Loading...
HomeMy WebLinkAbout24-232 Signed and Certified Resolution No. 24-232 Section No.: 24-00206-00-RS Job No.: C-91-197-24 Project No.: J60Q(786) RESOLUTION AUTHORIZING EXECUTION OF A JOINT FUNDING AGREEMENT FOR FEDERALLY FUNDED CONSTRUCTION WORK WITH THE STATE OF ILLINOIS, ACTING BY AND THROUGH ITS DEPARTMENT OF TRANSPORTATION IN CONNECTION WITH THE LILLIAN STREET-SOUTH STREET-WALNUT AVENUE RESURFACING WHEREAS, the City of Elgin is proposing to resurface and improve Lillian Street, South Street, and Walnut Avenue and as such desires to establish cost sharing levels and responsibilities for construction of the project; and WHEREAS, the above stated improvement will necessitate the use of funding provided through the Illinois Department of Transportation (IDOT); and signee WHEREAS, the use of these funds requires a joint funding agreement (AGREEMENT) with IDOT; and WHEREAS, the improvement requires matching funds; and NOW, THEREFORE, be it resolved by the council: Section 1. The council hereby appropriates $283,490 or as much as may be needed to match the required funding to complete the proposed improvement from general funds and furthermore agree to pass a supplemental resolution if necessary to appropriate additional funds for completion of the project. Section 2. The City Manager is hereby authorized to execute an AGREEMENT with IDOT for the above-mentioned project. Section 3. This resolution will become Schedule 5 of the AGREEMENT. Section 4. The City Clerk of City of Elgin is directed to transmit 3 (three) copies of the AGREEMENT and Resolution to IDOT District 1 Bureau of Local Roads and Streets. I, Kimberly Dewis Clerk in and for City of Elgin, Illinois, and keeper of the records and files thereof, as provided by statute, do hereby certify that forgoing to be a true, perfect and complete copy of the resolution approved by the city council at its meeting on 96 day of October 2024. IN TESTIMONY WHEREOF; I have unto set my hand and seal, at my office, this 9th day of October, 2024. (i4 (seal) City Clerk ,4 -CeG,G David J. Kap , M or Presented: October 9, 2024 Adopted: October 9, 2024 Omnibus Vote: Yeas: 8 Nays: 0 Attest: Kimberly Dewis, Ci Clerk Approved: Regional Engineer Date 2 Illinois Department Joint Funding Agreement for of Transportation Federally Funded Construction LOCAL PUBLIC AGENCY Local Public Agency County Section Number City of Elgin Kane 24-00206-00-RS Fund Type ITEP,SRTS, HSIP Number(s) MPO Name MPO TIP Number STU N/A CMAP 09-22-0023 Construction State Job Number Project Number C-91-197-24 J60Q(786) ❑ Local Let/Day Labor ® Construction on State Letting ® Construction Engineering ❑ Utilities ❑ Railroad Work LOCATION Stationing Local Street/Road Name Key Route Length From To Lillian Street FAU 1325 0.28 mile 00.00 00.28 Location Termini McLean Boulevard to South Street Current Jurisdiction Existing Structure Number(s) Local I NA Remove LOCATION Stationing Local Street/Road Name Key Route Length From To South Street FAU 1325 0.38 mile 00.28 00.66 Location Termini Lillian Street to Walnut Avenue Current Jurisdiction Existing Structure Number(s) Local NA Remove LOCATION Stationing Local Street/Road Name Key Route Length From To Walnut Avenue FAU 1326 0.11 mile 00.00 00.11 Location Termini South Street to Wilcox Avenue Current Jurisdiction Existing Structure Number(s) Local NA Remove PROJECT DESCRIPTION Resurfacing and ADA ramp improvements to Lillian St, South Street, and Walnut Ave from McLean Blvd to Wilcox Ave. Page 1 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Prolect Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) This Agreement is made and entered into between the above local public agency,hereinafter referred to as the"LPA"and the State of Illinois,acting by and through its Department of Transportation, hereinafter referred to as the"STATE".The STATE and LPA jointly proposes to improve the designated location as described in the Location and Project Description sections of this agreement. The improvement shall be constructed in accordance with plans prepared by,or on behalf of the LPA and approved by the STATE using the STATE's policies and procedures approved and/or required by the Federal Highway Administration,hereby referred to as"FHWA". I. GENERAL 1.1 Availability of Appropriation: Sufficiency of Funds.This Agreement is contingent upon and subject to the availability of sufficient funds.The STATE may terminate or suspend this Agreement,in whole or in part,without penalty or further payment being required,if(i)sufficient funds for this Agreement have not been appropriated or otherwise made available to the LPA by the STATE or the federal funding source, (ii)the Governor or STATE reserves funds,or(iii)the Governor or STATE determines that funds will not or may not be available for payment. The STATE shall provide notice,in writing,to LPA of any such funding failure and its election to terminate or suspend this Agreement as soon as practicable.Any suspension or termination pursuant to this Section will be effective upon the date of the written notice unless otherwise indicated. 1.2 Domestic Steel Reauirement Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and federal Build America-Buy America provisions. 1.3 Federal Authorization.That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation within one(1)year of the date of execution of this agreement. 1.4 Severability. If any provision of this Agreement is declared invalid,its other provisions shall not be affected thereby. 1.5 Termination. This Agreement may be terminated,in whole or in part,by either Party for any or no reason upon thirty(30) calendar days'prior written notice to the other Party. If terminated by the STATE,the STATE must include the reasons for such termination,the effective date,and, in the case of a partial termination,the portion to be terminated. If the STATE determines in the case of a partial termination that the reduced or modified portion of the funding award will not accomplish the purposes for which the funding award was made,the STATE may terminate the Agreement in its entirety. This Agreement may be terminated,in whole or in part,by the STATE without advance notice: a. Pursuant to a funding failure as provided under Article 1.1. b. If LPA fails to comply with the terms and conditions of this funding award,application or proposal,including any applicable rules or regulations,or has made a false representation in connection with the receipt of this or any award. II. REQUIRED CERTIFICATIONS By execution of this Agreement and the LPA's obligations and services hereunder are hereby made and must be performed in compliance with all applicable federal and State laws,including,without limitation,federal regulations, State administrative rules and any and all license requirements or professional certification provisions. 2.1 Uniform Administrative Requirements.Cost Principles.and Audit Requirements for Federal Awards(2 CFR Part 200). The LPA certifies that it shall adhere to the applicable Uniform Administrative Requirements,Cost Principles,and Audit Requirements, which are published in Title 2,Part 200 of the Code of Federal Regulations,and are incorporated herein by reference. 2.2 Compliance with Registration Reauirements. LPA certifies that it: (i)is registered with the federal SAM system;(ii)is in good standing with the Illinois Secretary of State,if applicable; (iii)have a valid DUNS Number, (iv)have a valid UEI, if applicable. It is LPA's responsibility to remain current with these registrations and requirements. 2.3 Bribery.The LPA certifies to the best of it's knowledge that it's officials have not been convicted of bribery or attempting to bribe an officer or employee of the state of Illinois, nor made an admission of guilt of such conduct which is a matter of record(30 ILCS 500/50-5). 2.4 Bid Rigging. LPA certifies that it has not been barred from contracting with a unit of state or local government as a result of a violation of Paragraph 33E-3 or 33E-4 of the Criminal Code of 1961 (720 ILCS 5/33E-3 or 720 ILCS 5133E-4,respectively). 2.5 Debt to State. LPA certifies that neither it,nor its affiliate(s),is/are barred from receiving an Award because the LPA,or its affiliate(s), is/are delinquent in the payment of any debt to the STATE, unless the LPA,or its affiliate(s),has/have entered into a deferred payment plan to pay off the debt.and STATE acknowledges the LPA may declare the Agreement void if the certification is false(30 ILCS 500/50-11). 2.6 Debarment.The LPA certifies to the best of its knowledge and belief that it's officials: a. are not presently debarred,suspended,proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; b. have not within a three-year period preceding this agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public (Federal,State or local)transaction or contract under a public transaction;violation of Federal or State anti-trust statutes or Page 2 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin [24-00206-00-RS ] C9119724 J60Q(786) commission of embezzlement,theft,forgery, bribery,falsification or destruction of records, making false statements receiving stolen property; c. are not presently indicated for or otherwise criminally or civilly charged by a governmental entity(Federal,State,Local) with commission of any of the offenses enumerated in item(b)of this certification;and d. have not within a three-year period preceding the agreement had one or more public transactions(Federal,State, Local) terminated for cause or default. 2.7 Construction of Fixed Works.The LPA certifies that all Programs for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of that Act exempt its application. In the construction of the Program,the LPA shall comply with the requirements of the Prevailing Wage Act including, but not limited to,inserting into all contracts for such construction a stipulation to the effect that not less than the prevailing rate of wages as applicable to the Program shall be paid to all laborers,workers,and mechanics performing work under the Award and requiring all bonds of contractors to include a provision as will guarantee the faithful performance of such prevailing wage clause as provided by contract. 2.8 Criminal Convictions.The LPA certifies that neither it nor any managerial agent of LPA has been convicted of a felony under the Sarbanes-Oxley Act of 2002, nor a Class 3 or Class 2 felony under Illinois Securities Law of 1953,or that at least five(5)years have passed since the date of the conviction. The LPA further certifies that it is not barred from receiving an funding award under 30 ILCS 500/50-10.5 and acknowledges that STATE shall declare the Agreement void if this certification is false(30 ILCS 500/50-10.5). 2.9 Improper Influence.The LPA certifies that no funds have been paid or will be paid by or on behalf of the LPA to any person for influencing or attempting to influence an officer or employee of any government agency,a member of Congress or Illinois General Assembly,an officer or employee of Congress or Illinois General Assembly,or an employee of a member of Congress or Illinois General Assembly in connection with the awarding of any agreement,the making of any grant,the making of any loan, the entering into of any cooperative agreement,or the extension,continuation, renewal,amendment or modification of any agreement,grant,loan or cooperative agreement. 31 USC 1352. Additionally,the LPA certifies that it has filed the required certification under the Byrd Anti-Lobbying Amendment(31 USC 1352), if applicable. 2.10 Telecom Prohibition The LPA certifies that it will comply with Section 889 of the FY 2019 National Defense Authorization Act (NDAA)that prohibits the use of telecommunications or video surveillance equipment or services produced or provided by the following companies. Dahua Technology Company, Hangzhou Hikvision Digital Technology Company, Huawei Technologies Company, Hytera Communications Corporation,and ZTE Corporation. Covered equipment and services cannot be used as substantial or essential component or any system,or as critical technology as part of any system. 