00-BR
EXHIBIT B
PROJECT SCHEDULE
Completed 10/24/22 Page 8 of 9 BLR 05530(Rev.07/08/22)
EXHIBIT B
Project Schedule- Phase I Engineering Services
Chicago Street Bridge over the Fox River
Selection&Contract Approval (City Board) O
Coordinate with Kimball Street Team
IDOT PHI Agreement(Assumed Section 1440)
IDOT ESR
IDOT Kickoff Meeting
Field Survey/Data Collection/BCR
Preliminary Analysis&Concepts
Historic Consultation 1_
Public Meetings 0 4
Stakeholder Meetings , 1
Develop Preferred Alternative
Initial PDR Submittal
Agency Review
Final PDR Submittal
1
Design Approval e
Local Public Agency Prime Consultant Firm Name County Section Number
City of Elgin TranSystems Corp. Kane 22-00199-00-BR
Exhibit C
Qualification Based Selection(QBS)Checklist
The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed.
Under the threshold, QBS requirements do not apply.The threshold is adjusted annually. If the value is under the threshold with federal
funds being used,federal small purchase guidelines must be followed.
❑ Form Not Applicable(engineering services less than the threshold)
Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when
using State funds and the QBS process is applicable.
No Yes
1 Do the written QBS policies and procedures discuss the initial administration(procurement, management ❑
and administration)concerning engineering and design related consultant services?
2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and ❑
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? ❑
If yes Due date of submittal 03/18/22
Methods used for advertisement and dates of advertisement
Published in the DAILY HERALD newspaper on 02/24/2022.
5 Do the written QBS policies and procedures cover conflicts of interest? ❑
Do the written QBS policies and procedures use covered methods of verification for suspension and El6 debarment?
7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑
Project Criteria Weighting
Firm's Background 10%
Firm's Qualifications 30%
Project Team 30%
Project Understand and Approach 20%
Project Schedule 10%
8 Do the written QBS policies and procedures discuss the method of selection? ❑
Selection committee titles for this proeect
Public Works Director, City Engineer, Staff Engineer
Top three consultants ranked for this project in order
1 TranSystems
2 EXP
3 Alfred Benesch & Company
9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑
10 Were negotiations for this project performed in accordance with federal requirements. ❑
11 JWere 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? ❑
15 Existing relationship used in lieu of QBS process? ® ❑
Completed 12/21/22 Page 9 of 10 BLR 05530(Rev.07/08/22)
EXHIBIT D
Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
of Transportation
FIXED RAISE
Local Public Agency County Section Number
City of Elgin Kane 22-00199-00-BR
Prime Consultant(Firm) Name Prepared By Date
TranSystems Corporation Matt Baldwin 9/9/2022
Consultant/Subconsultant Name Job Number
TranSystems Coporation
Note: This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab.
Remarks
PAYROLL ESCALATION TABLE
CONTRACT TERM 26 MONTHS OVERHEAD RATE 149.49%
START DATE 11/1/2022 COMPLEXITY FACTOR 0
RAISE DATE 4/1/2023 % OF RAISE
END DATE 12/31/2024
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
0 11/1/2022 4/1/2023 5 19.23%
1 4/2/2023 4/1/2024 12 47.08%
2 4/2/2024 1/1/2025 9 36.01%
BLR 05514(Rev. 11/04/22)
Printed 11/23/2022 3:31 PM The total escalation = 2.32% ESCALATION
Page 1 of 8
Local Public Agency County Section Number
Cit of EI in IKane 22-00199-00-BR
Consultant / Subconsultant Name Job Number
TranSystems Coporation
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATEI 78.00
ESCALATION FACTORI 2.32%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Engineer 5 (E5) $78.00 $78.00
Engineer 4 (E4) $78.00 $78.00
Engineer 3 (E3) $68.93 $70.53
Engineer 2 (E2) $48.86 $49.99
Engineer 1 (E1) $36.58 $37A3
Planner 5 (P5) $78.00 $78.00
Planner 4 (P4) $69.87 $71.49
Planner 3(P3) $48.15 $49.27
Planner 2 (P2) $40.52 $41.46
Architect 4 (AR4) $76.07 $77.84
Architect 3 (AR3) $59.71 $61.10
Architect 2 (AR2) $44.13 $45.15
Environmental Scientist 4 (SC4) $78.00 $78.00
Industry Specialist 3 (IS3) $62.21 $63.65
Construction Services 4 (CS4) $58.02 $59.37
Construction Services 3(CS3) $60.22 $61.62
Construction Services 2 (CS2) $34.24 $35.03
Technician 3 (T3) $41.14 $42.10
Technician 1 (T1) $20.29 $20.76
Administrative 3(A3) $57.58 $58.92
Administrative 2 (A2) $31.77 $32.51
Administrative 1 (Al) $27.48 $28.12
BLR 05514 (Rev. 11/04/22)
Printed 11/23/2022 3:31 PM RATES
Page 2 of 8
Local Public Agency County Section Number
City of Elgin Kane 22-00199-00-BR
Consultant/Subconsultant Name Job Number
Trans stems Coporation
SUBCONSULTANTS
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
Contribution to Prime
NAME Direct Labor Total Consultant
Refer to Cost Estimate Worksheet
Total 0.00 0.00
NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on
this sheet.
BLR 05514(Rev. 11/04/22)
Printed 11/23/2022 3:31 PM SUBS
Page 3 of 8
Local Public Agency County Section Number
City of Elgin JKane 22-00199-00-BR
Consultant/Subconsultant Name Job Number
TranSystems Coporation
DIRECT COSTS WORKSHEET
List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project.
