Loading...
HomeMy WebLinkAbout24-159 Resolution No. 24-159 RESOLUTION AUTHORIZING EXECUTION OF A LOCAL PUBLIC AGENCY ENGINEERING SERVICES AGREEMENT WITH ENGINEERING ENTERPRISES, INC. FOR CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE 2024 WOODBRIDGE RESURFACING PROJECT 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 an Local Public Agency Engineering Services Agreement on behalf of the City of Elgin with Engineering Enterprises, Inc., for construction engineering services in connection with the 2024 Woodbridge resurfacing project,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: June 26, 2024 Adopted: June 26, 2024 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk fin) Illinois Department Local Public Agency of Transportation Engineering Services Agreement Agreement For A reement Type Using Federal Funds?El Yes Ox No [MFT CE Original LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number Elgin Kane 24-00204-00-RS N/A 1 Project Number Contact Name Phone Number Email N/A llMax Heidgen J (847)214-5416 heidgen_m@cityofelgin.org SECTION PROVISIONS Local Street/Road Name Key Route Len th Structure Number Various Local Roads N/A _ 3.00 Miles N/A Location Termini _ Add Location 1 See attached location map Remove Location Project Description The proposed improvements consist of pavement patching, pavement milling, HMA resurfacing, curb and gutter removal and replacement, sidewalk removal and replacement, structure adjustments, HMA and PCC driveway removal and replacement, paved ditch removal and replacement, pipe culvert removal and replacement, landscape restoration, traffic control and all other ancillary work required to complete the project. _ Engineering Funding El MFT/TBP E State C. Other I Anticipated Construction Funding L] Federal [xl MFT/TBP ( J State ` Other ; -- 1 AGREEMENT FOR x0 Phase III-Construction Engineering CONSULTANT Prime Consultant(Firm)Name Contact Name Phone Number Email Engineering Enterprises, Inc. Chris Ott (630)466-6757 ffott@eeiweb.com Address _ City State Zi Code 52 Wheeler Road 11Sugar Grove IL 160554 THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professiona 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 Completed05/31/24 Page 1 of 10 BLR 05530(Rev.07/08/22) AGREEMENT EXHIBITS The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: x❑ EXHIBIT A: Scope of Services ED EXHIBIT B: Project Schedule x0 EXHIBIT C: Qualification Based Selection(QBS)Checklist ❑x EXHIBIT D: Cost Estimate of Consultant(CECS)Services Worksheet(BLR 05513 or BLR 05514) EXHIBIT Direct Costs Check Sheet(attach BDE 436 when using Lump Sum on Specific Rate Compensation) ❑x Exhibt E: Location Map u n 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,The ENGINEER shall submit all invoices, based on the ENGINEER's progress reports,to the LPA employee In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work to date. Such invoices shall represent the value,to the LPA of the partially completed work, based on the sum of the actual costs incurred, plus a percentage(equal to the percentage of the construction engineering completed)of the fixed fee for the fully completed work. 7. 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. 8. 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. 9. For Construction Engineering Contracts: (a) For Quality Assurance services, provide personnel who have completed the appropriate STATE Bureau of Materials QC/QA trained technical classes. (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. 10. That 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 Professional Services Selection Act(50 ILCS 510)(Exhibit C). 