2.11 Personal Conflict of Interest -(50 ILCS 105/3, 65 ILCS 5/3.1-55-10,65 ILCS 5/4-8-6)The LPA certifies that it shall maintain a written code or standard of conduct which shall govern the performance of its employees,officers,board members,or agents engaged in the award and administration of contracts supported by state or federal funds. Such code shall provide that no employee,officer,board member or agent of the LPA may participate in the selection,award,or administration of a contract supported by state or federal funds if a conflict of interest,real or apparent would be involved. Such a conflict would arise when any of the parties set forth below has a financial or other interest in the firm selected for award: a. the employee,officer,board member,or agent; b. any member of his or her immediate family; c. his or her partner;or d. an organization which employs,or is about to employ,any of the above. The conflict of interest restriction for former employees,officers,board members and agents shall apply for one year. The code shall also provide that LPA's employees,officers, board members,or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors,or parties to subcontracts. The STATE may waive the prohibition contained in this subsection,provided that any such present employee,officer, board member,or agent shall not participate in any action by the LPA relating to such contract,subcontract,or arrangement. The code shall also prohibit the officers,employees,board members,or agents of the LPA from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest or personal gain. 2.12 Organizational Conflict of Interest -The LPA certifies that it will also prevent any real or apparent organizational conflict of interest. An organizational conflict of interest exists when the nature of the work to be performed under a proposed third party contract or subcontract may,without some restriction on future activities,result in an unfair competitive advantage to the third party contractor or LPA or impair the objectivity in performing the contract work. 2.13 Accounting System.The LPA certifies that it has an accounting system that provides accurate, current, and complete disclosure of all financial transactions related to each state and federally funded program.Accounting records must contain information Page 3 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number _ State Job Number Project Number • City of Elgin 24-00206-00-RS C9119724 J60Q(786) pertaining to state and federal pass-through awards,authorizations,obligations, unobligated balances,assets,outlays,and income To comply with 2 CFR 200.305(b)(7)(i),the LPA shall use reasonable efforts to ensure that funding streams are delineated within LPA's accounting system. See 2 CFR 200.302. III. AUDIT AND RECORD RETENTION 3.1 Single Audits: The LPA shall be subject to the audit requirements contained in the Single Audit Act Amendments of 1996(31 USC 7501-7507)and Subpart F of 2 CFR Part 200. If,during its fiscal year, LPA expends$750,000 or more in Federal Awards(direct federal and federal pass-through awards combined), LPA must have a single audit or program-specific audit conducted for that year as required by 2 CFR 200.501 and other applicable sections of Subpart F of 2 CFR Part 200. A copy of the audit report must be submitted to the STATE(IDOT's Financial Review& Investigations Section,Room 126,2300 South Dirksen Parkway,Spnngfield, Illinois,62764)within 30 days after the completion of the audit,but no later than one year after the end of the LPA's fiscal year. Assistance Listing number(formally known as the Catalog of Federal Domestic Assistance(CFDA)number)for all highway planning and construction activities is 20.205. Federal funds utilized for construction activities on projects let and awarded by the STATE(federal amounts shown as "Participating Construction-on Schedule 2)are not included in a LPA's calculation of federal funds expended by the LPA for Single Audit purposes. 3.2 STATE Audits:The STATE may,at its sole discretion and at its own expense, perform a final audit of the Project(30 ILCS 5,the Illinois State Auding Act). Such audit may be used for settlement of the Project expenses and for Project closeout purposes The LPA agrees to implement any audit findings contained in the STATE's authorized inspection or review,final audit,the STATE's independent audit,or as a result of any duly authorized inspection or review. 3.3 Record Retention.The LPA shall maintain for three(3)years from the date of final project closeout by the STATE,adequate books,records,and supporting documents to verify the amounts,recipient,and uses of all disbursements of funds passing in conjunction with this contract.adequate to comply with 2 CFR 200.334. If any litigation,claim or audit is started before the expiration of the retention period,the records must be retained until all litigation,claims or audit exceptions involving the records have been resolved and final action taken. 3.4 Accessibility of Records.The LPA shall permit,and shall require its contractors and auditors to permit,the STATE,and any authorized agent of the STATE,to inspect all work, materials, payrolls,audit working papers,and other data and records pertaining to the Project;and to audit the books, records,and accounts of the LPA with regard to the Project. The LPA in compliance with 2 CFR 200.337 shall make books,records,related papers,supporting documentation and personnel relevant to this Agreement available to authorized STATE representatives,the Illinois Auditor General, Illinois Attorney General,any Executive Inspector General,the STATE's Inspector General,federal authorities,any person identified in 2 CFR 200.337,and any other person as may be authorized by the STATE(including auditors), by the state of Illinois or by federal statute. The LPA shall cooperate fully in any such audit or inquiry. 3.5 Failure to maintain the books and records. Failure to maintain the books,records and supporting documents required by this section shall establish presumption in favor of the STATE for recovery of any funds paid by the STATE under the terms of this contract. IV. LPA FISCAL RESPONSIBILITIES 4.1 To provide all initial funding and payment for construction engineering,utility, and railroad work 4.2 LPA Appropriation Requirement. By execution of this Agreement the LPA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LPA share of project costs.A copy of the authorizing resolution or ordinance is attached as Schedule 5. 4.3 Reimbursement Requests. For reimbursement requests the LPA will submit supporting documentation with each invoice. Supporting documentation is defined as verification of payment,certified time sheets or summaries,vendor invoices,vendor receipts,cost plus fix fee invoice,progress report, personnel and direct cost summaries,and other documentation supporting the requested reimbursement amount(Form BLR 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. 4.4 Financial Integrity Review and Evaluation(FIRE)program: LPA's and the STATE must justify continued federal funding on inactive projects.23 CFR 630.106(a)(5)defines an inactive project as a project which no expenditures have been charged against Federal funds for the past twelve(12)months.To keep projects active,invoicing must occur a minimum of one time within any given twelve(12)month period. However,to ensure adequate processing time,the first invoice shall be submitted to the STATE within six(6)months of the federal authorization date.Subsequent invoices will be submitted in intervals not to exceed six(6)months. 4.5 Final Invoice:The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation of all incurred costs,less previous payments, no later than twelve(12)months from the date of completion of work or from the date of the previous invoice,whichever occurs first. If a final invoice is not received within this time frame,the most recent invoice Page 4 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency _ Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) may be considered the final invoice and the obligation of the funds closed. Form BLR 05613(Engineering Payment Record)is required to be submitted with the final invoice for engineering projects. 4.6 Project Closeout:The LPA shall provide the final report to the appropriate STATE district office within twelve(12)months of the physical completion date of the project so that the report may be audited and approved for payment. If the deadline cannot be met,a written explanation must be provided to the district prior to the end of the twelve(12)months documenting the reason and the new anticipated date of completion. If the extended deadline is not met,this process must be repeated until the project is closed. Failure to follow this process may result In the immediate close-out of the project and loss of further funding. 4.7 Project End Date-The period of performance(end date)for state and federal obligation purposes is five(5)years for projects under$1,000.000 or seven(7)years for projects over$1,000,000 from the execution date of the agreement. Requests for time extensions and joint agreement amendments must be received and approved prior to expiration of the project end date. Failure to extend the end date may result in the immediate close-out of the project and loss of further funding. V. THE LPA AGREES 5.1 To acquire in its name, or in the name of the STATE if on the STATE highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,and established State policies and procedures. Prior to advertising for bids,the LPA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied.The disposition of encroachments, if any, will be cooperatively determined by representatives of the LPA,the STATE,and the FHWA if required. 5.2 To provide for all utility adjustments and to regulate the use of the right-of-way of this improvement by utilities,public and private, in accordance with the current Utility Accommodation Policy for Local Public Agency Highway and Street Systems. 5.3 To provide on-site engineering supervision and inspection during construction of the proposed improvement. 5.4 To retain jurisdiction of the completed improvement unless specified otherwise by schedule(schedule should be accompanied by a location map). If the improvement location is currently under road district jurisdiction,a jurisdictional schedule is required. 5.5 To maintain or cause to be maintained the completed improvement(or that portion within its jurisdiction as established by schedule)in a manner satisfactory to the STATE and the FHWA. 5.6 To provide if required,for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. 5.7 To regulate parking and traffic in accordance with the approved project report. 5.8 To regulate encroachments on public rights-of-way in accordance with current Illinois Compiled Statutes. 5.9 To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with the current Illinois Compiled Statutes. 5.10 For contracts awarded by the LPA,the LPA shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any USDOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts.The LPA's DBE program,as required by 49 CFR part 26 and as approved by USDOT,is incorporated by reference in this agreement. Upon notification to the recipient of its failure to carry out its approved program,the STATE 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.). In the absence of a USDOT-approved LPA DBE Program or on STATE awarded contracts,this agreement shall be administered under the provisions of the STATE'S USDOT approved Disadvantaged Business Enterprise Program. 5.12 That execution of this agreement constitutes the LPA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. VI. THE STATE AGREES 6.1 To provide such guidance,assistance,and supervision to monitor and perform audits to the extent necessary to assure validity of the LPA's certification of compliance with Title II and III Requirements. 