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
ITEM ALLOWABLE QUANTITY RATE TOTAL
Lodging Actual Cost $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum
Lodging Taxes and Fees Actual Cost $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD
Air Fare Coach rate,actual cost,requires minimum two weeks' $0.00
notice with prior IDOT approval
Vehicle Mileage
er GOVERNOR'S TRAVEL CONTROL BOARD Up to state rate maximum 240 $0.63 $150.00
Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day $0.00
Vehicle Rental Actual Cost(Up to$55/day) $0.00
Tolls Actual Cost $0.00
Parking Actual Cost $0.00
Overtime Premium portion(Submit supporting documentation) $0.00
Shift Differential Actual Cost(Based on firm's policy) $0.00
Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) 2 $29.00 $58.00
Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) 500 $0.12 $60.00
Project Specific Insurance Actual Cost $0.00
Monuments(Permanent) Actual Cost $0.00
Photo Processing Actual Cost $0.00
2-Way Radio(Survey or Phase III Only) Actual Cost $0.00
Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00
CADD Actual Cost(Max$15/hour) $0.00
Web Site Actual Cost(Submit supporting documentation) $0.00
Advertisements Actual Cost(Submit supporting documentation) 4 $400.00 $1,600.00
Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00
Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00
Recording Fees Actual Cost 1 $500.00 $500.00
Transcriptions(specific to project) Actual Cost $0.00
Courthouse Fees Actual Cost $0.00
Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Testing of Soil Samples Actual Cost $0.00
Lab Services Actual Cost(Provide breakdown of each cost) $0.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) 1 $8,500.00 $8,500.00
Traffic Counts Actual Cost 1 $3,500.00 $3,500.00
Public Information Meet Exhibits and Materials Actual Cost 1 $1,950.00 $1,950.00
$0.00
$0.00
TOTAL DIRECT COSTS: $16,318.00
BLR 05514(Rev.11/04/22)
Printed 11/23/2022 3:31 PM DIRECT COSTS
Page 4 of 8
Local Public Agency Coun Section Number
ICity of Elgin Kane I 22-00199-00-BR
Consultant/ Subconsultant Name Job Number
TranSystems Coporation
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
OVERHEAD RATEI 149.49% COMPLEXITY FACTOR�O
DIRECT COSTS
(not included in OVERHEAD&FRINGE SERVICES BY %OF GRAND
TASK row totals) STAFF HOURS PAYROLL BENEFITS FIXED FEE OTHERS TOTAL TOTAL
1 Data Collection and Utilitiesn 102 4,924 7,361 1,625 13,910 1.89%
2 Route and Hydraulic Survey, ROW 12 819 1,224 270 2,313 0.31%
3 Geotechnical Investigation&Report 12 892 1,334 294 2,520 0.34%
4 Bridge Inspect/Bridge Cond Report 8,650 228 12,922 19,317 4,264 36,503 4.96%
5 Stream Analysis&Report 24 1,693 2,530 559 4,782 0.65%
6 Alt Analysis&Concept Design 3,500 318 17,676 26,424 5,833 49,933 6.78%
7 Bridge Type Study,TS&L, PBDHR 300 16,326 24,405 5,387 46,118 6.26%
8 Environmental Studies 32 1,602 2,394 529 4,525 0.61%
9 Hist Coord and Evaluation 568 30,564 45,690 10,086 86,340 11.73%
10 Finalized Geometric Design 88 4,681 6,997 1,545 13,223 1.80%
11 Project Development Report 202 9,418 14,080 3,108 26,606 3.61%
12 Public Involvement 4,168 391 21,871 32,695 7,218 61,784 8.39%
13 Funding Applications 240 11,728 17,532 3,870 33,130 4.50%
14 Project Meetings and Client Coord 154 10,182 15,221 3,360 28,763 3.91%
Hampton Lenzini and Renwick - - - 153,892 153,892 20.90%
Wang Engineering - - - 116,006 116,006 15.76%
Hitchcock Design Group - - - 39,641 39,641 5.38%
Subconsultant DL 0.00
Direct Costs Total=__> $16,318.00 $16,318.00 2.22%
TOTALS 26711 145,298 1 217,2041 47,948 1 309,539 736,307 97.78%
362,502 BLR 05514(Rev. 11/04/22)
Printed 11/23/2022 3:31 PM COST EST
Page 5 of 8
Local Public Agency County Section Number
JCity of Elgin I Kane 22-00199-00-BR
Consultant / Subconsultant Name Job Number
TranSystems Coporation
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 3
1 Data Collection and 2 Route and Hydraulic 3 Geotechnical 4 Bridge Inspect/Bridge
PAYROLL AVG TOTAL PROJ.RATES Utilitiesn Survey,ROW Investigation&Report Cond Report 5 Stream Analysis&Report
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
Engineer 5(E5) 78.00 62.0 2.32% 1.81
Engineer 4(E4) 78.00 210.0 7.86% 6.13 8 66.67% 52.00 28 12.28% 9.58
Engineer 3(E3) 70.53 452.0 16.92% 11.94 6 5.88% 4.15 8 66.67% 47.02 2 16.67% 11.76 36 15.79% 11.14 24 1 100.00% 70.53
Engineer 2(E2) 49.99 769.0 28.79% 14.39 18 17.65% 8.82 164 71.93% 35.96
Engineer 1 (E1) 37.43 728.0 27.26% 10.20 52 50.98% 19.08
Planner 5(P5) 78.00 0.0
Planner 4(P4) 71.49 0.0
Planner 3(P3) 49.27 120.0 4.49% 221
Planner 2(P2) 41.46 0.0
Architect 4(AR4) 77.84 0.0
Architect 3(AR3) 61.10 160.0 5.99% 3.66
Architect 2(AR2) 45.15 0.0
Environmental Scientist 4( 78.00 0.0
Industry Specialist 3(IS3) 63.65 170.0 6.36% 4.05 26 25.49% 16.23 4 33.33% 21.22 2 16.67% 10.61
Construction Services 4(C 59.37 0.0
Construction Services 3(C 61.62 0.0
Construction Services 2(C 35.03 0.0
Technician 3(T3) 42.10 0.0
Technician 1 (T1) 20.76 0.0
Administrative 3(A3) 58.92 0.0
Administrative 2(A2) 32.51 0.0
Administrative 1 (Al) 28.12 0.0
0.0
0.0
0.0
0.0
0.0
TOTALS 2671.0 100% $54.40 102.0 100.00% $48.28 12.0 100% $68.24 12.0 100% $74.36 228.0 100% $56.68 24.0 100% $70.53