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: (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 Completed 05/31/24 Page 2 of 10 BLR 05530(Rev.07/08/22) 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. (c) For Non-Federal County Projects-(605 ILCS 5/5-409) (1)For progressive payments- Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA,monthly payments for the work performed shall be due and payable to the ENGINEER.Such payments to be equal to the value of the partially completed work in all previous partial payments made to the ENGINEER. (2)Final payment- Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and STATE, a sum of money equal to the basic fee as determined in the AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 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: ❑ Percent ❑ Lump Sum ❑ Specific Rate ❑X 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 orrf 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.). III. IT IS MUTUALLY AGREED, 1. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amount,recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books,records and supporting documents related to the contract shall be available for review and audit by the Auditor General, and the DEPARTMENT;the Federal Highways Administration(FHWA)or any authorized representative of the federal government,and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. 2. That the ENGINEER shall be responsible for any 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 DEPARTMENT, and their officers,agents and employees from all suits, claims, actions or damages liabilities,costs or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy. The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the ENGINEER as soon as practicable after the discovery. The LPA reserves the right to take immediate action to remedy any error or omission if notification is not successful; if the ENGINEER fails to reply to a notification;or if the conditions created by the error or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and reasonable notice is not practicable. 3. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known post office address. Upon such termination,the ENGINEER shall cause to be delivered to the LPA all drawings,plats, surveys, reports, permits,agreements,soils and foundation analysis, provisions,specifications,partial and completed estimates and data Completed05/31/24 Page 3 of 10 BLR 05530(Rev.07/08/22) if any from soil survey and subsurface investigation with the understanding that all such materials becomes the property of the LPA.The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to the date of the written notice of termination. 4. In the event that the DEPARTMENT stops payment to the LPA, the LPA may suspend work on the project. If this agreement is suspended by the LPA for more than thirty(30)calendar days,consecutive or in aggregate,over the term of this AGREEMENT, the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred prior to receipt of notice of suspension. In addition, upon the resumption of services the LPA shall compensate the ENGINEER,for expenses incurred as a result of the suspension and resumption of its services,and the ENGINEER's schedule and fees for the remainder of the project shall be equitably adjusted. 5. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until the completion of construction of any phase of professional services performed by others based upon the service provided herein. All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional services are not commenced within 5 years after final payment by the LPA. 6. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA,the DEPARTMENT, and their officers, employees from all suits,claims,actions or damages liabilities, costs or damages of any nature whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy. 7. The ENGINEER and LPA certify that their respective firm or agency: (a)has not employed or retained for commission, percentage, brokerage, contingent fee or other considerations,any firm or person(other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure this AGREEMENT, (b)has not agreed,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, local)terminated for cause or default. Where the ENGINEER or LPA is unable to certify to any of the above statements in this clarification,an explanation shall be attached to this AGREEMENT. 8. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within six months after the specified completion date. Examples of unforeseen causes included but are not limited to:acts of God or a public enemy; acts of the LPA, DEPARTMENT<or other approving party not resulting from the ENGINEER's unacceptable services;fire;strikes;and floods. If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE,the ENGINEER shall apply in writing to the LPA for an extension of time. If approved,the PROJECT SCHEDULE shall be revised accordingly. 9. This certification is required by the Drug Free Workplace Act(30 ILCS 580).The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including, but not limited to suspension of contract or 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 S5,000 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 the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant,the employee will: (a)abide by the terms of the statement;and (b)notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5)days after such conviction. Completed05/31/24 Page 4 of 10 BLR 05530(Rev.07/(38/22) (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 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)paragraph(3)of subsection(a)above from an employee or otherwise receiving actual notice of such conviction. (e) Imposing a sanction on,or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program. (f)Assisting employees in selecting a course of action In the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, the ENGINEER,LPA and the DEPARTMENT agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future projects.The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting period and work they expect to accomplish during the following period. 10. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq). 11. For 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 a 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 Engineering Enterprises, Inc. 36-3150869 $138,196.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Rubino Engineering, Inc. 80-0450719 $9,873.00 Subconsultant Total $9,873.00 Prime Consultant Total $138,196.00 Total for all work $148,069.00 Completed05/31/24 Page 5 of 10 BLR 05530(Rev.07/08/22) AGREEMENT SIGNATURES Executed by the LPA: Local Public Agency Type Local Public Agency Attest: The City of Elgin By(Signature& Date) B Si & e) JuneeAtiell6 26,2024 ` � ��� L/ lune 26, 2024 Local Public Agenc Local Public Agency Type Title _ [Elgin I City - -- Clerk City Manager js• 'l> :• f r Executed by the ENGINEER: Prime Consultant(Firm)Name Attest: Engineering Enterprises, Inc. J� By(Signature&Date) By(Signature&Date -61A. (o—14 -24 Title Title Chief Operating Officer/President Project Manager APPROVED: Re Tonal En ineer, Department of Transportation(Signature&Date) Completed05/31/24 Page 6 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number Elgin I Engineering Enterprises, Inc. 7 Kane 24-00204-00-RS 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 The City of Elgin requires Construction Engineering Services for the City's 2024 Woodbridge Resurfacing Project A map of the roadways to be included in the project can be found in Exhibit E of this proposal. The following streets will be included as part of this program: • Barn Owl Lane— Covered Bridge Drive to East End • Carnoustie Court— Castle Pines Circle to Castle Pines Circle • Castle Pine Circle— College Green Drive to Annandale Drive • College Green Drive —Tuscan View Drive to Randall Road • Covered Bridge Court—West End to Covered Bridge Drive • Covered Bridge Drive— Otter Creek Lane to College Green Drive • Crystal Creek Lane — Covered Bridge Drive to East End • Hayloft Lane— Covered Bridge Drive to East End • Indian Wells Circle—Annandale Drive to College Green Drive • Nolan Road— City Limits to Bowes Road • Otter Creek Lane —Tuscan View Drive to East End • Waterfall Lane—Woodbridge Drive to Woodbridge Drive • Weld Road — Longcommon Parkway to 1000' W of Randall Road • Woodbridge Drive — Waterfall Lane to College Green Drive Our scope of services will include the following: Project Management and Administration • Project Management • Prepare for, Attend, and Facilitate the Preconstruction Meeting Including Preparation of Meeting Minutes • QC Plan and Material Submittal Review • Prepare and Distribute Bilingual (English and Spanish) Resident Notification Letters for the Following Occurrences: o Overall Project Information and General Schedule o Loss of Driveway Access for PCC Replacement • Organize and Attend Weekly On-Site Construction Progress Meetings Construction Layout • Layout removal limits for PCC Sidewalk, Driveways & Curb and Gutter • Layout removal limits for HMA Items Construction Observation and Documentation • Provide a resident engineer for full time on-site construction observation. An EEI representative will be on site to inspect and observe all construction operations related to the project to ensure that work is in concurrence with the project plans and specifications • Monitor adherence to specifications and construction schedule • Daily documentation of work tasks and calculation of installed pay items • Gather material inspection and coordinate any required testing on behalf of the City • Communicate daily construction activities to the City via email and via the City's Construction Command Salesforce page • Perform punch list inspections and coordinate the completion of punchlist improvements with the Contractor Completed05/31/24 Page 7 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number Elgin Engineering Enterprises, Inc. Kane _ 24-00204-00-RS 1 Pay Estimates • Prepare/verify pay estimates • Process any required change orders Project Closeout • Prepare and submit all necessary closeout documentation to IDOT for a MFT Construction Section The following scope of services will be provided by EEI's subconsultants: • Material Testing (Rubino) o HMA Nuclear Density Testing o PCC Air, Slump, and Compressive Strength Testing EXCLUSIONS The above scope of services excludes the following: •Attendance at City Council Meeting •Topographic Field Survey and/or Record Drawings Completed 05/31/24 Page 8 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number Elgin if Engineering Enterprises, Inc. Kane 24-00204-00-RS J f L EXHIBIT B PROJECT SCHEDULE 1. Anticipate Final Approval of Construction Engineering Services Agreement at City Council: 6/26/2024 2. Target Bid Opening: 6/12/2024 3. Award Construction Contract: 6/26/2024 4. Tentative Pre-Construction Meeting: 7/25/2024 5. Start of Construction: 7/29/2024 6. Construction Substantial Completion: 10/4/2024 7. Construction Final Completion: 10/25/2024 8. Project Closeout: April 2025 Completed 05/31/24 Page 9 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name _ County_ _ Section Number Elgin Engineering Enterprises, Inc. Kane 24-00204-00-RS 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 ❑x ❑ 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 x❑ ❑ specifically Section 5-5.06(e)of the BLRS Manual? 3 Was the scope of services for this project dearly defined? x❑ ❑ 4 Was public notice given for this project? ❑x ❑ 5 Do the written QBS policies and procedures cover conflicts of interest? ❑x ❑ 6 Do the written QBS policies and procedures use covered methods of verification for suspension and ❑x ❑ debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? x❑ ❑ Project Criteria Weighting 8 Do the written QBS policies and procedures discuss the method of selection? ID] ❑ Selection committee(titles)for this project Top three consultants ranked for this project In order 2 3 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? x❑ 0 10 Were negotiations for this project performed in accordance with federal requirements. x❑ 0 11 Were acceptable costs for this project verified? x❑ 0 12 Do the written QBS policies and procedures cover review and approving for payment,before forwarding the z ❑ 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 ❑x ❑ breaches to a contract,and resolution of disputes)? 