Loading...
HomeMy WebLinkAbout23-187Resolution No. 23-187 RESOLUTION AUTHORIZING EXECUTION OF A LOCAL PUBLIC AGENCY AGREEMENT WITH CIVILTECH ENGINEERING, INC. FOR CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE DOWNTOWN BICYCLE RACK INSTALLATION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute a Local Public Agency Agreement on behalf of the City of Elgin with Civiltech Engineering, Inc., for construction engineering services in connection with the downtown bicycle rack installation, a copy of which is attached hereto and made a part hereof by reference. s/ David J. Kaptain David J. Kaptain, Mayor Presented: September 27, 2023 Adopted: September 27, 2023 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/ Kimberly Dewis Kimberly Dewis, City Clerk Illinois Department of Transportation Using Federal Funds? ® Yes ❑ No Local Public Agency Elgin Project Number Agreement For Federal CE LOCAL PUBLIC AGENCY County Section Number 29BQ(042) Local Street/Road Name Contact Name Local Public Agency Engineering Services Agreement Agreement Type Original Kane Mike Pubentz, P.E. Phone Number (847) 931-5968 SECTION PRO_ VIS_ IONS Key Route Elgin CBD Bike Racks Location Termini Various 29BQ(042) Email Job Number C-91-130-13 pubentz_m@cityofelgin.org Length N/A Structure Number N/A Central Business District Project Description Add Location Remove Location The work consists of bicycle rack installation within the Central Business District and all incidental and collateral work necessary to complete the project as shown on the plan. Engineering Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other Prime Consultant (Firm) Name Civiltech Engineering, Inc. Address AGREEMENT FOR ® Phase III - Construction Engineering CONSULTANT Contact Name Phone Number James D. Ewers, P—E1 Two Pierce Place, Suite 1400 (630) 735-3383 City Email jewers@civiltechinc.com Itasca State Zip Code IL 60143 THIS AGREEMENT IS MADE between the above Local Public Agency (LPA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the "DEPARTMENT," will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature, it is understood that the ENGINEER, acting as an individual, partnership, firm or legal entity, qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT. The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used, they shall be interpreted to mean: Regional Engineer Deputy Director, Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Completed 06/27/23 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 (CECS) Worksheet (BLR 05513 or BLR 05514 ) L 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 US Department of Transportation (US DOT) assisted contract. Failure by the Engineer to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LPA deems appropriate. 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 Construction Engineering Contracts: (a) The ENGINEER shall be prequalified with the STATE in Construction Inspection. All employees of the ENGINEER serving as the onsite resident construction supervisor or providing construction inspection shall have a valid Documentation of Contract Quantities certification. (b) For all projects where testing is required, the ENGINEER shall obtain samples according to the STATE Bureau of Materials. "Manual of Test Procedures for Materials," submit STATE Bureau of Materials inspection reports; and verify compliance with contract specifications. 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. 3. For Construction Engineering Contracts: (a) To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental PROJECT activities. (b) To submit approved forms BC 775 and BC 776 to the DEPARTMENT when federal funds are utilized. 4. To pay the ENGINEER: Completed 06/27/23 Page 2 of 9 BLR 05530 (Rev. 07/08/22) (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 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. 5. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the following compensation method as discussed in 5-5.10 of the BLR Manual. Method of Compensation: ❑ Lump Sum ❑ Specific Rate ® Cost plus Fixed Fee: Fixed Total Compensation = DL + DC + OH + FF Where: DL is the total Direct Labor, DC is the total Direct Cost, OH is the firms overhead rate applied to their DL and FF is the Fixed Fee. Where FF = (0.33 + R) DL + %SubDL, where R is the advertised Complexity Factor and %SubDL is 10% profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15% of the DL + OH. Field Office Overhead Rates: Field rates must be used for construction engineering projects expected to exceed one year in duration or if the construction engineering contract exceeds $1,000,000 for any project duration. 