Printed 11/23/2022 3:31 PM BLR 05514(Rev. 11/04/22)
Page 6 of 8 AVG 1
Local Public Agency County Section Number
JCity of Elgin IKane 22-00199-00-BR
Consultant / Subconsultant Name Job Number
TranSystems Coporation
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 2 OF 3
6 Alt Analysis&Concept 7 Bridge Type Study,TS&L, 9 Hist Coord and 10 Finalized Geometric 11 Project Development
PAYROLL AVG Design PBDHR 8 Environmental Studies Evaluation Design Report
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
Engineer 5(E5) 78.00
Engineer 4(E4) 7800 38 12.67% 9.88 136 23 94 r6 1868
Engineer 3(E3) 70.53 52 16.35% 1 11.53 74 1 24.67% 1740 6 18.75% 13.22 4 4.55% 321 1 4 1.98% 1.40
Engineer 2(E2) 49.99 214 67.30% 3364 88 29.33% 14.66 1 8 25.00% 12.50 1 8 1 9.09% 4.54 58 28.71% 14.35
Engineer 1 (E1) 37.43 100 33.33% 12.48 14 43.75% 1638 272 47.89% 1792 32 36.36% 1361 102 50.50% 1&90
Planner 5(P5) 78.00
Planner 4(P4) 71 49
Planner 3(P3) 49.27
Planner 2(P2) 41.46
Architect 4(AR4) 77.84
Architect 3(AR3) 61.10 160 28.171,b 1721
Architect 2(AR2) 45.15
Environmental Scientist 4(SC 78.00
Industry Specialist 3(IS3) 63.65 52 16-35% 10.41 4 12 504 796 44 50 00 .- 31 83 38 18 81 11.97
Construction Services 4(CS4 59.37
Construction Services 3(CS3 61.62
Construction Services 2(CS2 35.03
Technician 3(T3) 42.10
Technician 1 (T1) 20.76
Administrative 3(A3) 5&92
Administrative 2(A2) 32.51
Administrative 1 (Al) 28.12
TOTALS 1 1 318 0 100 $55 59 300 0 100 S54 42 32 0 100 S50 06 568 0 100'- S53 81 88 0 100 S53 19 202 0 100 146-63
Printed 11/23/2022 3:31 PM BLR 05514 (Rev. 11/04/22)
Page 7 of 8 AVG 2
Local Public Agency County Section Number
JCity of Elgin I Kane 22-00199-00-BR
Consultant / Subconsultant Name Job Number
TranSystems Coporation
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 3 OF 3
14 Project Meetings and
PAYROLL AVG 12 Public Involvement 13 Funding Applications Client Coord
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
Engineer 5(E5) 7800 54 13 81% 1077 8 5.19% 405
Engineer 4(E4) 7800
Engineer 3(E3) 7053 1 86 21,99% 15.51 40 16.67% 11.76 110 71.43% 50.38
Engineer 2(E2) 49.99 175 44.76% 1 22.38 1 36 23.38% 11.69
Engineer 1 (E1) 37.43 76 19.44% 7.28 80 33.33% 12A8
Planner 5(P5) 78.00
Planner 4(P4) 71.49
Planner 3(P3) 49.27 120 50 00% 1 2463
Planner 2(P2) 41.46
Architect 4(AR4) 77.84
Architect 3(AR3) 61.10
Architect 2(AR2) 45.15
Environmental Scientist 4(SC 78.00
Industry Specialist 3(IS3) 63.65
Construction Services 4(CS4 59.37
Construction Services 3(CS3 61 62
Construction Services 2(CS2 35.03
Technician 3(T3) 42 10
Technician 1 (T1) 20.76
Administrative 3(A3) 58.92
Administrative 2(A2) 32-51
Administrative 1 (Al) 28.12
TOTALS 391.0 100-o S55.94 2400 100% $48.87 154.0 1 100% $66.12 0.0 0% $0.00 0.0 0% S0 00 0.0 W i SO 00
BLR 05514 (Rev. 11/04/22)
Printed 11/23/2022 3:31 PM AVG 3
Page 8 of 8
EXHIBIT D
&111no-s Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
of Transportation
FIXED RAISE
Local Public Agency County Section Number
City of Elgin Kane
Prime Consultant(Firm) Name Prepared By Date
Transystems Erica Spolar 3/18/2022
Consultant/Subconsultant Name Job Number
Hampton, Lenzini&Renwick, Inc.
Note: This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab.
Remarks
PAYROLL ESCALATION TABLE
CONTRACT TERM 24 MONTHS OVERHEAD RATE 176.04%
START DATE 11/1/2022 COMPLEXITY FACTOR
RAISE DATE 1/2/2023 % RAISE
END DATE 10/31/2024
ESCALATION PER YEAR
%of
Year First Date Last Date Months Contract
0 11/1/2022 1/2/2023 2 8.33%
1 1/3/2023 1/2/2024 12 51.00%
2 1/3/2024 11/2/2024 10 43.35%
The total escalation = 2.68% BLR 05514(Rev.05/27/22)
Printed 9/7/2022 1:38 PM ESCALATION
Page 1 of 13
Local Public Agency County Section Number
City of Elgin jKane
Consultant / Subconsultant Name Job Number
Hampton, Lenzini & Renwick, Inc.
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATE 78.00
ESCALATION FACTOR 2.68%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Engineer 6 $68.22 $70.05
Engineer 5 $57.29 $58.83
Engineer 4 $51.26 $52.64
Engineer 3 $46.41 $47.66
Engineer 2 $37.94 $38.96
Engineer 1 $32.33 $33.20
Structural 2 $74.36 $76.36
Structural 1 $57.55 $59.09
Survey 2 $46.80 $48.06
Survey1 $26.26 $26.96
Principal $82.16 $78.00
Land Acquisition $50.27 $51.62
Technician 3 $47.67 $48.95
Technician 2 $34.32 $35.24
Technician 1 $26.09 $26.79
Administration 2 $49.23 $50.55
Administration 1 $26.62 $27.33
Environmental 3 $49.40 $50.73
Environmental 2 $31.33 $32.17
Environmental 1 $21.49 $22.07
BLR 05514 (Rev. 05/27/22)
Printed 9/7/2022 1:38 PM RATES
Page 2 of 13
Local Public Agency County Section Number
City of Elgin Kane
Consultant/Subconsultant Name Job Number
Hampton, Lenzini & Renwick, Inc.
SUBCONSULTANTS
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET
Contribution to Prime
NAME Direct Labor Total Consultant
Total 0.00 0.00
NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on
this sheet.
BLR 05514(Rev.05/27/22)
Printed 9/7/2022 1:38 PM SUBS
Page 3 of 13
Local Public Agency County Section Number
City of Elgin Kane
Consultant/Subconsultant Name Job Number
Hampton,Lenzini&Renwick,Inc.
DIRECT COSTS WORKSHEET
List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project.