14 QBS according to State requirements used? ❑x ❑ 15 Existing relationship used In lieu of QBS process? ❑ ❑x 16 LPA is a home rule community(Exempt from QBS). ❑ ❑x Completed 05/31/24 Page 10 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 24-00204-00-RS Prime Consultant(Firm) Name Prepared By Date Engineering Enterprises,Inc. Christopher J Ott 5/15/2024 Consultant I Subconsultant Name Job Number N/A Note' This is name of the consultant the CFCS is bong completed for. This name appears at the top of each tab Remarks PAYROLL ESCALATION TABLE CONTRACT TERM 12 MONTHS OVERHEAD RATE 181.79% START DATE 81112024 COMPLEXITY FACTOR RAISE DATE 2/28/2025 %OF RAISE 2.00% END DATE 5/31/2025 ESCALATION PER YEAR %of Year First Date Last Date Months Contract 0 6/1/2024 2/28/2025 9 75.00% 1 3/1/2025 5/31/2025 3 25.50% The total escalation= 0.50% BLR 05514(Rev 02/09/23) Printed 5/31/2024 3:13 PM ESCALATION Page 1 of 1 Local Public Agency County Section Number City of Elgin Kane 24-00204-00-RS Consultant / Subconsultant Name Job Number N/A J PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 0.50% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE E-4 Senior Principal $93.95 $86.00 E-3 Principal $82.93 $83.34 E-2 Senior Project Manager $72.51 $72.87 El Project Manager $58.38 $58.67 P-6 Senior Project Engineer II $49.68 $49.93 P-5 Senior Project Engineer I $45.41 $45.64 P-4 Project Engineer $37.57 $37.76 T-6 Senior Project Technician II $45.13 $45.36 T-5 Senior Project Technician I $45.34 $45.57 T-4 Project Technician $38.29 $38.48 T-3 Senior Technician _ $31.23 $31.39 I-1 Engineering Intern $21.20 $21.31 A-4 Executive Adminstrative Assistant $46.63 $46.86 A-3 Administrative Assistant $32.10 $32.26 BLR 05514(Rev. 02/09/23) Printed 5/31/2024 3:16 PM RATES Page 1 of 1 Local Public Agency County Section Number lair°f Elgin Kane I24-00204-00-RS -� Consultant I Subconsultant Name Job Number I ] IN/A DIRECT COSTS WORKSHEET List ALL direct mete required for this project.Thou 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 I TOTAL Lodging Actual Cost (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) _ $0.00 Lodging Taxes and Fees Actual Cost $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Coach rate,actual cost,requires mnenum two weeks' Ai Fare notice.with prior IDOT approval $0.00 Vehicle Mileage Up to state rate metdmum (per GOVERNOR'S TRAVEL CONTROL BOARD) _ _ $0.00 Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 84 $65.00 $5,460.00 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 frin's policy) $0.00 Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) S0.00 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 515/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 Stan 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 Utility 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) - S0.00 Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 - So 00 - - $0.00 $0.00 $0.00 TOTAL DIRECT COSTS: $5,480.00 KLR 05514(Rev.02109Q3) PrMed 5/31/2024 3:18 PM DIRECT COSTS Pere loll Local Public Agency County Section Number City of Elgin Kane 24-00204-00-RS Consultant/Subconsultant Name Job Number N/A COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET OVERHEAD RATE 181.79% COMPLEXITY FACTOR 0 DIRECT COSTS (not includod,n OVERHEAD& SERVICES BY %OF GRAND TASK row totos) STAFF HOURS PAYROLL FRINGE BENEFRS FIXED FEE OTHERS TOTAL TOTAL Project Management&Administration _ 96 5,134 9,334 1,694 16,162 10.92% Construction Layout 52 2.089 3,797 689 6,575 4.44% Construction Observation and Documentation _ 768 29,165 53,020 9.625 15,429 107,239 72.43% Pay Estimates 48 2.085 3,754 682 6,501 4.39% Project Closeout 46 1,948 3,541 643 6,132 4.14% i. Subconsultant DL N%;;A;K;.'yi 50.00 Direct Costs Total=_> $0.00 $5,460.00 3.69% TOTALS 10101 40,401I 73,446 I 13,333I 15,429' 148,069 100.00% 113.647 BLR 05514(Rev.02/09/23) Printed 5/31/2024 3:18 PM COST EST Page 1 of 1 Local Public Agency County Section Number City of Elgin Kane 24-00204-00-RS 1 Consultant/Subconsultant Name Job Number 1____- I N/A AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET SHEET 1 OF 1 Project Management& Construction Observation and PAYROLL AVG TOTAL PROJ.RATES Administration