6.2 To receive bids for construction of the proposed improvement when the plans have been approved by the STATE(and FHWA, if required)and to award a contract for construction of the proposed improvement after receipt of a satisfactory bid. 6.3 To provide all initial funding and payments to the contractor for construction work let by the STATE.The LPA will be invoiced for their share of contract costs per the method of payment selected under Method of Financing based on the Division of Costs shown on Schedule 2. Page 5 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency _ Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) 6.4 For agreements with federal and/or state funds in local let/day labor construction,construction engineering,utility work and/or railroad work: a. To reimburse the LPA for federal and/or state share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payments by the LPA; b. To provide independent assurance sampling and furnish off-site material inspection and testing at sources normally visited by STATE inspectors for steel,cement,aggregate,structural steel,and other materials customarily tested by the STATE. SCHEDULES Additional information and/or stipulations are hereby attached and identified below as being a part of this agreement. ® 1. Division of Cost ® 2. Location Map ® 3. Risk Assessment ® 4. Attestations ® 5. Resolution* 0 'Appropriation and signature authority resolution must be in effect on,or prior to,the execution date of the agreement. Page 6 of 11 BLR 05310C(Rev 05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin j 24-00206-00-RS C9119724 J60Q(786) AGREEMENT SIGNATURES EXECUTION The LPA agrees to accept and comply with the applicable provision set forth in this agreement including attached schedules. APPROVED Local Public Agency Name of Official(Pnnt or Type Name) Richard G. Kozal Title of Official City Manager Signatur Date 10-9-2024 The above signature certifies the agency's TIN num er is 366005862 conducting business as a Governmental Entity. DUNS Number 010224772 UEI NX1VYN6MFXU9 APPROVED State of Illinois Department of Transportation Omer Osman, P.E.,Secretary of Transportation Date By: George A.Tapas,P.E.,S.E., Engineer of Local Roads&Streets Date Stephen M.Travia, P.E., Director of Highways PI/Chief Engineer Date Michael Prater,Chief Counsel Date Vicki Wilson,Chief Fiscal Officer Date NOTE: A resolution authorizing the local official(or their delegate)to execute this agreement and appropriation of local funds is required and attached as Schedule 5.The resolution must be approved prior to. or concurrently with,the execution of this agreement. If BLR 09110 or BLR 09120 are used to appropriate local matching funds, attach these forms to the signature authorization resolution. ® Please check this box to open a fillable Resolution form within this form. Page 7 of 11 BLR 05310C(Rev.05/09/24) SCHEDULE NUMBER 1 Local Public Agency County Section Number State Job Number Project Number City of Elgin Kane 24-00206-00-RS C-91-197-24 J600(786) DIVISION OF COST Federal Funds State Funds Local Public Agency Type of Work Fund Type Amount % Fund Type Amount % Fund Type Amount % Totals Participating Construction STU $894,413.00 Local $223,603.00 BAL $1,118,016.00 Construction Engineering STU $239,548.00 Local $59,887.00 BAL $299,435.00 • • • Total $1,133,961.00 Total Total $283.490.00 $1,417,451.00 If funding is not a percentage of the total place an asterisk(')in the space provided for the percentage and explain below: *Maximum FHWA (STU) participation 80%, NTE $1,133,961 (Construction Engineering portion 80%, NTE $239,548) NOTE: The costs shown in the Division of Cost table are approximate and subject to change The final LPA share is dependent on the final Federal and State participation.The actual costs will be used in the final division of cost for billing and reimbursement. METHOD OF FINANCING -(State-Let Contract Work Only) Check One ❑ METHOD A-Lump Sum(80%of LPA Obligation Lump Sum Payment-Upon award of the contract for this improvement,the LPA will pay the STATE within thirty(30)calendar days of billing, in lump sum,an amount equal to 80%of the LPA's estimated obligation incurred under this agreement The LPA will pay to the STATE the remainder of the LPA's obligation(including any nonparticipating costs)in a lump sum within thirty(30)calendar days of billing in a lump sum, upon completion of the project based on final costs. ❑ METHOD B- Monthly Payments of due by the of each successive month. Monthly Payments-Upon award of the contract for this improvement, the LPA will pay to the STATE a specified amount each month for an estimated period of months,or until 80%of the LPA's estimated obligation under the provisions of the agreement has been paid The LPA will pay to the STATE the remainder of the LPA's obligation(including any nonparticipating costs)in a lump sum,upon completion of the project based upon final costs. ® METHOD C-LPA's Share Balance divided by estimated total cost multiplied by actual progress payment. Progress Payments-Upon receipt of the contractor's first and subsequent progressive bills for this improvement,the LPA will pay to the STATE within thirty(30)calendar days of receipt,an amount equal to the LPA's share of the construction cost divided by the estimated total cost multiplied by the actual payment(appropriately adjust for nonparticipating costs) made to the contractor until the entire obligation incurred under this agreement has been paid. Page 8 of 11 BLR 05310C(Rev.05/09/24) e e f 0 o a . • nnq unisoM S _._. . . _..0AV uolu•M S S r— n — < wc m FL f trt . i _ any::°:': m `_ %O I any partly S S Alfred A..,- to o 1 antl Pei"S O a c- O K 7 7c, D -. /Q lasunS e m n Ir b 9 on g q vlon0 N CAfA to T .AV UOsIP3 S •Ay 1.1710M S --> - S Commonwealth Aye an` q.yUeamuowwo�g f — N Comm onwe• a M Marguerite St uNI v w >C Osi K to a a C < onq AIaIIrW any bawl... 7 e a i 0 Z D ir LC - e I r -- it enepuirA S Union St S Union Sf Union St �S �J O Way iS 4seQeM S n oi., CO SCHEDULE NUMBER 3 Local Public Agency Section Number County State Job Number Project Number City of Elgin 24-00206-00-RS Kane LRS Federal Funds RISK ASSESSMENT Risk Factor Description Definition of Scale(time frames are based on LPA fiscal year) Points Have there been any changes in key organizational staff or 0 points-no significant changes in the last 4 or more years; 1 point-minor changes, leadership,such as Fiscal and Administrative Management, but majority of key staff and officials have not changed in the last 4 years;2 points- 0 Transportation Related Program/Project Management,and/ significant key staff or elected leadership changes within the last 3 years;3 points- or Elected Officials' significant key staff and elected leadership changes within the last 3 years General History of What is the LPA's history with federal-aid funded 0 points-One or more federal-aid funded transportation projects initiated per year;1 Performance transportation projects? point-At least one project initiated within the past three years; 2 points-AT least one 0 project initiated within the past 5 years;3 points-None or more than 5 years Does LPA have qualified technical staff with experience 0 points-Full-time employee with experience designated as being in"responsible managing federal-aid funded transportations through IDOT? charge"; 1 point-LPA has qualified technical staff,but will be utilizing an engineering consultant to manage day-to-day with LPA technical staff oversight;2j,oints-LPA has 0 no technical staff and all technical work will be completed by consultant, but LPA staff has prior experience with federal-aid projects;3 points-LPA staff have no prior experience or technical expertise and relying solely on consultant Has the LPA been untimely in submitting invoicing,reporting 0 points-No;1 point-Delays of 6 or more months;2 points- Delays of up to 1 year; on federal-aid projects as required in 2 CFR 200,and or 3 points- 1 year or more years of delay 0 audits as required? Are the annual financial statements prepared in accordance 0 points-yes;1.points-no with Generally Accepted Accounting Principles or on a basis 0 acceptable by the regulatory agency? Financial Controls What is the LPA's accounting system? 0 points-Automated accounting software; 1 point-Spreadsheets; 2 points-paper 0 only;3 points-none Does the organization have written policies and procedures 0 points-yes;3 points-no regarding proper segregation of duties for fiscal activities that include but are not limited to:a)authorization of 0 transactions;b)recordkeeping for receipts and payments; and c)cash management? When was the last time a financial statement audit was 0 points-in the past year; 1 point-in the past two years;2 points-in the past three 0 conducted? years; 3 points-4 years or more,or never What type of financial statement audit has the organization 0 points-Single Audit/Program Specific Audit in accordance with 2 CFR 200.501 or had conducted? Financial audit conducted in accordance with Generally Accepted Auditing Standards or Audits Generally Accepted Government Auditing Standards; 1 point-Financial review?; 2 0 points Other type?or no audit required;3 points-none Did the most recent audit disclose findings considered to be 0 points-no;3 points-yes,or no audits required 0 significant deficiencies or material weaknesses? Have the findings been resolved? 0 points-yes or no findings; 1 point-in progress;3 points-no 0 Summary of Risk _ District Review Signature&Date Central Office Review Signature&Date General History of Performance 0 Digitally signed by Fely Gregorio Digitally signed by Teresa Cline Financial Controls 0 Fely Gregorio Date:2024.08.01 13:32.28 Teresa Cline Date 2024 08 02 13:01 34 05'00' -05'00' Audits 0 Total 0 Additional Requirements? ❑ Yes ® No Page 9 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) SCHEDULE NUMBER 4 Attestation on Single Audit Compliance 1. In the prior fiscal year,did City of Elgin expend more than$750,000 in federal funds in aggregate from all PA federal sources? ® Yes 0 No 2. Does the City of Elgin anticipate expending more than$750,000 in federal funds in aggregate from all LPA federal sources in the current City of Elgin fiscal year? ® Yes ❑ No LPA If answers to question 1 and 2 are no,please proceed to the signature section. If answer to question 1 is yes,please answer question 3a. If answer to question 2 is yes,please answer question 3b. 3. A single audit must be conducted in accordance with Subpart F of 2 CFR 200 if$750,000 or more in federal funds are expended in a single fiscal year. a. Has the City of Elgin performed a single audit for their previous fiscal year? LPA ® Yes 0 No i. If yes,has the audit be filed with the Illinois Office of the Comptroller in accordance with 50 ILCS 310(see also 55 ILCS 5&65 ILCS 5&60 ILCS 1/80)? ® Yes ❑ No b. For the current fiscal year,does the City of Elgin intend to comply with Subpart F of 2 CFR 200? Yes ❑ No LPA By completing this attestation, I certify that I have authority to sign this attestation on behalf of the LPA;and that the foregoing information is correct and complete to the best of my knowledge and belief. Name Title LPA Mike Pubentz Public Services Director City of Elgin Signature&Date Mike Pubentz Digitally signed byMike r Pubentz,P.E. P.E. Date.2024.07 29 15.52 31 -05'00' Page 10 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) SCHEDULE NUMBER 5 Resolution No. A Resolution for: Section Number 24-00206-00-RS State Job Number C-91-197-24 Project Number J600(786) WHEREAS,the of is proposing to WHEREAS,the above stated improvement will necessitate the use of funding provided through the Illinois Department of Transportation (IDOT);and signee WHEREAS,the use of these funds requires a joint funding agreement(AGREEMENT)with IDOT;and WHEREAS,the improvement requires matching funds;and NOW,THEREFORE, be it resolved by the Section 1:The hereby appropriates or as much as may be needed to match the required funding to complete the proposed improvement from and furthermore agree to pass a supplemental resolution if necessary to appropriate additional funds for completion of the project. Section 2: The is hereby authorized to execute an AGREEMENT with IDOT for the above-mentioned project. Section 3:This resolution will become Attachment 3 of the AGREEMENT. Section 4:The Clerk of is directed to transmit 2(two)copies of the AGREEMENT and Resolution to IDOT District Bureau of Local Roads and Streets. Clerk in and for said Name of Clerk Local Public Agency Type Local Public Agency Type of in the State aforesaid,and keeper of the records and files thereof,as provided by Name of Local Public Agency statute,do hereby certify the foregoing to be a true,perfect and complete original of a resolution adopted by of at a meeting held on Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of Day Month,Year (SEAL) Clerk Signature&Date Approved Regional Engineer Signature&Date Department of Transportation Page 11 of 11 BLR 05310C(Rev.05/09/24) SCHEDULE 5 — LPA APPROPRIATION RESOLUTION Please attach the completed/signed LPA Appropriation Resolution Please note: The resolution must be approved prior to, or concurrently with, the execution of this agreement. If BLR 09110 or BLR 09120 are used to appropriate local matching funds, attach these forms to the signature authorization resolution. 