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
CONTRACT
ITEM ALLOWABLE QUANTITY RATE TOTAL
Lodging Actual Cost $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum
Lodging Taxes and Fees Actual Cost $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD
Air Fare Coach rate,actual cost,requires minimum two weeks' $0.00
notice,with prior IDOT approval
Vehicle Mileage Up to state rate maximum $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD
Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day $0.00
Vehicle Rental Actual Cost(Up to$55/day) $0.00
Tolls Actual Cost $0.00
Parking Actual Cost $0.00
Overtime Premium portion(Submit supporting documentation) $0.00
Shift Differential Actual Cost(Based on firm's policy) $0.00
Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00
Project Specific Insurance Actual Cost $0.00
Monuments(Permanent) Actual Cost $0.00
Photo Processing Actual Cost $0.00
2-Way Radio(Survey or Phase III Only) Actual Cost $0.00
Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00
CADD Actual Cost(Max$15/hour) $0.00
Web Site Actual Cost(Submit supporting documentation) $0.00
Advertisements Actual Cost(Submit supporting documentation) $0.00
Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00
Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00
Recording Fees Actual Cost $0.00
Transcriptions(specific to project) Actual Cost $0.00
Courthouse Fees Actual Cost $0.00
Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Testing of Soil Samples Actual Cost $0.00
Lab Services Actual Cost(Provide breakdown of each cost) $0.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Permit Fees $0.00
Effective Hydraulic Model from FEMA 1 $750.00 $750.00
Environmental Database Report 1 $500.00 $500.00
Environmental Database Report-Update 1 $140.00 BLR%9949kev.0 27/22)
osTs
Pager of 13 TOTAL DIRECT COSTS: $1,390.00
Local Public Agency County Section Number
City of Elgin Kane
Consultant / Subconsultant Name Job Number
Hampton. Lenzini & Renwick, Inc.
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
OVERHEAD RATEI 17CO4% COMPLEXITY FACTOR�O
TASK STAFF HOURS PAYROLL OVERHEAD&FRINGE DIRECT COSTS FIXED FEE SERVICES BY TOTAL %OF GRAND
BENEFITS OTHERS TOTAL
Wetland Delineation and Report 50 1,927 3,392 $1,390.00 636 7,345 4.7777
Tree Survey 24 859 1,511 283 2,653 1.72%
Special Wate Screening 18 725 1,276 239 2,240 1.46%
PESA 118 5,007 8.814 1,652 15,473 10.05%
PESA Update 32 1,279 2.251 422 3,952 2.57%
Existing Right-of-Way Survey 208 10,043 17.680 3.314 31,037 20.17%
Route Survey 128 3,962 6,975 1,308 12,245 7.96%
Hydraulic Survey 124 4,617 8,128 1.524 14,269 9.27%
Hydraulic Report 318 17,156 30,201 5,661 53,018 34.45%
Consultation and Coordination 32 2,369 4,170 782 7,321 4.76%
Project Administration 18 1,404 2.472 463 4,339 2.82%
Subconsultant DL 0 -
TOTALS 1 10701 49,348 1 86,8701 1,390 1 16,284 1 153,892 100.00°0
136,218 BLR 05514 (Rev. 05/27/22)
Printed 9/7/2022 1:38 PM COST EST
Page 5 of 13
Local Public Agency County Section Number
City of Elgin I Kane
Consultant / Subconsultant Name Job Number
Hampton, Lenzini & Renwick, Inc.
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 2
Wetland Delineation and
PAYROLL AVG TOTAL PROJ.RATES Report Tree Survey Special Wate Screening PESA PESA Update
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
Engineer 6 70.05 66.0 6.17% 4.32 4 8.00% 5.60 6 5.08% 3.56
Engineer 5 58.83 0.0
Engineer 4 52.64 294.0 27.48% 14.46
Engineer 3 47.66 0.0
Engineer 2 38.96 112.0 10.47% 4.08 16 88.89% 34.63 72 61.02% 23.77 24 75.00% 29.22
Engineer 1 33.20 0.0
Structural 76.36 0.0
Structural 59.09 0.0
Survey 2 48.06 36.0 3.36% 1.62
Surveyl 26.96 204.0 19.07% 5.14
Principal 78.00 114.0 10.65% 8.31
Land Acquisition 51.62 0.0
Technician 3 48.95 32.0 2.99% 1.46
Technician 2 35.24 30.0 2.80% 0.99 6 12.00% 4.23 4 16.67% 5.87 16 13.56% 4.78 4 12.50% 4.41
Technician 1 26.79 92.0 8.60% 2.30
Administration 2 50.55 0.0
Administration 1 27.33 0.0
Environmental 3 50.73 42.0 3.93% 1.99 8 16.00% 8.12 4 16.67% 8.45 2 11.11% 5.64 24 20.34% 10.32 4 12.50% 6.34
Environmental 32.17 48.0 4.49% 1 1.44 32 64.00% 20.59 16 66.67% 21.45
Environmental 22.07 0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
TOTALS 1070.0 100% $46.12 50.0 100.00% $38.54 24.0 100% $35.77 18.0 100% $40.27 118.0 100% $42.43 32.0 100% 1 $39.96
Printed 9/7/2022 1:38 PM BLR 05514 (Rev. 05/27/22)
Page 6 of 13 AVG 1
Local Public Agency County Section Number
City of Elgin Kane
Consultant / Subconsultant Name Job Number
Hampton, Lenzini & Renwick, Inc.
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 2 OF 2
Existing Right-of-Way Consultation and
PAYROLL AVG Survey Route Survey Hydraulic Survey Hydraulic Report Coordination Project Administration
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
Engineer 6 70.05 8 6.25% 4.38 8 6.45% 4.52 24 7.55% 5.29 16 50.00% 35.03
Engineer 5 58.83
Engineer 4 52.64 294 92.45% 48.66
Engineer 3 47.66
Engineer 2 38.96
Engineer 1 33.20
Structural 2 76.36
Structural 1 59.09
Survey 2 48.06 36 1 29.03% 13.95
Surveyl 26.96 112 53.85% 14.52 56 43.75% 11.80 36 29.03% 7.83
Principal 78.00 80 38.46% 30.00 16 50.00% 39.00 18 100.00% 78.00
Land Acquisition 51.62
Technician 3 48.95 16 7.69% 3.77 8 6.25% 3.06 8 6.45% 3.16
Technician 2 35.24
Technician 1 26.79 56 43.75% 11.72 36 1 29.03% 7.78
Administration 2 50.55
Administration 1 27.33
Environmental 3 50.73
Environmental 2 32.17
Environmental 1 22.07
TOTALS 208.0 100% $48.28 128.0 100% $30.96 124.0 100% $37.24 318.0 100% $53.95 32.0 100% $74.03 18.0 100% $78.00
Printed 9/7/2022 1:38 PM BLR 05514 (Rev. 05/27/22)
Page 7 of 13 AVG 2
EXHIBIT D
Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
of Transportation
FIXED RAISE
Local Public Agency County Section Number
County of Kane lCounty of Kane
Prime Consultant(Firm) Name Prepared By Date
TranSystems Corporation I 1C. Farez 9/7/2022
Consultant/Subconsultant Name Job Number
Wang Engineering, Inc.
Note: This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab.