6. The recipient shall not discriminate on the basis of race, color, national original or sex in the award and performance of any US DOT -assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The recipient shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US DOT -assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.0 3801 et seq.). lll. IT IS MUTUALLY AGREED, 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. Completed06/27/23 Page 3 of 9 BLR 05530 (Rev. 07/08/22) 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 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 (e) 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 or 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 in the workplace no later than (5) days after such conviction. (b) Establishing a drug free awareness program to inform employees about: Completed06/27/23 Page 4 of 9 BLR 05530 (Rev. 07/08/22) (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy to maintain a drug free workplace; (3) Any available drug counseling, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon an employee for drug violations. (c) Providing a copy of the statement required by subparagraph (a) to each employee engaged in the performance of the contract or grant and to post the statement in a prominent place in the workplace. (d) Notifying the contracting, or granting agency within ten (10) days after receiving notice under part (b) 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 Construction Engineering Contracts: (a) That all services are to be furnished as required by construction progress and as determined by the LPA employee In Responsible Charge. The ENGINEER shall complete all services herein within a time considered reasonable to the LPA, after the CONTRACTOR has completed the construction contract. (b) That all field notes, test records and reports shall be turned over to and become the property of the LPA and that during the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. (c) That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the ENGINEER, one member appointed by the LPA, and a third member appointed by the two other members for disposition and that the committee's decision shall be final. (d) That in the event that engineering and inspection services to be furnished and performed by the LPA (including personnel furnished by the ENGINEER) shall, in the opinion of the STATE be incompetent employed on such work at the expense of the LPA. (e) Inspection of all materials when inspection is not provided by the sources by the STATE Central Bureau of Materials, and submit inspection reports to the LPA and STATE in accordance with the STATE Central Bureau of Materials "Project Procedures Guide" and the policies of the STATE. AGREEMENT SUMMARY Prime Consultant (Firm) Name TIN/FEIN/SS Number Agreement Amount Civiltech Engineering, Inc. 36-3606666 $11,961.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Subconsultant Total Prime Consultant Total $11,961.00 Total for all work $11,961.00 Completed06/27/23 Page 5 of 9 BLR 05530 (Rev. 07/08/22) The Attest: By (Signature & Date) Local Public Agency Executed by the ENGINEER: Attest: By (Signature & Date) AGREEMENT SIGNATURES Local Public Agency Type Local Public Agency City of Elgin 27/2023 Local Public Agency Type City Prime Consultant (Firm) Name Clerk By (Signati,& Date) Title City Manager Civiltech Engineering, Inc. 09-14-23 Title Vice President By (Signature & Date) 9z21(' 09-14-23 Title President Completed 06/27/23 Page 6 of 9 BLR 05530 (Rev. 07/08/22) Local Public Agency Prime Consultant (Firm) Name County Section Number Elgin Civiltech Engineering, Inc. Kane 29BQ(042) EXHIBIT A SCOPE OF SERVICES To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before described and enumerated below See attached Exhibit A Completed 06/27/23 Page 7 of 9 BLR 05530 (Rev. 07/08/22) Exhibit A Bike Racks in Downtown Elgin City of Elgin Route: Bike Racks in Downtown Elgin Local Agency: City of Elgin Section No.: 29BQ (042) Proj. No.: Job No.: C-91-130-13 County: Kane Contract No.: SCOPE OF SERVICES Civiltech will provide the following Scope of Services in conformance with the Illinois Department of Transportation's Standard Construction Engineering Agreement. • Provide contract management including but not limited to contractor communications, utility coordination, and preparation / processing of pay requests and change orders. • Act as resident construction supervisor and coordinate with the City of Elgin, Kane County, and IDOT. • Provide construction inspection service to ensure that the project is being constructed according to specifications. • Provide verification of construction layout (to be completed by the contractor). • Prepare daily and weekly work reports per IDOT Standards. • Keep construction documentation per IDOT requirements. • Provide measurement and computation of pay items. • Inspect and document the adequacy of the establishment and maintenance of the traffic control. • Complete all necessary shop drawing reviews. • Provide plan revisions to reflect as built conditions. Local Public Aqency Prime Consultant (Finn) Name Section Number / / � CkilteohEngineering, Inc. PROJECT SCHEDULE EXH|BiTB 28 See attached Exhibit B Cumpleteuoam7/2o Page oofo oLnooson(Ro,ormo/22) CLASSIFICATION HOURS • JANUARY 71 141 211 28 Exhibit B Bike Racks in Downtown Elgin City of Elgin Anticipated Contractor's Schedule MARCH 41 111 181 25 APRIL 