0Illinois Department Joint Funding Agreement for of Transportation Federally Funded Construction LOCAL PUBLIC AGENCY Local Public Agency County Section Number City of Elgin Kane 24-00206-00-RS Fund Type ITEP, SRTS,HSIP Number(s) MPO Name MPO TIP Number STU N/A CMAP 09-22-0023 Construction State Job Number Project Number C-91-197-24 J60Q(786) ❑ Local Let/Day Labor ® Construction on State Letting Bj Construction Engineering ❑ Utilities ❑ Railroad Work LOCATION Stationing Local Street/Road Name Key Route Length From To Lillian Street FAU 1325 0.28 mile 00.00 00.28 Location Termini McLean Boulevard to South Street Current Jurisdiction Existing Structure Number(s) Local NA Remove LOCATION Stationing Local Street/Road Name Key Route Length From To South Street FAU 1325 0.38 mile 00.28 00.66 Location Termini Lillian Street to Walnut Avenue Current Jurisdiction Existing Structure Number(s) Local NA Remove LOCATION Stationing Local Street/Road Name Key Route Length From To Walnut Avenue FAU 1326 0.11 mile 00.00 00.11 Location Termini South Street to Wilcox Avenue Current Jurisdiction Existing Structure Number(s) Local NA Remove PROJECT DESCRIPTION Resurfacing and ADA ramp improvements to Lillian St, South Street, and Walnut Ave from McLean Blvd to Wilcox Ave. Page 1 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) This Agreement is made and entered into between the above local public agency, hereinafter referred to as the"LPA"and the State of Illinois, acting by and through its Department of Transportation, hereinafter referred to as the"STATE". The STATE and LPA jointly proposes to improve the designated location as described in the Location and Project Description sections of this agreement.The improvement shall be constructed in accordance with plans prepared by, or on behalf of the LPA and approved by the STATE using the STATE's policies and procedures approved and/or required by the Federal Highway Administration, hereby referred to as"FHWA". I. GENERAL 1.1 Availability of Appropriation;Sufficiency of Funds.This Agreement is contingent upon and subject to the availability of sufficient funds.The STATE may terminate or suspend this Agreement, in whole or in part,without penalty or further payment being required, if(i)sufficient funds for this Agreement have not been appropriated or otherwise made available to the LPA by the STATE or the federal funding source, (ii)the Governor or STATE reserves funds,or(iii)the Governor or STATE determines that funds will not or may not be available for payment. The STATE shall provide notice, in writing,to LPA of any such funding failure and its election to terminate or suspend this Agreement as soon as practicable.Any suspension or termination pursuant to this Section will be effective upon the date of the written notice unless otherwise indicated. 1.2 Domestic Steel Requirement. Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and federal Build America-Buy America provisions. 1.3 Eederal Authorization. That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation within one(1)year of the date of execution of this agreement. 1.4 Severability. If any provision of this Agreement is declared invalid, its other provisions shall not be affected thereby. 1.5 Termination. This Agreement may be terminated, in whole or in part, by either Party for any or no reason upon thirty(30) calendar days'prior written notice to the other Party. If terminated by the STATE,the STATE must include the reasons for such termination, the effective date, and, in the case of a partial termination,the portion to be terminated. If the STATE determines in the case of a partial termination that the reduced or modified portion of the funding award will not accomplish the purposes for which the funding award was made, the STATE may terminate the Agreement in its entirety. This Agreement may be terminated, in whole or in part, by the STATE without advance notice: a. Pursuant to a funding failure as provided under Article 1.1. b. If LPA fails to comply with the terms and conditions of this funding award,application or proposal, including any applicable rules or regulations,or has made a false representation in connection with the receipt of this or any award. II. REQUIRED CERTIFICATIONS By execution of this Agreement and the LPA's obligations and services hereunder are hereby made and must be performed in compliance with all applicable federal and State laws, including,without limitation,federal regulations,State administrative rules and any and all license requirements or professional certification provisions. 2.1 Uniform Administrative Requirements.Cost Principles,and Audit Requirements for Federal Awards(2 CFR Part 200). The LPA certifies that it shall adhere to the applicable Uniform Administrative Requirements, Cost Principles,and Audit Requirements, which are published in Title 2,Part 200 of the Code of Federal Regulations,and are incorporated herein by reference. 2.2 Compliance with Registration Requirements. LPA certifies that it: (i)is registered with the federal SAM system; (ii)is in good standing with the Illinois Secretary of State, if applicable;(iii)have a valid DUNS Number; (iv)have a valid UEI, if applicable. It is LPA's responsibility to remain current with these registrations and requirements. 2.3 Bribery.The LPA certifies to the best of it's knowledge that it's officials have not been convicted of bribery or attempting to bribe an officer or employee of the state of Illinois, nor made an admission of guilt of such conduct which is a matter of record (30 ILCS 500/50-5). 2.4 Bid Rigging. LPA certifies that it has not been barred from contracting with a unit of state or local government as a result of a violation of Paragraph 33E-3 or 33E-4 of the Criminal Code of 1961 (720 ILCS 5/33E-3 or 720 ILCS 5/33E-4,respectively). 2.5 Debt to State. LPA certifies that neither it, nor its affiliate(s), is/are barred from receiving an Award because the LPA,or its affiliate(s), is/are delinquent in the payment of any debt to the STATE,unless the LPA,or its affiliate(s), has/have entered into a deferred payment plan to pay off the debt,and STATE acknowledges the LPA may declare the Agreement void if the certification is false(30 ILCS 500/50-11). 2.6 Debarment,The LPA certifies to the best of its knowledge and belief that it's officials: a. are not presently debarred,suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; b. have not within a three-year period preceding this agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a public (Federal, State or local)transaction or contract under a public transaction;violation of Federal or State anti-trust statutes or Page 2 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) commission of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements receiving stolen property; c. are not presently indicated for or otherwise criminally or civilly charged by a governmental entity(Federal,State,Local) with commission of any of the offenses enumerated in item(b)of this certification;and d. have not within a three-year period preceding the agreement had one or more public transactions(Federal,State, Local) terminated for cause or default. 2.7 Construction_of Fixed Works.The LPA certifies that all Programs for the construction of fixed works which are financed in whole or in part with funds provided by this Agreement shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of that Act exempt its application.In the construction of the Program,the LPA shall comply with the requirements of the Prevailing Wage Act including,but not limited to,inserting into all contracts for such construction a stipulation to the effect that not less than the prevailing rate of wages as applicable to the Program shall be paid to all laborers,workers,and mechanics performing work under the Award and requiring all bonds of contractors to include a provision as will guarantee the faithful performance of such prevailing wage clause as provided by contract. 2.8 Criminal Convictions.The LPA certifies that neither it nor any managerial agent of LPA has been convicted of a felony under the Sarbanes-Oxley Act of 2002,nor a Class 3 or Class 2 felony under Illinois Securities Law of 1953,or that at least five(5)years have passed since the date of the conviction. The LPA further certifies that it is not barred from receiving an funding award under 30 ILCS 500/50-10.5 and acknowledges that STATE shall declare the Agreement void if this certification is false(30 ILCS 500/50-10.5). 2.9 Improper Influence.The LPA certifies that no funds have been paid or will be paid by or on behalf of the LPA to any person for influencing or attempting to influence an officer or employee of any government agency,a member of Congress or Illinois General Assembly,an officer or employee of Congress or Illinois General Assembly,or an employee of a member of Congress or Illinois General Assembly in connection with the awarding of any agreement,the making of any grant,the making of any loan, the entering into of any cooperative agreement,or the extension,continuation, renewal,amendment or modification of any agreement,grant, loan or cooperative agreement. 31 USC 1352. Additionally,the LPA certifies that it has filed the required certification under the Byrd Anti-Lobbying Amendment(31 USC 1352),if applicable. 2.10 Telecom Prohibition. The LPA certifies that it will comply with Section 889 of the FY 2019 National Defense Authorization Act (NDAA)that prohibits the use of telecommunications or video surveillance equipment or services produced or provided by the following companies: Dahua Technology Company, Hangzhou Hikvision Digital Technology Company, Huawei Technologies Company, Hytera Communications Corporation,and ZTE Corporation. Covered equipment and services cannot be used as substantial or essential component or any system,or as critical technology as part of any system. 2.11 Personal Conflict of Interest -(50 ILCS 105/3,65 ILCS 5/3.1-55-10,65 ILCS 5/4-8-6)The LPA certifies that it shall maintain a written code or standard of conduct which shall govern the performance of its employees,officers,board members,or agents engaged in the award and administration of contracts supported by state or federal funds. Such code shall provide that no employee,officer,board member or agent of the LPA may participate in the selection,award,or administration of a contract supported by state or federal funds if a conflict of interest,real or apparent would be involved. Such a conflict would arise when any of the parties set forth below has a financial or other interest in the firm selected for award: a. the employee,officer,board member,or agent; b. any member of his or her immediate family; c. his or her partner;or d. an organization which employs,or is about to employ,any of the above. The conflict of interest restriction for former employees,officers,board members and agents shall apply for one year. The code shall also provide that LPA's employees,officers,board members,or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors,or parties to subcontracts. The STATE may waive the prohibition contained in this subsection, provided that any such present employee,officer,board member,or agent shall not participate in any action by the LPA relating to such contract,subcontract,or arrangement. The code shall also prohibit the officers,employees,board members,or agents of the LPA from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest or personal gain. 2.12 Organizational Conflict of Interest -The LPA certifies that it will also prevent any real or apparent organizational conflict of interest. An organizational conflict of interest exists when the nature of the work to be performed under a proposed third party contract or subcontract may,without some restriction on future activities,result in an unfair competitive advantage to the third party contractor or LPA or impair the objectivity in performing the contract work. 2.13 Accounting System.The LPA certifies that it has an accounting system that provides accurate,current,and complete disclosure of all financial transactions related to each state and federally funded program.Accounting records must contain information Page 3 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) pertaining to state and federal pass-through awards,authorizations,obligations, unobligated balances,assets,outlays,and income. To comply with 2 CFR 200.305(b)(7)(i),the LPA shall use reasonable efforts to ensure that funding streams are delineated within LPA's accounting system. See 2 CFR 200.302. III. AUDIT AND RECORD RETENTION 3.1 Single Audits: The LPA shall be subject to the audit requirements contained in the Single Audit Act Amendments of 1996(31 USC 7501-7507)and Subpart F of 2 CFR Part 200. If, during its fiscal year, LPA expends$750,000 or more in Federal Awards(direct federal and federal pass-through awards combined), LPA must have a single audit or program-specific audit conducted for that year as required by 2 CFR 200.501 and other applicable sections of Subpart F of 2 CFR Part 200. A copy of the audit report must be submitted to the STATE (IDOT's Financial Review& Investigations Section, Room 126,2300 South Dirksen Parkway, Springfield, Illinois,62764)within 30 days after the completion of the audit, but no later than one year after the end of the LPA's fiscal year. Assistance Listing number(formally known as the Catalog of Federal Domestic Assistance(CFDA)number)for all highway planning and construction activities is 20.205. Federal funds utilized for construction activities on projects let and awarded by the STATE(federal amounts shown as "Participating Construction"on Schedule 2)are not included in a LPA's calculation of federal funds expended by the LPA for Single Audit purposes. 