Remarks
PAYROLL ESCALATION TABLE
CONTRACT TERM 26 MONTHS OVERHEAD RATE 185.70%
START DATE 1111/2022 COMPLEXITY FACTOR 0
RAISE DATE 1/1/2023 %OF RAISE
END DATE 12/31/2024
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
0 11/1/2022 1/1/2023 2 7.69%
1 1/2/2023 1/1/2024 12 47.08%
2 1/2/2024 1/1/2025 12 48.02%
BLR 05514(Rev. 05/27/22)
Printed 9/7/2022 2:31 PM The total escalation = 2.79% ESCALATION
Page 1 of 6
Local Public Agency County Section Number
lCounty of Kane lCounty of Kane
Consultant / Subconsultant Name Job Number
Wang Engineering, Inc.
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATEI 78.00
ESCALATION FACTORI 2.79%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Principal in Charge $92.37 $78.00
Project Manager $69.35 $71.28
Senior Engineer $69.35 $71.28
Project Engineer/Project Geologist $45.37 $46.63
Assistant Engineer/Assistant Geologist $32.80 $33.71
Laboratory Technician $33.97 $34.92
Administrative Assistant $40.63 $41.76
QC/QA Reviewer $87.24 $78.00
BLR 05514 (Rev. 05/27/22)
Printed 9/7/2022 2:31 PM RATES
Page 2 of 6
Local Public Agency County Section Number
County of Kane Icounty of Kane
Consultant/Subconsultant Name Job Number
lWang Engineering, Inc.
SUBCONSULTANTS
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
Contribution to Prime
NAME Direct Labor Total Consultant
Total 0.00 0.00
NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on
this sheet.
BLR 05514(Rev. 05/27/22)
Printed 9/7/2022 2:31 PM SUBS
Page 3 of 6
Local Public Agency County Section Number
County of Kane I County of Kane
Consultant/Subconsultant Name Job Number
Wang Engineering,Inc.
DIRECT COSTS WORKSHEET
List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
ITEM ALLOWABLE QUANTITY RATE TOTAL
Lodging c ua os $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD U to state rate maximum
Lodging Taxes and Fees Actual Cost $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD
Air Fare Coach rate,actual cost,requires minimum two weeks' $0.00
notice with prior IDOT approval
Vehicle Mileage Up to state rate maximum $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD
Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 10 $65.00 $650.00
Vehicle Rental Actual Cost(Up to$55/day) $0.00
Tolls Actual Cost $0.00
Parking Actual Cost $0.00
Overtime Premium portion(Submit supporting documentation) $0.00
Shift Differential Actual Cost(Based on firm's policy) $0.00
Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00
Project Specific Insurance Actual Cost $0.00
Monuments(Permanent) Actual Cost $0.00
Photo Processing Actual Cost $0.00
2-Way Radio(Survey or Phase III Only) Actual Cost $0.00
Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00
CADD Actual Cost(Max$15/hour) $0.00
Web Site Actual Cost(Submit supporting documentation) $0.00
Advertisements Actual Cost(Submit supporting documentation) $0.00
Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00
Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00
Recording Fees Actual Cost $0.00
Transcriptions(specific to project) Actual Cost $0.00
Courthouse Fees Actual Cost $0.00
Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) 1 $3,100.00 $3,100.00
Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Testing of Soil Samples Actual Cost 1 $30,180.00 $30,180.00
Lab Services Actual Cost(Provide breakdown of each cost) 1 $2,016.00 $2,016.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Barge Cost-Estimated Fees At cost 1 $48,500.00 $48,500.00
$0.00
$0.00
$0.00
TOTAL DIRECT COSTS: $84,446 00
BLR 05514(Rev.05/27/22)
Printed 9/7/2022 2:31 PM DIRECT COSTS
Page 4 of 6
Local Public Agency County Section Number
lCounty of Kane 7-1 lCounty of Kane
Consultant / Subconsultant Name Job Number
Wang Engineering, Inc.
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
OVERHEAD RATEI 185.70% COMPLEXITY FACTORI 0
TASK STAFF HOURS PAYROLL OVERHEAD&FRINGE DIRECT COSTS FIXED FEE SERVICES BY TOTAL %OF GRAND
BENEFITS OTHERS TOTAL
Field Investigations 88 3,350 6,220 $84,446.00 1,105 95,121 82.00%
Engineering Analysis 46 2,099 3,898 693 6,690 5.77%
Reporting 52 3,152 5,853 1,040 10,045 8.66%
Project Management 19 1,302 2,418 430 4,150 3.58%
Subconsultant DL 0
TOTALS 1 2051 9,903 18,389 84,446 3,268 116,0061 100.00%
28.292 BLR 05514 (Rev. 05/27/22)
Printed 9/7/2022 2:31 PM COST EST
Page 5 of 6
Local Public Agency County Section Number
lCounty of Kane lCounty of Kane
Consultant / Subconsultant Name Job Number
Wang Engineering, Inc.
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 1
PAYROLL AVG TOTAL PROJ.RATES Field Investigations Engineering Analysis Reporting Project Management
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Principal in Charge 7800 1.0 0.49% 038 1 5.261, 4 11
Project Manager 71.28 160 7.80% 5.56 16 84 21 ': 60 03
Senior Engineer 71.28 35.0 17.07% 12.17 4 4.55% 3.24 6 13.04% 1 9.30 25 48.08% 34.27
Project Engineer/Project G 46.63 58.0 28.29% 13 19 18 20.45% 1 9.54 25 54.35% 25.34 15 28.85% 13.45
Assistant Engineer/Assista 3371 87.0 42 44% 14.31 66 75.00% 25.29 15 32 61% 1099 6 11.54% 3.89
Laboratory Technician 34.92 0.0
Administrative Assistant 41.76 2.0 0 98% 0.41 2 10 53° 440
QC/QA Reviewer 78.00 6.0 2.93% 2.28 6 11.54% 9.00
00
00
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
00
0.0
0.0
0.0
TOTALS 205.0 1 100% 1 $48 31 88.0 100.00% $38 061 46.0 1 100% $45.64 52.0 100% $60.61 19.0 1 100% 1 $68.53 00 0%
Printed 9/7/2022 2:31 PM BLR 05514 (Rev. 05/27/22)
Page 6 of 6 AVG 1
MTF! GEOTECHNICAL SERVICES
Engineermy UNIT PRICES
a.awro„.