Construction Layout Documentation Pay Estimates Project Closeout 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 E-4 Senior Principal 86.00 8.0 0.79% 0.68 4 4.17% 3.58 2 4.17% 3.58 2 4.35% 3.74 E-3 Principal 83.34 0.0 E-2 Senior Project Manager 72.87 0.0 E-1 Project Manager 58.67 92.0 9.11% 5.34 64 66.67% 39.11 8 11.54% 6.77 8 1.04% 0.61 8 16.87% 9.78 8 13.04% 7.65 P-S Senior Project Engineer II 49 93 0.0 P-5 Sonar Project Engineer I 45.64 0.0 PA Project Engineer 37.76 902.0 89.31% 33.72 24 25.00% 9.44 48 88.46% , 33.40 760 98.96% 37.38 38 75.00% 28.32 38 78.26% 29.55 7-6 Senior Project Technician II 45.38 0.0 T-5 Senior Project Technician I 45.57 0.0 T-4 Project Technician 38.48 0.0 T-3 Senior Technician 31.39 0.0 1-1 Engineer nq Intern 21.31 0.0 A-4 Executive Adminstrative Assistant 48.88 0.0 A-3 Admlmstratrve Ass-stan! 32.26 8.0 0.79% 028 4 4.17% 1.34 2 4.17% 1.34 2 4.35% 1.40 _ 0.0 0.0 0.0 0.0 0.0 _ 0.0 0.0 0.0 I. 0.0 0.0 0.0 0.0 0.0 V. TOTALS 1010.0 100% $40.00 96.0 100.00% S53.48 52.0 100% S40.17 768.0 100% 537.98 48.0 100% S43.02 46.0 100% $42.34 Printed 5/31/2024 3:19 PM BLR 05514(Rev.02/09/23) Page 1 of 1 AVG 1 2 n' 1 Wuamon or hf+Ayno+w E tan er° Oaks Or M O.rleld Cnl. \,Ur , ,. r n °tiC °. = e °oo\see c_... r7. Apr e < o y o` e 4 - `o f' Ho t, lr . 6G° P ►rW .. °a • County .�, s Y 4 Oatwtntl a '' Knoll Ln \' it q.MGreen Dr \� N/Drys. y- • '``o-, ',, _ 1Y7p �G\ osl� 2 - : 3° Knotlwoov Or \\ St+no Sow r vOe v!I 4 a S.C.Or Aronomina CN:l a_ 7 U. ♦•r 3 c Wefrlq iP C.. a )_ C/ f ° �'a �.z^1\: O : i °/°nlal Or a . `�_�—!: / 8 0�.� 3f:(p �O`��" Ua 10W From a e .. RnnOsll Rd p 44 _ a ..o• t \ O� m StuOn•tlab St o M.rYhNl In 1wr�-�-No `'o • -v 41NIon Hills Or 'Marlon St I 9° n 3� ` Gap A pn Foothill Rd 2 r u0j•tl6/e " _ 3 -I - - arap.nom 9t 1 `'- Annandale Or �' _ r }'� b ° —.. .�O .0 n 5uadmd In o wa -.._-.. •°ot a cr• '_ "I'. • °e 8 cR C, ' 5 0 I lw ° 4., ' - w ze 6, 4a'..' i , C•ntr, �C 3 o , "n4. c 4g 1 d 3 5 o C, 8 0 <' Btupnu Or I s• y d`c. °•• J.Du■rCl c 2 3 ° e o F� 3 .: le Yo1°.gsdat^ QaoLn. u Rang*Re , g po Sonora Dr i r eao _..•o ,.`.`. 4, 3 io e. ,l? - Monum.nt Rd P -55 < R °� e� South St S bR - 'g 1,i Q y - - S . ! S : : _ g +.it.... Rumo01:sl Poar18t lO X µ41••• --w tiu us more Clr -• G� ce4y.IV. Y t cod Co Fdan6rn Ip 1, Hotaen• WeatOrd L:--::•0 Ary.Or ,9+'" ° J e° ,/ cs Ct Wexford Dr •1 IP't� 4i ., -m< N°4 } hemn. R Nay�on 9 ,/n4qo _ `504° 07 prlmroro R 6 �Ojc s clr �"L ts. .b ,�ti - c 41 S ep•O .:St �.e ns/ ..._ O wtcIlow I0»]*5 cOt F°�c' ': r�..� -.I-4, I \l.F e. e° o° a'IO -„-.coy• ," }'i . o' 4 4° ., c 0 ` ---l:,-1 qo, o �i Ot sanevlF.r I`. %G�"°n moo,.f' S g ; \'. aDon 1 t..--'•L•�, I / °Ry S*4 Way \�c_.o ><u . i. -:_SJ' , o`ov O moo` j i i,- N-. Q9aateo .s° o Il'i�— 4 HoSsn W N°1r` o: 4.°<,° I d -�tr 0 � vy�n 0 Q E t. 7 _ �. �° - o° o t Meter Dr C, atys0ell ' "opt �� o c; i e c 4;.4). Ln _ o o i u In S oN o � Ne'A € Coronado Ct E c ((( °p ox l/q y ; 'i!: � •' Ln �_ �,//`,�\ 1° /�h U Beacon 4 f1 __. \L4#4. ,C'"i. _ $ Shoodnp �% ,� .fit' +p Q°D• ,/. # vo,nl Co- _ . a°ryd ' r sad et Carlsbad O ( I — :b, ew • P\ MOunbin \01Oo .0*' c� �':.4 o. •• °4or • WhtaD•rw•Od'. T.•• ' LaurN C/ M\\ I Lon Ln e° a k°' '�i I\O\. WPy o o 2 Q Narvosivy APO' t`\{.' (t 0 O < �'4 a°� )AonIy, . Fair.�i ;> 'vo flan Ln •C, Shasta Daisy Cr y . C°D Ct O• g i° Narduclsl .'crv:,: a Dr BOWS&Rd - �. .__.. r... rS4w�c r: .� .. , IN •44'°• 4 N O 00100 Ca°/ Dnp�/ aU a 4s O°Ito Ct Ann>nd>10 i ° Dr O. Conlonninway- E, - C np d Ot - I,t.n,..-,. error y Core Cl `i S u 44a saran ' z 3 ' NO. P. rc 4 3 D °F moot Dr< I :• . 4 LoOp00, Way _E aDtOPavet n s.a 0 0 Ernity Ln 2 09c. '..1° a Country Wale Ct d COWcad Legend o Nrnko t4 Point Ct e - Dr sa 8 E. 2024 Roadway Program Limits _a L 5 aF KnodY _F R4„ (nme ,xI _ ante P.., ei3 cr y DATE: N Engineering Enterprises, Inc. MAY 2024 9 9 P EXHIBIT E } r PROJECT NO.: EG2308 LOCATION MAP 52 Road r- Grove, Illinois �;lr�n BY. �.Sugar Illinois 605 MJT ti (63C)it 465.57ci1a PATH N,GS WtlNl PCs,,G\',N)] E LG I N wvvw.eei'"eb.cor? FILE: ECI30o_E p n xON 11 ny P'eif•'^MO THE Cr,JPl TIAL:.,13uH o5