3.2 STATE Audits:The STATE may,at its sole discretion and at its own expense, perform a final audit of the Project(30 ILCS 5,the Illinois State Auding Act). Such audit may be used for settlement of the Project expenses and for Project closeout purposes. The LPA agrees to implement any audit findings contained in the STATE's authorized inspection or review,final audit,the STATE's independent audit, or as a result of any duly authorized inspection or review. 3.3 Record Retention.The LPA shall maintain for three(3)years from the date of final project closeout by the STATE,adequate books,records,and supporting documents to verify the amounts, recipient,and uses of all disbursements of funds passing in conjunction with this contract. adequate to comply with 2 CFR 200.334. If any litigation, claim or audit is started before the expiration of the retention period,the records must be retained until all litigation, claims or audit exceptions involving the records have been resolved and final action taken. 3.4 Accessibility of Records.The LPA shall permit,and shall require its contractors and auditors to permit,the STATE, and any authorized agent of the STATE,to inspect all work, materials, payrolls,audit working papers, and other data and records pertaining to the Project;and to audit the books, records,and accounts of the LPA with regard to the Project. The LPA in compliance with 2 CFR 200.337 shall make books, records, related papers,supporting documentation and personnel relevant to this Agreement available to authorized STATE representatives,the Illinois Auditor General, Illinois Attorney General,any Executive Inspector General,the STATE's Inspector General,federal authorities,any person identified in 2 CFR 200.337,and any other person as may be authorized by the STATE(including auditors), by the state of Illinois or by federal statute. The LPA shall cooperate fully in any such audit or inquiry. 3.5 Failure to maintain the books and records. Failure to maintain the books, records and supporting documents required by this section shall establish presumption in favor of the STATE for recovery of any funds paid by the STATE under the terms of this contract. IV. LPA FISCAL RESPONSIBILITIES 4.1 To provide all initial funding and payment for construction engineering, utility,and railroad work 4.2 LPA Appropriation Requirement.By execution of this Agreement the LPA attests that sufficient moneys have been appropriated or reserved by resolution or ordinance to fund the LPA share of project costs.A copy of the authorizing resolution or ordinance is attached as Schedule 5. 4.3 Reimbursement Requests: For reimbursement requests the LPA will submit supporting documentation with each invoice. Supporting documentation is defined as verification of payment,certified time sheets or summaries,vendor invoices,vendor receipts,cost plus fix fee invoice, progress report, personnel and direct cost summaries,and other documentation supporting the requested reimbursement amount(Form BLR 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. 4.4 Financial Integrity Review and Evaluation(FIRE)program: LPA's and the STATE must justify continued federal funding on inactive projects.23 CFR 630.106(a)(5)defines an inactive project as a project which no expenditures have been charged against Federal funds for the past twelve(12)months.To keep projects active, invoicing must occur a minimum of one time within any given twelve(12)month period. However,to ensure adequate processing time, the first invoice shall be submitted to the STATE within six(6)months of the federal authorization date. Subsequent invoices will be submitted in intervals not to exceed six (6)months. 4.5 Final Invoice:The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation of all incurred costs, less previous payments, no later than twelve(12)months from the date of completion of work or from the date of the previous invoice,whichever occurs first. If a final invoice is not received within this time frame,the most recent invoice Page 4 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number [City of Elgin 24-00206-00-RS C9119724 J60Q(786) may be considered the final invoice and the obligation of the funds closed. Form BLR 05613(Engineering Payment Record)is required to be submitted with the final invoice for engineering projects. 4.6 Project Closeout:The LPA shall provide the final report to the appropriate STATE district office within twelve(12)months of the physical completion date of the project so that the report may be audited and approved for payment. If the deadline cannot be met,a written explanation must be provided to the district prior to the end of the twelve(12)months documenting the reason and the new anticipated date of completion. If the extended deadline is not met,this process must be repeated until the project is closed.Failure to follow this process may result In the immediate close-out of the project and loss of further funding. 4.7 Project End Date:The period of performance(end date)for state and federal obligation purposes is five(5)years for projects under$1,000,000 or seven(7)years for projects over$1,000,000 from the execution date of the agreement.Requests for time extensions and joint agreement amendments must be received and approved prior to expiration of the project end date. Failure to extend the end date may result in the immediate close-out of the project and loss of further funding. V. THE LPA AGREES 5.1 To acquire in its name,or in the name of the STATE if on the STATE highway system,all right-of-way necessary for this project in accordance with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,and established State policies and procedures. Prior to advertising for bids,the LPA shall certify to the STATE that all requirements of Titles II and III of said Uniform Act have been satisfied.The disposition of encroachments,if any, will be cooperatively determined by representatives of the LPA,the STATE,and the FHWA if required. 5.2 To provide for all utility adjustments and to regulate the use of the right-of-way of this improvement by utilities,public and private, in accordance with the current Utility Accommodation Policy for Local Public Agency Highway and Street Systems. 5.3 To provide on-site engineering supervision and inspection during construction of the proposed improvement. 5.4 To retain jurisdiction of the completed improvement unless specified otherwise by schedule(schedule should be accompanied by a location map). If the improvement location is currently under road district jurisdiction,a jurisdictional schedule is required. 5.5 To maintain or cause to be maintained the completed improvement(or that portion within its jurisdiction as established by schedule)in a manner satisfactory to the STATE and the FHWA. 5.6 To provide if required,for the improvement of any railroad-highway grade crossing and rail crossing protection within the limits of the proposed improvement. 5.7 To regulate parking and traffic in accordance with the approved project report. 5.8 To regulate encroachments on public rights-of-way in accordance with current Illinois Compiled Statutes. 5.9 To regulate the discharge of sanitary sewage into any storm water drainage system constructed with this improvement in accordance with the current Illinois Compiled Statutes. 5.10 For contracts awarded by the LPA,the LPA shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any USDOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts.The LPA's DBE program,as required by 49 CFR part 26 and as approved by USDOT,is incorporated by reference in this agreement. Upon notification to the recipient of its failure to carry out its approved program,the STATE 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.). In the absence of a USDOT-approved LPA DBE Program or on STATE awarded contracts,this agreement shall be administered under the provisions of the STATE'S USDOT approved Disadvantaged Business Enterprise Program. 5.12 That execution of this agreement constitutes the LPA's concurrence in the award of the construction contract to the responsible low bidder as determined by the STATE. VI. THE STATE AGREES 6.1 To provide such guidance,assistance,and supervision to monitor and perform audits to the extent necessary to assure validity of the LPA's certification of compliance with Title II and III Requirements. 6.2 To receive bids for construction of the proposed improvement when the plans have been approved by the STATE(and FHWA,if required)and to award a contract for construction of the proposed improvement after receipt of a satisfactory bid. 6.3 To provide all initial funding and payments to the contractor for construction work let by the STATE.The LPA will be invoiced for their share of contract costs per the method of payment selected under Method of Financing based on the Division of Costs shown on Schedule 2. Page 5 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) 6.4 For agreements with federal and/or state funds in local let/day labor construction, construction engineering, utility work and/or railroad work: a. To reimburse the LPA for federal and/or state share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payments by the LPA; b. To provide independent assurance sampling and furnish off-site material inspection and testing at sources normally visited by STATE inspectors for steel,cement,aggregate,structural steel,and other materials customarily tested by the STATE. SCHEDULES Additional information and/or stipulations are hereby attached and identified below as being a part of this agreement. ® 1. Division of Cost • 2. Location Map ® 3. Risk Assessment ® 4. Attestations ® 5. Resolution* *Appropriation and signature authority resolution must be in effect on, or prior to,the execution date of the agreement. Page 6 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) AGREEMENT SIGNATURES EXECUTION The LPA agrees to accept and comply with the applicable provision set forth in this agreement including attached schedules. APPROVED Local Public Agency Name of Official (Print or Type Name) Richard G. Kozel Title of Official City Manager Signature Date C The above signature certifies the agency's TIN number is 366005862 conducting business as a Governmental Entity. DUNS Number 010224772 UEI NX1VYN6MFXU9 APPROVED State of Illinois Department of Transportation Omer Osman, P.E., Secretary of Transportation Date By: George A. Tapas, P.E., S.E., Engineer of Local Roads&Streets __ Date Stephen M. Travia, P.E., Director of Highways PI/Chief Engineer Date Michael Prater, Chief Counsel Date Vicki Wilson, Chief Fiscal Officer Date NOTE: A resolution authorizing the local official (or their delegate)to execute this agreement and appropriation of local funds is required and attached as Schedule 5.The resolution must be approved prior to, or concurrently with,the execution of this agreement. If BLR 09110 or BLR 09120 are used to appropriate local matching funds, attach these forms to the signature authorization resolution. ® Please check this box to open a fillable Resolution form within this form. Page 7 of 11 BLR 05310C(Rev.05/09/24) SCHEDULE NUMBER 1 Local Public Agency County Section Number State Job Number Project Number City of Elgin Kane 24-00206-00-RS C-91-197-24 J60Q(786) DIVISION OF COST Federal Funds State Funds Local Public Agency _ Type of Work Fund Type Amount % Fund Type Amount % Fund Type Amount % Totals Participating Construction STU $894,413.00 Local $223,603.00 BAL $1,118,016.00 Construction Engineering STU $239,548.00 Local $59,887.00 BAL $299,435.00 Total $1,133,961.00 Total Total $283,490.00 $1,417,451.00 If funding is not a percentage of the total place an asterisk(')in the space provided for the percentage and explain below: *Maximum FHWA (STU) participation 80%, NTE $1,133,961 (Construction Engineering portion 80%, NTE $239,548) NOTE:The costs shown in the Division of Cost table are approximate and subject to change.The final LPA share is dependent on the final Federal and State participation.The actual costs will be used in the final division of cost for billing and reimbursement. METHOD OF FINANCING - (State-Let Contract Work Only) Check One Li METHOD A-Lump Sum(80%of LPA Obligation Lump Sum Payment-Upon award of the contract for this improvement,the LPA will pay the STATE within thirty(30)calendar days of billing,in lump sum,an amount equal to 80%of the LPA's estimated obligation incurred under this agreement.The LPA will pay to the STATE the remainder of the LPA's obligation (including any nonparticipating costs)in a lump sum within thirty(30)calendar days of billing in a lump sum, upon completion of the project based on final costs. D METHOD B- _ Monthly Payments of due by the of each successive month. Monthly Payments-Upon award of the contract for this improvement,the LPA will pay to the STATE a specified amount each month for an estimated period of months,or until 80%of the LPA's estimated obligation under the provisions of the agreement has been paid.The LPA will pay to the STATE the remainder of the LPA's obligation(including any nonparticipating costs)in a lump sum, upon completion of the project based upon final costs. ® METHOD C-LPA's Share Balance _ divided by estimated total cost multiplied by actual progress payment. Progress Payments-Upon receipt of the contractor's first and subsequent progressive bills for this improvement,the LPA will pay to the STATE within thirty(30)calendar days of receipt, an amount equal to the LPA's share of the construction cost divided by the estimated total cost multiplied by the actual payment(appropriately adjust for nonparticipating costs) made to the contractor until the entire obligation incurred under this agreement has been paid. Page 8 of 11 BLR 05310C(Rev.05/09/24) 0 i co r f { 0 / -_--1O. o .6lia408 -. i . - �1 I •- it 1 '..:4 a,:y uolsaMg_ ony uoisoM S 0 0- 9 o` rr_- _1_— O < _- n - - N �'�, Z tl, 1 L., J' 1 I 1 ,L i.1 ..I..