2022
Name:Chicago Street over the Fox River Date:09/07/2022
Location: City of Elgin,Illinois Wang No.:PKE225236
Client: TranSystems Corporation
Barge Drilling
Task Description Ihits I nit Price Extended('ust
DRILLING,SAMPLING&INSITU TESTING
Drilling Coordination,Utilities Clearance,Site Access,Permitting 2.0 Hours $120.00/Hour al l n
Mobilization(ATV mounted) 1 $1,500.00/Each 51,500.00
Stand-by Hourly Rate 0.0 Hours $465.00/Hour $0.00
Drillin¢&Sawfin¢-Hourly(SPT_Penetrometer.Rimac.Visual Classification Included)
Two-man crew-normal working firs 48.0 Hours $465.00/Hour $22,320.00
Two-man crew-overtime(2 firs per day) 12.0 Hours $510.00/Hour $6,120.00
Hand Au¢erin¢.Pavementl Deck Corin¢&Testin¢
Two-man crew-normal working hrs 0.0 Hours $465.00/Hour $0.00
Two-man crew-overtime(2 hrs per day) 0.0 Hours $510.00/Hour $0.00
Asbestos content testing on deck cores 0 Tests $200.00/Test $0.00
Survevin¢of Borin¢Locations(Two-man crew) 0.0 Hours $300.00/Hour $0.00
Boring Locadon Accessibility,Railroad Fees,StatelCountvlMunicinal Fees,Bare Drillin¢
Private utility determination At Cost $0.00
Tree clearance At Cost $0.00
Guardrail removal and replacement At Cost $0.00
Dozer/equipment rental At Cost $0.00
Railroad permitting At Cost not required if more 25 feet off RR
Railroad protective insurance At Cost $0.00
Railroad flagman At Cost $0.00
Pavement opening permit At Cost $0.00
Barge Mobilization At Cost $35,000.00
Barge Daily Fees 3 Days $4,500.00 $13,500.00
680.00
1145 N Main Street
Lombard,IL 60148
E:\Proposal Documents\2022\PKE225236\PRP_Wang_CTF_PKE225236Cos1V01_20220906 Page 1 of 3 630 9&3-"28
\NIF M5 GEOTECHNICAL SERVICES
Engineering UNIT PRICES
2022 'Na
Name:Chicago Street over the Fox River Date:09/07/2022
Location: City of Elgin,Illinois Wang No.:PKE225236
Client: TranSystems Corporation
Barge Drilling
Task Description Units 1 flit Price ust
LA BORATORI 'I LS1'ING
T265 D2216 Water Content 86 Tests $11.50/Test $989.00
- D7263 Unit Weight(Density) 0 Tests S40.00/Pest $0.00
T100 D854 Specific Gravity 0 Tests $72.50/Test $0.00
- D4972 pH of Soil 0 Tests $65.00/Test $0.00
T267 D2974 Organic Content by LOI 0 Tests $66.00/Test $0.00
T194 - Organic Content by Wet Combustion 0 Tests $147.00/Test $0.00
Particle Size Distribution
T88 D422 Sieve Analysis 0 Tests $88.00/Test $0.00
T88 D422 Combined Sieve and Hydrometer 2 Tests $142.00/Pest $284.00
DI 140 Percent Finer than No.200 Sieve 0 Tests $58.00!rest $0.00
Atterbere Limits
T89,T90 D4318 Liquid and Plastic Limits 2 Tests $88.00/Test $176.00
T92 D427 Shrinkage Factors 0 Tests $105.50/Test $0.00
Classi/cation of Soils
D2488 Visual Manual 0 Samples $21.00/Sample $0.00
D2487 Unified Soil Classification System 0 Samples $215.00/Sample $0.00
M 145 - AASHTO Classification 0 Samples $215.00/Sample $0.00
- USDA Classification 0 Samples $135.00/Sample $0.00
Soil Settlement,Swelline,and Collapse Potential
T216 D2435 One-Dimensional Consolidation 0 Tests $644.00/Test $0.00
- D4546 One-Dimensional Swell 0 Tests $624.00/rest $0.00
- D5333 Collapse Potential 0 Tests $347.00/Test $0.00
Shear Strength of Soil
Rimac Unconfined Compressive Strength 0 Tests $18.00/Test $0.00
T208 D2166 Unconfined Compressive Strength 0 Tests $94.00/Test $0.00
T236 D3080 Direct Shear of Soils(3 points) 0 Tests $825.00/Test $0.00
T296 D2850 UU Triaxial Compression(3 points) 0 Tests $387.00/Test $0.00
1297 D4767 CU Triaxial Compression(3 points) 0 Tests $1,276.00/Test $0.00
T297 D4767 CD Triaxial Compression(3 points) 0 Tests $1,276.00/Test $0.00
D7012 Peak Uniaxial Compressive Strength of Rock Core 3 Tests $189.00/Test $567.00
Laboratory Compaction Tests
T99 D698 Moisture-Density of Soils(Standard Effort) 0 Tests $230.00/Test $0.00
T180 D1557 Moisture-Density of Soils(Modified Effort) 0 Tests $240.00/Test $0.00
T193 D1883 California/Illinois Bearing Ratio(3 points) 0 Tests $1,075.00!Test $0.00
Coe/14cient ofPermeabillty
T215 D2434 Hydraulic Conductivity(Constant Head) 0 Tests $523.00/Test $0.00
D5084 Hydraulic Conductivity(Flexible Wall) 0 Tests $550.00/Test $0.00
Additional Sample Preparation Procedures
Removal of Organic Matter 0 Samples $97.00/Sample $0.00
Extrusion&Preservation of Undisturbed Samples 0 Samples $31.50/Sample $0.00
Logging&Classification of Undisturbed Samples 0 Samples $72.00/Sample $0.00
Remolding and Trimming of Samples 0 Samples $68.00/Sample $0.00
Planting Soil Mix Tesdng
Chemical Analyses&Mitigation Recommendations(300 g sample required)
pH,CEC,Soluble Salts,OM,P,K,Other Nutrients 0 Tests $126.00/Test $0.00
Residual Chemicals,Herbicides Full Screen 0 Tests $714.00/Pest $0.00
Mechanical Analyses&Mtigation Recommendations(1,000 g sample required)
T88 D422 Combined Sieve and Hydrometer 0 Tests $142.00/Test $0.00
Analytical Laboratory Services-for CCDD
Volatile Organic Components(VOCs) 0 No S66.00/Each $0.00