11 81 151 221 29 MAY 81 131 20I 27 JUNE 31 10I 171 24 JULY 11 81 151 221 29 AUGUST 51 121 191 28 SEPTEMBER 21 91 181 231 30 NOVEMBER 41 111 181 25 DECEMBER 21 91 181 231 30 Resident Engineer Res. Engr. V 0 Assistant Resident Engineer AssL RE (Res. Engr.11l) 84 8 32 32 12 Field Engineer Inspector (Res. Engr. I) 0 Technician (Intern) Intern (Field Tech. I) 0 Eric Konrad Chief Layout Specialist 12 8 4 Structural Engineer Structural Ergr. 111 0 James D. Ewers Sr. Proj . Mngr. 2 1 1 Total: 98 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 8 41 36 13 0 0 0 0 0 0 0 0 0 Local Public Agency Prime Consultant (Firm) Name County Section Number Elgin Civiltech Engineering, Inc. Kane 29BQ(042) 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) Completed 06/27/23 Page 9 of 9 BLR 05530 (Rev. 07/08/22) Illinois Department of Transportation Local Public Agency City of Elgin Prime Consultant (Firm) Name Civiltech Engineering, Inc. Consultant / Subconsultant Name Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. Remarks Printed 6/27/2023 5:45 PM Page 1 of 6 EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE County Kane Prepared By James D. Ewers,P.E. Job Number C-91-130-13 Section Number 29BQ(042) Date 6/27/2023 CONTRACT TERM START DATE RAISE DATE END DATE PAYROLL ESCALATION TABLE 2 8/1/2023 4/1/2024 9/30/2023 MONTHS ESCALATION PER YEAR OVERHEAD RATE COMPLEXITY FACTOR % OF RAISE % of Year First Date Last Date Months Contract 0 8/1/2023 9/30/2023 2 100.00% The total escalation = 0.00% 120.55% 0 2.00% BLR 05514 (Rev. 02/09/23) ESCALATION Local Public Agency County Section Number City of Elgin (Kane I29BQ(042) Consultant / Subconsultant Name Job Number C-91-130-13 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE ESCALATION FACTOR 86.00 0.00% CLASSIFICATION IDOT PAYROLL RATES ON FILE CALCULATED RATE Res. Engr. V $60.93 $60.93 Res. Engr. III $45.75 $45.75 Field Technician I $33.25 $33.25 Chief Layout Specialist $41.75 $41.75 Structural Engr. IV $46.42 $46.42 Senior Proj Mngr (QA Rep) $78.13 $78.13 BLR 05514 (Rev. 02/09/23) Printed 6/27/2023 5:45 PM RATES Page 2 of 6 Local Public Agency County Section Number 29BQ(042) Job Number City of Elgin Consultant / Subconsultant Name Kane IC-91-130-13 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET NAME Direct Labor Total Contribution to Prime 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. 02/09/23) Printed 6/27/2023 5:45 PM SUBS Page 3 of 6 Local Public Agency (City of Elgin Consultant / Subconsultant Name County Kane Section Number 29BQ(042) Job Number C-91-130.13 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 CONTRACT RATE TOTAL Lodging (per GOVERNOR'S TRAVEL CONTROL BOARD) Lodging Taxes and Fees (per GOVERNOR'S TRAVEL CONTROL BOARD) Air Fare Vehicle Mileage (per GOVERNOR'S TRAVEL CONTROL BOARD) Vehicle Owned or Leased Actual Cost (Up to state rate maximum) Actual Cost Coach rate, actual cost, requires minimum two weeks' notice, with prior IDOT approval Up to state rate maximum $32.50/half day (4 hours or less) or $65/full day 10 $55.00 $0.00 $0.00 $0.00 $0.00 $550.00 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 $0.00 $0.00 $0.00 $0.00 DLR OU11 (R.... 02/09/23) Print Pag d 6/27/2023 5:45 PM 1e 6 TOTAL DIRECT COSTS: $550MBECT C OSTS Local Public Agency City of Elgin Consultant / Subconsultant Name County Kane OVERHEAD RATE COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET 120.55% COMPLEXITY FACTOR Section Number 29BQ(042) Job Number C-91-130-13 0 TASK DIRECT COSTS (not included in row totals) STAFF HOURS PAYROLL OVERHEAD & FRINGE BENEFITS FIXED FEE SERVICES BY OTHERS TOTAL % GRAND TOTAL Construction Inspection 67 3,074 3,705 1,014 7,793 65.15% Pre -Construction Documentation 6 267 321 88 676 5.65% Construction Documentation 19 894 1,077 295 2,266 18.94% Post -Construction Documentation 6 267 321 88 676 5.65% Subconsultant DL Direct Costs Total =__> $0.00 $550.00 4.60% $0.00 TOTALS 981 4,502 I 5,424 I 1,485 I - 11,961 100.00% 9,926 BLR 05514 (Rev. 02/09/23) COST EST Printed 6/27/2023 5:45 PM Page 5 of 6 Local Public Agency City of Elgin Consultant / Subconsultant Name County Kane Section Number 29BQ(042) Job Number C-91-130-13 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 1 PAYROLL CLASSIFICATION AVG HOURLY RATES TOTAL PROJ. RATES Construction Inspection Pre -Construction Documentation Construction Documentation Post -Construction Documentation Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Hours % Part. Wgtd Avg Res. Engr. V 60.93 0.0 Res. Engr. III 45.75 84.0 85.71% 39.21 60 89.55% 40.97 4 66.67% 30.50 16 84.21% 38.53 4 66.67% 30.50 Field Technician I 33.25 0.0 Chief Layout Specialist 41.75 12.0 12.24% 5.11 6 8.96% 3.74 2 33.33% 13.92 2 10.53% 4.39 2 33.33% 13.92 Structural Engr. IV 46.42 0.0 Senior Proj Mngr (QA Rep: 78.13 2.0 2.04% 1.59 1 1.49% 1.17 1 5.26% 4.11 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 98.0 100% $45.92 67.0 100.00% $45.88 6.0 100% $44.42 19.0 100% $47.03 6.0 100% $44.42 0.0 0% $0.00 Printed 6/27/2023 5:45 PM Page 6 of 6 BLR 05514 (Rev. 02/09/23) AVG 1