-.(, i. Jt S - _A�Atl S • _— 7JrE ---. __ N ',lc. Tu ,.t _ .I�-I -.,. __. ,i '�;_I .L -_ C a '- - l 7 U'lP1ALS 1, .-1 • • any:;'aJ11V S 1 S A'I'rcd IRV�-' J _ a� r p: -1 CA nny PaJItV S O c_ I -o Li J ' o • - a. i _ 1 II 9l I t) tl' L a i = C0 , ,r3 a T .. .... _ m a`` ex U_III'i fl ' 1 . ?-',1,,0 . . r4 i1 - t ��� 1 �- U K. c' S. L -` 0 10 tasunS le �� I` - _ u _ , m n , illso liV� sn JrI _ I0`_ & , `u�LJI_t_a LnOi!'1' N ,., n r'-1�' •m ]�7Ctl .,�D��f oal ., I. [;o,".^.177]L1 G'., od ' en uos1P3 S - ,- - tl 1 1., ,L a;5 •S_r� LJ env U1ioM S. Ir _ _ - ,,,n 1dL 1 .ri✓ . - • ro •1 [I _L( f,[Cl1 S Commonwealth Ave ant,411tanuowuo3 S j 'r N CoCo T rr onw©3f r' . ' v▪ ti., x-r ' ,1 _ v _ '- 3n Marguerite St .1 � s 0 !1 (gym o ` CC o nl. '_❑ ; I < ---- - any.iolleit aAV R1a116W ' ,_i a in I - m cl) D J m 1 i ,- fir- _ .I _ _-,s n - - 19 e!Icpuen, S Union St S Union-St Union'St =_v i't$s 1 lS 4segCM y+o G, N SCHEDULE NUMBER 3 Local Public Agency Section Number County State Job Number Project Number [City of Elgin 24-00206_00-RS j Kane LRS Federal Funds RISK ASSESSMENT Risk Factor Description Definition of Scale(time frames are based on LPA fiscal year) Points Have there been any changes in key organizational staff or 0 points-no significant changes in the last 4 or more years; 1 point-minor changes, leadership,such as Fiscal and Administrative Management, but majority of key staff and officials have not changed in the last 4 years;2 points- 0 Transportation Related Program/Project Management,and/ significant key staff or elected leadership changes within the last 3 years;3 points- or Elected Officials? significant key staff and elected leadership changes within the last 3 years General History of What is the LPA's history with federal-aid funded 0 points-One or more federal-aid funded transportation projects initiated per year, 1 Performance transportation projects? point-At least one project initiated within the past three years; 2 points-AT least one 0 project initiated within the past 5 years; 3 points-None or more than 5 years Does LPA have qualified technical staff with experience 0 points-Full-time employee with experience designated as being in"responsible managing federal-aid funded transportations through IDOT? charge";1point-LPA has qualified technical staff,but will be utilizing an engineering consultant to manage day-to-day with LPA technical staff oversight;2 points-LPA has 0 no technical staff and all technical work will be completed by consultant, but LPA staff has prior experience with federal-aid projects; 3 points-LPA staff have no prior experience or technical expertise and relying solely on consultant Has the LPA been untimely in submitting invoicing,reporting 0 points-No; 1 point-Delays of 6 or more months;2 points-Delays of up to 1 year; on federal-aid projects as required in 2 CFR 200,and or 3 points- 1 year or more years of delay 0 audits as required? Are the annual financial statements prepared in accordance 0 points-yes; 3 points-no with Generally Accepted Accounting Principles or on a basis 0 acceptable by the regulatory agency? Financial Controls What is the LPA's accounting system? 0 points-Automated accounting software; 1 point-Spreadsheets; 2 points-paper 0 only;3_points-none Does the organization have written policies and procedures 0 points-yes;3 points-no regarding proper segregation of duties for fiscal activities that include but are not limited to:a)authorization of 0 transactions;b)recordkeeping for receipts and payments: and c)cash management? When was the last time a financial statement audit was 0 points-in the past year;1 point-in the past two years;2 pointts-in the past three 0 conducted? years; 3 points-4 years or more,or never What type of financial statement audit has the organization 0 points-Single Audit/Program Specific Audit in accordance with 2 CFR 200.501 or had conducted? Financial audit conducted in accordance with Generally Accepted Auditing Standards or Audits Generally Accepted Govemment Auditing Standards; 1 point-Financial review?: 2 0 points Other type?or no audit required;3 points-none Did the most recent audit disclose findings considered to be 0 points-no;3 points-yes,or no audits required 0 significant deficiencies or material weaknesses? Have the findings been resolved? 0 points-yes or no findings; 1 point-in progress;3 points-no 0 Summary of Risk District Review Signature&Date Central Office Review Signature&Date General History of Performance 0 Digitally signed by Fely Gregorio Digitally signed by Teresa Cline Financial Controls 0 Fely Greg o r i o Date:2024.08.01 13:32:28 Teresa Cline Date:2024.08.02 13:01:34 osbo -05ro0' Audits 0 - Total 0 Additional Requirements? ❑ Yes ® No Page 9 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) SCHEDULE NUMBER 4 Attestation on Single Audit Compliance 1. In the prior fiscal year,did City of Elgin expend more than$750,000 in federal funds in aggregate from all LPA federal sources? Z Yes ❑ No 2. Does the City of Elgin anticipate expending more than$750,000 in federal funds in aggregate from all LPA federal sources in the current City of Elgin fiscal year? ® Yes ❑ No LPA If answers to question 1 and 2 are no,please proceed to the signature section. If answer to question 1 is yes,please answer question 3a. If answer to question 2 is yes,please answer question 3b. 3. A single audit must be conducted in accordance with Subpart F of 2 CFR 200 if$750,000 or more in federal funds are expended in a single fiscal year. a. Has the City of Elgin performed a single audit for their previous fiscal year? LPA ® Yes ❑ No i. If yes, has the audit be filed with the Illinois Office of the Comptroller in accordance with 50 ILCS 310(see also 55 ILCS 5&65 ILCS 5&60 ILCS 1/80)? ® Yes ❑ No b. For the current fiscal year,does the City of Elgin intend to comply with Subpart F of 2 CFR 200? ® Yes ❑ No LPA By completing this attestation, I certify that I have authority to sign this attestation on behalf of the LPA;and that the foregoing information is correct and complete to the best of my knowledge and belief. Name Title LPA Mike Pubentz Public Services Director City of Elgin Signature&Date Mike Pubentz, Dig nlyysi ned by Mike P.E. Date:2024.07.29 15:52:31 -05'00' Page 10 of 11 BLR 05310C(Rev.05/09/24) Local Public Agency _ Section Number State Job Number Project Number City of Elgin 24-00206-00-RS C9119724 J60Q(786) SCHEDULE NUMBER 5 Resolution No. A Resolution for: Section Number 24-00206-00-RS State Job Number C-91-197-24 Project Number J60Q(786) WHEREAS,the of is proposing to WHEREAS,the above stated improvement will necessitate the use of funding provided through the Illinois Department of Transportation (IDOT);and signee WHEREAS,the use of these funds requires a joint funding agreement(AGREEMENT)with IDOT;and WHEREAS,the improvement requires matching funds;and NOW,THEREFORE, be it resolved by the Section 1:The hereby appropriates or as much as may be needed to match the required funding to complete the proposed improvement from and furthermore agree to pass a supplemental resolution if necessary to appropriate additional funds for completion of the project. Section 2:The is hereby authorized to execute an AGREEMENT with IDOT for the above-mentioned project. Section 3:This resolution will become Attachment 3 of the AGREEMENT. Section 4:The Clerk of is directed to transmit 2(two)copies of the AGREEMENT and Resolution to IDOT District Bureau of Local Roads and Streets. I, Clerk in and for said Name of Clerk Local Public Agency Type Local Public Agency Type of in the State aforesaid,and keeper of the records and files thereof,as provided by Name of Local Public Agency statute,do hereby certify the foregoing to be a true, perfect and complete original of a resolution adopted by of at a meeting held on Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of Day Month,Year (SEAL) Clerk Signature&Date Approved Regional Engineer Signature&Date Department of Transportation Page 11 of 11 BLR 05310C(Rev.05/09/24) 0 Illinois Department Local Public Agency of Transportation Engineering Services Agreement Agreement For Agreement Type Federal CE Original Using Federal Funds?❑x Yes ❑ No 9 LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number CITY OF ELGIN Kane 24-00206-00-RS C-91-197-24 Project Number Contact Name Phone Number Email J60Q(786) MIKE PUBENTZ, PE (847)931-5968 PUBENTZ_M@CITYOFELGIN.ORG SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number LILLIAN STREET 1149 FEET Location Termini Add Location WESTON AVENUE TO SOUTH STREET Remove Location SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number SOUTH STREET 2000 FEET Location Termini Acid Location LILLIAN STREET TO WALNUT AVENUE Remove Location SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number WALNUT AVENUE 630 FEET Location Termini Add Location SOUTH STREET TO WILCOX AVENUE Remove Location Project Description The work consists of removal and replacement of asphalt binder and surface course, pavement patching, pavement markings, sidewalk removal and replacement for accessible crosswalks, and all incidental and collateral work. Engineering Funding ❑x Federal ® MFT/TBP ❑ State ❑ Other Anticipated Construction Funding El Federal ® MFT/TBP ❑ State ❑ Other AGREEMENT FOR ❑ Phase I-Preliminary Engineering ❑ Phase ll-Design Engineering ❑x Phase III-Construction Engineering CONSULTANT Prime Consultant(Firm)Name Contact Name Phone Number Email Hampton, Lenzini & Renwick, Inc. RYAN LIVINGSTOJ (847) 697-6700 RLIVINGSTON@HLRENG.COM Address City State Zip Code 1707 N. RANDALL ROAD, SUITE 100 ELGIN IL 60123 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. Completed07/29/24 Page 1 of 10 BLR 05530(Rev.07/08/22) 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 AGREEMENT EXHIBITS The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: ❑x EXHIBIT A: Scope of Services ❑x EXHIBIT B: Project Schedule x❑ EXHIBIT C: Qualification Based Selection (QBS)Checklist x❑ EXHIBIT D: Cost Estimate of Consultant Services(CECS)Worksheet(BLR 05513 or BLR 05514 ) ® EXHIBIT E: Sub-consultant CECS 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 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. Cornpleted07/29/24 Page 2 of 10 BLR 05530(Rev.07/08/22) 1 1. 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: (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 ❑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 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. 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 51.000,000 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. 