SemiVOCS including PNA's 0 No $110.00/Each $0.00
PCBs 0 No $53.00/Each $0.00
RCRA Total Metals(8) 0 No $59.00/Each $0.00
pH Determination 0 No $9.00/Each $0.00
TCLP/SPLP Extraction 0 No S41.00/Each $0.00
TCLP/SPLP metal(include Extraction) 0 No $59.00/Each $0.00
TCLP/SPLP per each metal 0 No $10.00/Each $0.00
Herbicides 0 No $121.00/Each $0.00
Pesticides 0 No $94.00/Each $0.00
Corrosion Testing
(Resistivity,Chlorides,pH,Redox,and Sulfates) 0 No $358.00/Each $0.00
S2,016.00
1145 N Main Street
Lombard,IL 60148
E:\Proposal Dmuments\2022\PKE225236\PRP Wang_CTF_PKE225236CostV03_20220906 Page 2 of 3 6M 99-9928
Wia/)19 GEOTECHNICAL SERVICES
E'ngineenny UNIT PRICES
...N1e na
2022
Name:Chicago Street over the Fox River Date:09/07/2022
Location: City of Elgin,Illinois Wang No.:PKE225236
Client: TranSystems Corporation
Barge Drilling
Task Description I nit% Knit Price Extended Cost
TRAFFIC CONTROL
Expressway(112 mile)
Shoulder Closure 0.0 No. $900.00/Each $0.00
One-lane Closure 0.0 No. $3,000.00/Each $0.00
Two-lane Closure 0.0 No. $3,200.00/Each $0.00
Three-lane Closure-Only Saturday 0.0 No. $3,650.00/Each $0.00
Ramp Closure(Exit-Entrance) 0.0 No. $950.00/Each $0.00
Additional 1/2 mile 0.0 No. $100.00/Each $0.00
Arterial(112 mile)
Shoulder Closure 0.0 No. $800.00/Each $0.00
One-lane Closure 1.0 No. $900.00/Each $900.00
Two-lane Closure 0.0 No. $1,000.00/Each $0.00
Detour 0.0 No. $900.00/Each $0.00
U-2 0.0 No. $1,200.00/Each $0.00
Additional 1/2 mile 0.0 No. $100.00/Each $0.00
Impact Attenuator with Driver
Port-to-Port 0.0 Hours $205.00/Hour $0.00
Roadway F7armen(two-man crew)
Port-to-Port 10.0 Hours $220.00/Hour $2,200.00
A
$3,100.00
Note: Prices are for weekday only(Monday though Friday).Weekend rates(Saturdays and Sundays)are higher and will be provided per project
FIELD VEHICLES&MILEAGE
Field Vehicle
Field Vehicle Mileage(>100 Miles per Day) 0.0 Miles $0.560/Mile $0.00
Field Vehicle Daily(<100 Miles per Day) 10 Days $65.00/Day $650.00
$650.00
SI NININRN
DRILLING,SAMPLING&RVSITU TESTING,BARGE COST $78,680.00
LABORATORY TESTING $2,016.00
TRAFFIC CONTROL $3,100.00
FIELD VEHICLES&MILEAGE $650.00
OUT-OF-TOiVNF.XPENSES $0.00
$84 446.00
1145 N Main Street
Lombard,IL 60148
E:\Proposal Documents\2022\PKE225236\PRP_Wang_CTF_PKE225236CostV01 20220906 Page 3 of 3 630 953-9928
EXHIBIT D
Il5nois Department COST ESTIMATE OF CONSULTANT SERVICES WORKSHEET
of Transportation
FIXED RAISE
Local Public Agency County Section Number
ICity of Elgin I jKane
Consultant Firm Name Prepared By Date
Hitchcock Design Group ITim King 9/6/2022
PAYROLL ESCALATION TABLE
CONTRACT TERM MONTHS OVERHEAD RATE 226.03%
START DATE COMPLEXITY FACTOR 0
RAISE DATE %OF RAISE 2.00%
END DATE
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
The total escalation = 0.00%
BLR 05514 (Rev. 04/30/21)
Payroll Escalation
Printed 9/6/2022 8:21 AM Page 1 of 8
Local Public Agency County Section Number
ICity of Elgin lKane
MAXIMUM PAYROLL RATE 78.00
ESCALATION FACTORI 0.00%
PAYROLL RATES
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Principal $63.18 $63.18
Sr Associate $38.42 $38.42
Associate $34.13 $34.13
Jr Associate $31.25 $31.25
BLR 05514 (Rev. 04/30/21)
Payroll Rates
Printed 9/6/2022 8:21 AM Page 2 of 8
Local Public Agency County Section Number
City of Elgin Kane
SUBCONSULTANTS
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
Contribution to Prime
NAME Direct Labor Total Consultant
Total 0.00 0.00
BLR 05514(Rev.04/30/21)
Subconsultants
Printed 9/6/2022 8:21 AM Page 3 of 8
Local Public Agency County Section Number
10ty of Elgin Kane
COST ESTIMATE WORKSHEET
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
OVERHEAD RATEI 226.03% COMPLEXITY FACTORI 0
TASK STAFF HOURS PAYROLL OVERHEAD& DIRECT COSTS FIXED FEE SERVICES BY TOTAL %OF GRAND
FRINGE BENEFITS OTHERS TOTAL
A.1.(Mtg#1)Kick-off 8 406 919 30 134 1,489 3.76%
A.2.Collect and review data 6 280 633 92 1,005 2.54%
A.3. Identify jurisdictional requirements 4 203 459 67 1 729 1.94%
A.4.Observe and photograph site 8 406 919 134 1,459 3.68%
A.5. Prepare bridge enhancement base maps 10 327 739 108 1,174 2.96%
A.6.Prepare bridge enhancement program 8 406 919 134 1,459 3.68%
13.1.Alternative concepts 72 2,573 5,815 849 9,237 23.30%
13.2.Preliminary construction cost opinion 9 342 773 113 1,228 3.10%
13.3.(Mtg#2)Review with City and team 8 406 919 50 134 1,509 3.81%
6.4.Refine alternatives 14 530 1,198 175 1,903 4.80%
6.5.(Mtg#3)Public information meeting 8 406 919 150 134 1,609 4.06%
6.6. Identify enhancements to advance 2 102 230 34 366 0.92%
B.7. Preferred concept and illustrations 53 1,769 3,998 584 6,351 16.02%
13.8. Update construction cost opinion 9 342 773 113 1,228 3.10%
13.9.(Mtg#4)Review with City and team 8 406 919 50 134 1,509 3.81%
13.10.Refine and resubmit 34 1,184 2,676 391 4,251 10.72%
B.11.(Mtg#5)Public information meeting 8 406 919 134 1,459 3.68%
6.12.Finalize Phase I submittal information 13 467 1,055 154 1,676 4.23%
Subconsultant DL 0 -
TOTALS 1 2821 10,961 1 24,782 1 280 1 3,618 39,641 100.00%
35,743 BLR 05514(Rev. 04/30/21)
Cost Estimate Worksheet
Printed 9/6/2022 8:21 AM Page 4 of 8
Local Public Agency County Section Number
ICity of Elgin JlKane
AVERAGE HOURLY PROJECT RATES
Exhibit E Cost Estimate of Consultants Services Worksheet Fixed Raise
SHEET 1 OF 4
A.2.Collect and review A.3.Identify jurisdictional A.4.Observe and A.5.Prepare bridge
PAYROLL AVG TOTAL PROJ.RATES A.1.(Mtg#1)Kick-off data requirements photograph site enhancement base maps
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Principal 63.18 45.0 15.96% 10.08 4 50.00% 31_59 2 33.33% 21.06 2 50.00% 31.59 4 50.00% 31.59
Sr Associate 38.42 93.0 32.98% 12.67 4 50.00% 19.21 4 66.67% 25.61 2 50.00% 19.21 4 50.00% 19.21 2 20.00% 7.68
Associate 34.13 16.0 1 5.67% 1.94
Jr Associate 31.25 128.0 45.39% 14.18 1 1 1 8 80.00% 25.00
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
TOTALS 282.0 100% $38.87 8.0 100.00% $50.80 6.0 100"a $46-67 4.0 100% 1 $50.80 8.0 100% S50.80 10.0 1001% $32.68
BLR 05514 (Rev. 04/30/21)
Printed 9/6/2022 8:21 AM Page 5 of 8 Avg Hourly 1
Local Public Agency County Section Number
ICity of Elgin Kane
AVERAGE HOURLY PROJECT RATES
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
SHEET 2 OF 4
A.6.Prepare bridge B.2.Preliminary B.3.(Mtg#2)Review with B.5.(Mtg#3)Public
PAYROLL AVG enhancement program B.I.Alternative concepts construction cost opinion City and team B.4.Refine alternatives information meeting
HOURLY Hours °% Wgtd Hours % Wgtd Hours °% Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Principal 63.18 4 50.00°o 31.59 4 5.56% 3.51 1 11.11% 7.02 4 50.00°,0 31.59 2 14.29°a 9.03 4 50.00% 31.59
Sr Associate 38.42 4 50-001. 19.21 24 33.33% 12.81 4 44.44% 17.08 4 50.00'� 19.21 4 28.5710 10.98 4 50.00% 19.21
Associate 34.13 1 8 11.11% 3.79
Jr Associate 31.25 36 50.00% 15.63 4 14.441. 13.89 8 57.1410 17.86
TOTALS 8.0 100% $50.80 72.0 100% $35.73 9.0 100". $37.98 8.0 100% $50.80 14.0 100% $37.86 8 0 1001. $50.80
BLR 05514(Rev. 04/30/21)
Printed 9/6/2022 8:21 AM Page 6 of 8 Avg Hourly 2
Local Public Agency County Section Number
City of Elgin jKane
AVERAGE HOURLY PROJECT RATES
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
SHEET 3 OF 4
B.6.Identify enhancements B.7.Preferred concept and B.8.Update construction B.9.(Mtg#4)Review with B.11.(Mtg#5)Public
PAYROLL AVG to advance illustrations cost opinion City and team B.10.Refine and resubmit information meeting
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Principal 63.18 1 50.004n 31.59 1 1.89% 1.19 1 11.11% 7.02 4 50.00% 31.59 2 5.88% 3.72 4 50.00% 31.59
Sr Associate 38.42 1 50.001n 19.21 8 15.09% 5.80 4 44.44% 17.08 4 50.00% 19.21 8 23.53% 9.04 4 50.00% 19.21
Associate 34.13 1 8 15.09% 5.15
Jr Associate 31.25 36 67.92% 21.23 4 44.44% 13.89 24 70.59% 22.06
TOTALS 2.0 100% $50.80 53.0 100% $33.37 9.0 1001 S37.98 8.0 1 100% 1 $50.80 1 34.0 1 100% 1 $34.82 8.0 100% $50.80
BLR 05514(Rev. 04/30/21)
Avg Hourly 3
Printed 9/6/2022 8:21 AM Page 7 of 8
Local Public Agency County Section Number
ICity of Elgin jKane
AVERAGE HOURLY PROJECT RATES
Exhibit E Cost Estimate of Consultant Services Worksheet Fixed Raise
SHEET 4 OF 4
B.12.Finalize Phase I
PAYROLL AVG submittal information
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Principal .1 1 /0 4.
Sr Associate 38.42 4 30.77% 11.82
Associate 34.13
Jr Associate 31.25 8 61.54% 19.23
TOTALS 13.0 100% $35.91 0.0 0 S0.00 0-0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 0.0 0-' $0.00
BLR 05514 (Rev. 04/30/21)
Printed 9/6/2022 8:21 AM Page 8 of 8 Avg Hourly 4
l� rah ---W,"�S'F'1'?1yn!":.'�'1R='r.. R'r7► "�.'.7P.iL�:fli.T:F�•9'�^1" r .. • _ •y,� W
EXHIBIT E - CHICAGO STREET BRIDGE ,� -
i _
+s ayr MW t 25
.� � . � +,�►�i �t� �� ,�:s �_�I�'e �� '•ice IsP' ��"' %AW
v Mi4
1„`rs Pam, -- ,
Al
W.
Project Location y, '": :zi1?�►+`X
,. d J/ - -..�. M♦ - ,... _� ` _ - rt}'�,
i y
.e, �1► IIFF �AVI
a�.�+ *: ` � rtirh' _a,r?r f t r� - '1 ►, ���' F „. e`7[r•>R �.a• �,... w y'a.
AT 3
Chicago Street -`
lump
wi - •,E�r1�M „u . \ ;ats" � � a 1 � ', y��� -.1.�1 r`,�'' �t
IfQ
•>A' I
�J RAM
•( / J
Mir
"n INV!
��� _ s�7!'�"-r<c/�'�F. n ,rww.y��"'����,''>! -t'tY� �.��:}' -w�,�;�; � S ,t' Ta • .� �^ ', '"
� ��„^, 1• �'��, f�r� i� t�''�'#�r.-+���'�iiftfnt
yet ix. • '°1 !�..' I'• -- � -]>r+� S"�."'d•� ► ���, f. �'���� `� i •�' �
�,,�r �+ _ may y.w �.ya�� �•
yam_ �">.r r ,� yy.,• N.'#!' `• �'L- .`.' •�'." ! r� �� '`i� y, ��j': I�y�,:•`�k i a J�y,� .irk...•
" � .� i♦,�+ _ �1 "„ v"
�
7JwA '� iH�.
l., ;,� ;�.� *_ M.s"`,x-Mr►.•r '►r± ,�rr• ''•`•.''+f��•,,.�.�; w.�eti ' �y+,_�_� b ,t+!! 4•• ;e��y-'rrt� Fir' .w M f ¢S --�.
¢ T w !1 �r� .al.- S w Y: .i�l' �y Cf« ' CFI_• "�ifv� 1-.--. N%