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 Completed07/29/24 Page 3 of 10 BLR 05530(Rev.07/08/22) soever 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 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 firrr 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 a Completed07/29i24 Page 4 of 10 BLR 05530(Rev.07/08/22) 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: (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 Hampton, Lenzini & Renwick, Inc. 36-2555986 $140,319.00 Subconsultants TIN/FEIN/SS Number Agreement Amount RUBINO ENGINEERING INC. 80-0450719 $18,970.00 Subconsultant Total $18,970.00 Completed 07/29/24 Page 5 of 10 BLR 05530(Rev.07/08/22) Prime Consultant Total $140,319.00 Total for all work $159,289.00 AGREEMENT SIGNATURES Local Public Agency Type Local Public Agency Attest: The City of CITY OF ELGIN By(Signature&Date) By(Si e&Date) QV/A/PA/1/04(f Ae?a/fA ' C114(0--00st Local Public Agency Local Public Agency Type Titley g Y 9 Y CITY OF ELGIN City Clerk (SEAL) t; ' fi*sje, '6'"Te. Executed by the ENGINEER: Prime Consultant(Firm)Name Attest: Hampton, Lenzini & Renwick, Inc. By(Signature&Date) By(Signature&Date) \ 4,,,,,, , i aArn M—MtiltAf\t•--(L—, Title Ey,c c.v.i�W-K. Title VICE PRESIDENT CORPORATE ` r-coG r{f-- Completed07/29/24 Page 6 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number CITY OF ELGIN Hampton, Lenzini & Renwick, Inc. Kane 24-00206-00-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 SEE ATTACHED SCOPE OF SERVICES "ATTACHMENT A" Completed07/29/24 Page 7 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number CITY OF ELGIN Hampton, Lenzini & Renwick, Inc. Kane 24-00206-00-RS EXHIBIT B PROJECT SCHEDULE NOVEMBER, 2024 - BID OPENING DECEMBER, 2024 - ANTICIPATED CITY COUNCIL AWARD OF CONSTRUCTION ENGINEERING SERVICES AGREEMENT AND CONSTRUCTION CONTRACT MAY, 2025 - ANTICIPATED PRE-CONSTRUCTION MEETING JUNE, 2025 - CONSTRUCTION START AUGUST, 2025 - CONSTRUCTION SUBSTANTIAL COMPLETION SEPTEMBER, 2025 - CONSTRUCTION FINAL COMPLETION NOVEMBER, 2025 -PROJECT CLOSEOUT Completed 07/29/24 Page 8 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number CITY OF ELGIN Hampton, Lenzini & Renwick, Inc. Kane 24-00206-00-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 clearly defined? ❑ x❑ 4 Was public notice given for this project? ❑ ❑x If yes Due date of submittal 05/28/24 Method(s)used for advertisement and dates of advertisement Website 510/24-5/28/24 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 ❑ Q debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ ❑x Project Criteria Weighting Technical Approach 20% Firm Experience 20% Specialized Expertise 10% Staff Capabilities 20% Past Performance 30% 8 Do the written QBS policies and procedures discuss the method of selection? I ❑l ❑x Selection committee(titles)for this project PUBLIC SERVICES DIRECTOR, CIVIL ENGINEER Top three consultants ranked for this project in order 1 HAMPTON, LENZINI & RENWICK, INC. 2 THOMAS ENGINEERING 3 V3 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ ❑x 10 Were negotiations for this project performed in accordance with federal requirements. ❑ x❑ 11 Were acceptable costs for this project verified? ❑ x❑ 12 Do the written QBS policies and procedures cover review and approving for payment,before forwarding the ❑ x❑ 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 ❑ 0 breaches to a contract,and resolution of disputes)? 14 QBS according to State requirements used? 0 ❑x 15 Existing relationship used in lieu of QBS process? Completed07/29/24 Page 9 of 10 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number CITY OF ELGIN Hampton, Lenzini & Renwick, Inc. Ilene 24-00206-00-RS 16 LPA is a home rule community(Exempt from QBS). ,1®I C Completed07/29/24 Page 10 of 10 BLR 05530(Rev.07/08/22) EXHIBIT A SCOPE OF SERVICES Hampton, Lenzini and Renwick, Inc. (HLR) is pleased to submit the following scope of service for the Lillian, South, Walnut Resurfacing and Sidewalk Improvements. It is understood that the following streets will be included in the resurfacing program: • Lillian Street from McLean Boulevard to South Street(-0.28 mi) • South Street from Lillian Street to Walnut Avenue (-0.38 mi) • Walnut Avenue from South Street to Wilcox Avenue(-0.11 mi) Total Improvement Length =0.77 miles Below is the proposed Scope of Services for the Lillian, South, Walnut Resurfacing and Sidewalk Improvements I. Contractor Document Submittals: HLR will review contractor submittals such as shop drawings or coordinate the review by IDOT as required and provide recommendations to the City on their approval or rejection. 2. Project Start: HLR will participate in the IDOT administered pre-construction meeting with the Contractor. HLR will coordinate the construction start with IDOT, Contractor(s), the City, local businesses/residents, and any other impacted stakeholders, which includes but is not limited to the coordination of the distribution of bilingual (English and Spanish) resident notification letters prior to the start of construction to make persons in areas impacted by construction aware of the upcoming work. The physical distribution of the notification letters will be performed or at a minimum coordinated by HLR depending on the terms of the contractor documents for the project. 3. Project Layout: HLR will layout the project limits and location of improvements prior to Contractor mobilization for all resurfacing limits, sidewalk replacement, and curb and gutter replacement. 4. Construction Observation: HLR's Resident Engineer will monitor all work being done to ensure construction is completed according to the intent of the plans and project specifications. Since the construction schedule is solely outside of HLR's control, timeframe represented in this agreement are based on the best available information. At this time, HLR estimates that from the beginning of construction to completion will be 12 weeks. For purposes in this agreement Full Time is considered to be no more than 40 hours per week. For purposes of this Contract, we have accounted for 5 hours of overtime per week for the Resident Engineer/Technician. Based on the level of on-site construction engineering desired by the Client, increases to the duration of construction or increases to staffing required to observe contactor operations will constitute additional work. HLR will notify the Client when the contractor is behind schedule since this could cause the need for additional work, not anticipated by the agreement. EXHIBIT A SCOPE OF SERVICES a. Staffing: Based on anticipated construction activities and the anticipated contractor schedule, HLR will provide the following personnel: i. Resident Engineer/Technician —Full Time 1. 40 Hours Per Week at standard rates 2. 5 Hours per Week at 1.5x standard rates ii. Project Manager—Part Time 1. 8 Hours Per Week at standard rates b. Materials Testing: HLR will coordinate materials testing services with a subconsultant and review all testing reports. c. Materials Inspection: HLR will collect all material documentation and review to ensure compliance. d. Documentation: HLR will complete all necessary documentation on a daily basis, which includes daily construction summary emails to the City. HLR will complete and submit all necessary documentation as required by IDOT. e. Weekly Reports: HLR will prepare and distribute weekly reports consisting of the week's work and any anticipated change in project schedule. This will be distributed via email to the City and posted on Elgin's 311 Construction Command page. f. Contractor Coordination: HLR will coordinate and conduct construction progress meetings on a weekly basis throughout the course of construction, or as needed as determined by the IDOT. g. Contractor/Sub-consultant Submittals: HLR will review and coordinate the submittal of all subcontractor documentation. h. Resident Coordination: HLR will update Elgin's 311 Construction Command page daily with project status. HLR will coordinate with all residents as necessary through the project. Particular attention will be given to residents with mobility issues. 5. Project Close-out: HLR will ensure the project is closed out in a timely manner and construction is 100%complete. a. Punch-list: HLR will prepare the final punch list with City staff, submit to the contractor, and ensure timely completion of remaining items. b. As-Builts: HLR will prepare any necessary as-built drawings. c. Final Documentation: HLR will prepare and submit all necessary project closeout documentation to IDOT. Follow-Up: HLR will follow up with the City to ensure the project has closed out successfully and confirm our services are fully completed under the current agreement. EXHIBIT D 6 Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Prime Consultant (Firm) Name Prepared By Date HAMPTON, LENZINI AND RENWICK, INC. RYAN LIVINGSTON 7/29/2024 Consultant/ Subconsultant Name Job Number HAMPTON, LENZINI AND RENWICK, INC. C-91-197-24 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 6 MONTHS OVERHEAD RATE 169.18% START DATE 6/1/2025 COMPLEXITY FACTOR RAISE DATE 1/6/2025 %OF RAISE 2.00% END DATE 11/30/2025 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 6/1/2025 1/6/2025 -5 -83.33% 1 1/7/2025 12/6/2025 11 187.00% The total escalation = 3.67% BLR 05514(Rev.02/09/23) Printed 7/29/2024 3:02 PM ESCALATION Page 1 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant I Subconsultant Name Job Number HAMPTON, LENZINI AND RENWICK, INC. C-91-197-24 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 3.67% !DOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE 'PRINCIPAL $89.50 $86.00 ENGINEER 6 $76.50 $79.31 ENGINEER 5 $65.36 $67.76 ENGINEER 4 $58.59 $60.74 ENGINEER 3 $46 50 $48.21 ENGINEER 2 $36.75 $38.10 ENGINEER 1 $34.17 $35.42 STRUCTURAL 2 $77.00 S79.82 STRUCTURAL 1 $62.00 $64.27 TECHNICIAN 3 $51.20 S53.08 TECHNICIAN 2 S39.10 $40.53 TECHNICIAN 1 $30.43 S31.55 INTERN/TEMPORARY $20.00 $20.73 LAND ACQUISITION $59.00 $61.16 SURVEY 2 $55.00 $57.02 SURVEY 1 $29.00 _$30 06 ENVIRONMENTAL 3 $56.50 $58.57 ENVIRONMENTAL 2 $39.40 $40.84 ENVIRONMENTAL 1 $26.33 $27.30 ADMINISTRATION 2 $53.63 $55.60 ADMINISTRATION 1 $30.80 $31.93 BLR 05514 (Rev. 02/09/23) Printed 7/29/2024 3:02 PM RATES Page 2 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant/Subconsultant Name Job Number HAMPTON, LENZINI AND RENWICK, INC. C-91-197-24 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET Contribution to Prime NAME Direct Labor Total Consultant RUBINO ENGINEERING 4,769.00 476.90 Total 4,769.00 476.90 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) Pnnted 7/29/2024 3•02 PM SUBS Page 3 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant/Subconsultant Name Job Number HAMPTON.LENZINI AND RENWICK.INC C-91-197-24 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 (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) $0.00 Lodging Taxes and Fees Actual Cost SO 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 SO 00 Vehicle Rental Actual Cost(Up to$55/day) SO 00 Tolls Actual Cost $0.00 Parking Actual Cost $0.00 Overtime Premium portion(Submit supporting documentation) 60 $18 38 $1,102.50 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) S0.00 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 50.00 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) S0.00 Advertisements Actual Cost(Submit supporting documentation) S0.00 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 S0.00 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) SO 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) S0.00 $0 00 $0.00 $0.00 $0.00 DLR O:f 1♦(IL..02 09/23) Printed 7/29/2024 3 02 PM TOTAL DIRECT COSTS: $1,1o2? CT f,OSTS Paga4.cti3 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant/ Subconsultant Name Job Number HAMPTON, LENZINI AND RENWICK, INC. C-91-197-24 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 169.18% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD&FRINGE SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL BENEFITS FIXED FEE OTHERS TOTAL TOTAL PRECONSTRUCTION 84 4,551 7,700 1,502 13.753 8.63% CONSTRUCTION INSPECTION 1,103 689 31,412 53,142 10,366 94,920 59.59% CONSTRUCTION MATERIAL TESTING - - - 18.970 18,970 11.91% POST CONSTRUCTION 184 9.950 16,833 3.283 30,066 18.88% Subconsultant DL $476.90 0 30% Direct Costs Total==_> $1.102.50 $1,102.50 0.69% TOTALS 9571 45.913 I 77.675 I 15.151 I 18.970 159.289 100.00% 123.588 BLR 05514(Rev. 02/09/23) Printed 7/29/2024 3:02 PM COST EST Page 5 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number HAMPTON. LENZINI AND RENWICK. INC. C-91-197-24 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 1 CONSTRUCTION CONSTRUCTION PAYROLL AVG TOTAL PROJ.RATES PRECONSTRUCTION INSPECTION MATERIAL TESTING POST CONSTRUCTION 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 86 00 0 0 ENGINEER 6 79.31 25 0 2.61% 2 07 4 4 76% 3 78 13 1 89% 1 50 8 4.35% 3.45 ENGINEER 5 67.76 284.0 29 68% 20 11 40 47 62% 32 27 156 22.64% 15 34 88 47 83% 32 41 ENGINEER 4 60.74 0 0 ENGINEER 3 48.21 0 0 ENGINEER 2 38.10 648.0 67 71% 25 80 40 47 62% 18 14 520 75 47% 28 75 88 47 831>a 18 22 ENGINEER 1 35 42 0 0 STRUCTURAL 2 79 82 0 0 STRUCTURAL 1 64 27 0 0 TECHNICIAN 3 53 08 0.0 TECHNICIAN 2 40 53 0 0 TECHNICIAN 1 31 55 0.0 INTERN/TEMPORARY 20 73 0.0 LAND ACQUISITION 61.16 0.0 SURVEY 2 57.02 0.0 SURVEY 1 30 06 0 0 ENVIRONMENTAL 3 58.57 0 0 ENVIRONMENTAL 2 40.84 0 0 ENVIRONMENTAL 1 27 30 0 0 ADMINISTRATION 2 55 60 0 0 ADMINISTRATION 1 31 93 0 0 0.0 00 __ 0.0 _ _ 00 0.0 00 TOTALS 957 0 100% $47 98 84 0 100.00% S54 18 689 0 100% S45 59 0 0 0% SO 00 184 0 100% $54 07 0.0 0°4 SO 00 Printed 7/29/2024 3:02 PM BLR 05514 (Rev. 02/09/23) Page 6 of 13 AVG 1 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number HAMPTON, LENZINI AND RENWICK, INC. C-91-197-24 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 1 PAYROLL AVG 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 86 00 ENGINEER 6 79 31 ENGINEER 5 67 76 ENGINEER 4 60.74 ENGINEER 3 48 21 ENGINEER 2 38 10 ENGINEER 1 35 42 STRUCTURAL 2 79 82 STRUCTURAL 1 64 27 TECHNICIAN 3 53 08 TECHNICIAN 2 40-53 TECHNICIAN 1 31-55 INTERN/TEMPORARY 20.73 LAND ACQUISITION 61 16 SURVEY 2 57 02 SURVEY 1 30 06 ENVIRONMENTAL 3 58 57 ENVIRONMENTAL 2 40 84 ENVIRONMENTAL 1 27 30 ADMINISTRATION 2 55 60 ADMINISTRATION 1 31.93 TOTALS 0 0 0% SO 00 0.0 0% SO 00 0 0 0% $0 00 0 0 0% $0 00 0 0 0% $0.00 0 0 0% 50.00 Printed 7/29/2024 3:02 PM BLR 05514 (Rev. 02/09/23) Page 7 of 13 AVG 2 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number HAMPTON, LENZINI AND RENWICK. INC. AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 3 OF 1 PAYROLL AVG 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 86.00 ENGINEER 6 79 31 ENGINEER 5 67 76 ENGINEER 4 60 74 ENGINEER 3 48 21 ENGINEER 2 38.10 ENGINEER 1 35.42 STRUCTURAL 2 79.82 STRUCTURAL 1 64 27 TECHNICIAN 3 53 08 TECHNICIAN 2 40 53 TECHNICIAN 1 31 55 INTERN/TEMPORARY 20 73 LAND ACQUISITION 61 16 SURVEY 2 57 02 SURVEY 1 30 06 ENVIRONMENTAL 3 58.57 ENVIRONMENTAL 2 40.84 ENVIRONMENTAL 1 27.30 ADMINISTRATION 2 55 60 ADMINISTRATION 1 31 93 TOTALS 0 0 0% SO 00 0.0 0% $0 00 0 0 0% $0.00 0 0 0% $0 00 0.0 0% SO 00 0 0 0% SO.00 BLR 05514 (Rev. 02/09/23) Printed 7/29/2024 3:02 PM AVG 3 Page 8 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number HAMPTON. LENZINI AND RENWICK. INC. AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 4 OF 1 PAYROLL AVG 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 86.00 ENGINEER 6 79.31 ENGINEER 5 67.76 ENGINEER 4 60.74 ENGINEER 3 48.21 ENGINEER 2 38 10 ENGINEER 1 35.42 STRUCTURAL 2 79.82 STRUCTURAL 1 64.27 TECHNICIAN 3 53.08 TECHNICIAN 2 40.53 TECHNICIAN 1 31.55 INTERN/TEMPORARY 20.73 LAND ACQUISITION 61.16 SURVEY 2 57.02 SURVEY 1 30.06 ENVIRONMENTAL 3 58.57 ENVIRONMENTAL 2 40.84 ENVIRONMENTAL 1 27.30 ADMINISTRATION 2 55-60 ADMINISTRATION 1 31.93 TOTALS 0 0 0 S0.00 0 0 0`- S0 00 0 0 0-- SO 00 0 0 0-:_ S0.00 0-0 0 S0.00 0.0 0% 50,00 Printed 7/29/2024 3:02 PM BLR 05514 (Rev. 02/09/23) Page 9 of 13 AVG 4 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number HAMPTON, LENZINI AND RENWICK. INC. AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 5 OF 1 PAYROLL AVG 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 86.00 ENGINEER 6 79 31 ENGINEER 5 67.76 ENGINEER 4 60.74 ENGINEER 3 48.21 ENGINEER 2 38.10 ENGINEER 1 35 42 STRUCTURAL 2 79 82 STRUCTURAL 1 64 27 TECHNICIAN 3 53 08 TECHNICIAN 2 40 53 TECHNICIAN 1 31.55 INTERN/TEMPORARY 20 73 LAND ACQUISITION 61.16 SURVEY 2 57 02 SURVEY 1 30 06 ENVIRONMENTAL 3 58 57 ENVIRONMENTAL 2 40.84 ENVIRONMENTAL 1 27.30 ADMINISTRATION 2 55.60 ADMINISTRATION 1 31 93 TOTALS 0 0 0°/ SO 00 0 0 0% SO 00 0 0 0% S0 00 0 0 0% S0 00 0 0 0% SO 00 0 0 0% SO.00 BLR 05514 (Rev. 02/09/23) Printed 7/29/2024 3:02 PM AVG 5 Page 10 of 13 Instructions for BLR 05514 Form instructions are not to be submitted with the form EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET FIXED RAISE This form shall be used as and exhibit with BLR 05530,Local Public Agency Engineering Services Agreement,when Cost Plus Fixed is selected as the method of compensation with the raise date selected by the user. For more information, refer to the Bureau of Local Roads and Streets Manual(BLRS)Chapter 5. Fields completed on one tab that are required on other tabs are automatically populated based on the entry on the first tab ESCALATION TAB Local Public Agency Insert the name of the Local Public Agency(LPA) County Insert the county name in which the LPA is located Section Number Insert the section number associated with this project Prime Consultant(Firm)Name Insert the name of the prime consultant for this agreement Prepared By Insert the name of the person who prepared this document. Date Insert the date the document was prepared. Consultant/Subconsultant Name Insert the name of the consultant or subconsultant exhibit is for This is the name that will be displayed at the top of all the other sheets. Job Number Insert the job number(s)for associated with this project Remarks Insert remarks and/or comments associated with this project or associated Payroll Escalation Table Contract Term Insert the contract term in months Overhead Rate Insert the IDOT approved overhead rate in place at the time of this agreement. Start Date Insert the start date of this agreement. Complexity Factor Insert the complexity factor assigned to this project A complexity factor is assigned to the project,not to the LPA Raise Date Insert the initial raise date %of Raise No entry necessary,this is set at two percent. End Date No entry necessary,this field is automatically calculated based on the start date and contract term. Escalation Per Year No entry necessary,all fields are automatically calculated based on contract term,start date,and rase date RATES TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entnes on the Escalation Tab Section Number This field is automatically completed based on entries on the Escalation Tab Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab Maximum Payroll Rate This is the maximum payroll rate allowable on this agreement. Escalation Factor This field is automatically completed based on entries on the Escalation Tab Classification List each payroll classification who will work on this project,on a separate line IDOT Payroll Rates on File Enter the IDOT approved rate for the classification listed to the left Calculated Rate No entry necessary,this field is automatically completed based on the approved rate times the escalation factor SUBS TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entnes on the Escalation Tab Section Number This field is automatically completed based on entries on the Escalation Tab. Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab. Name List subconsultants that will be used on this project,using a separate line Printed 7/29/2024 3.02 PM BLR 05514(Rev 02/09/23) Page 11 of 13 INSTRUCTIONS Instructions for BLR 05514 Form instructions are not to be submitted with the form for each Direct Labor Total Insert the direct labor for the consultant listed to the left Contribution to Prime Consultant No entry necessary,this field is automatically completed It is the Direct Labor Total times 10% DIRECT COSTS TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entries on the Escalation Tab. Section Number This field is automatically completed based on entnes on the Escalation Tab. Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab. Job Number This field is automatically completed based on entries on the Escalation Tab. Item&Allowable 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 Quanity&Contract Rate Enter Quantity AND Contract Rate. Total is automatically calculated. COST EST TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entries on the Escalation Tab Section Number This field is automatically completed based on entries on the Escalation Tab Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab Overhead Rate This field is automatically completed based on entries on the Escalation Tab Complexity Factor This field is automatically completed based on entries on the Escalation Tab Task Insert the tasks required for this project,use a separate line for each task Staff hours No entry necessary,this is automatically completed based on entries under the AVG tabs for each task It will be the total hours for all payroll classifications for the task listed to the left Payroll No entry necessary,this is automatically completed based on entries under the AVG tabs for each task. It will be the total payroll for the task listed to the left Overhead&Fnnge Benefits No entry necessary,this is automatically completed based on payroll listed to the left times the overhead rate. Direct Costs Insert the amount of direct costs for the task listed to the left Fixed Fee No entry necessary,this is automatically completed based the lessor of minimum of the payroll plus the overhead and fringe benefits times fifteen percent,or 0 33 plus the complexity factor times Services by Others Insert the amount of services by others for the task listed to the left Total No entry necessary,this is the total of the payroll,overhead&fringe benefits, direct costs,fixed fee and services by others %of Grand Total No entry necessary,this is the%of the grand total for the task listed to the left Subconsultant DL This field is automatically completed based on the information completed on the SUB tab Totals Totals fields are automatically completed based on the entnes in the column above AVG 1-AVG 5 TABs Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entnes on the Escalation Tab Section Number This field is automatically completed based on entries on the Escalation Tab Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab Payroll Classification This field is automatically completed based on entries on the Rates Tab Avg Hourly Rates This field is automatically completed based on entries on the Rates Tab for the classification listed to the left,no payroll classification listed to the left. Total Project Rates: Hours This is the total hours based on entries under each task for the payroll Pnnted 7/29/2024 3:02 PM BLR 05514(Rev.02/09/23) Page 12 of 13 INSTRUCTIONS Instructions for BLR 05514 Form instructions are not to be submitted with the form entry is necessary %Part No entry is necessary,this is the percent of participation for the payroll classification listed to the left of the total project Wgtd Avg No entry is necessary,this is the weighted average for the payroll classification listed to the left Task Each task will automatically be completed based on task entries on the COST EST tab Hours Enter the number of hours the payroll classification listed to the left will perform for the task listed above %Part. No entry necessary,this is the percent of participation for the payroll classification listed to the left for the task listed above Wgtd Avg No entry necessary.this is the weighted average for the payroll classification listed to the left for the task above Totals No entry necessary.this is the sum of the column above Printed 7f29/2024 3.02 PM BLR 05514(Rev 02/09/23) Page 13 of 13 INSTRUCTIONS EXHIBIT D 'T Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Prime Consultant(Firm) Name Prepared By Date HAMPTON, LENZINI AND RENWICK, INC. MICHELLE LIPINSKI 7/29/2024 Consultant/ Subconsultant Name Job Number RUBINO ENGINEERING C-91-197-24 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 6 MONTHS OVERHEAD RATE 176.27% START DATE 6/1/2025 COMPLEXITY FACTOR RAISE DATE 3/1/2025 %OF RAISE 2.00% END DATE 11/30/2025 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 6/1/2025 3/1/2025 -3 -50.00% 1 3/2/2025 12/1/2025 9 153.00% The total escalation = 3.00% BLR 05514(Rev 02/09/23) Printed 7/29/2024 3:02 PM ESCALATION Page 1 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant/ Subconsultant Name Job Number RUBINO ENGINEERING C-91-197-24 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 3.00% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE PRINCIPAL $74.00 $76.22 MATERIAL TESTER 1 &2 $44.04 $45.36 PROJECT MANAGER/ENGINEER $50.22 $51.73 STAFF ENGINEER/GEOLOGIST/SOIL SCIENTIST $37.07 $38.18 LABORATORY STAFF $32.00 $32.96 BLR 05514(Rev 02/09/23) Printed 7/29/2024 3.02 PM RATES Page 2 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant I Subconsultant Name Job Number RUBINO ENGINEERING C-91-197-24 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 02/09/23) Printed 7/29/2024 3:02 PM SUBS Page 3 of 13 Local Public Agency County Section Number (CITY OF ELGIN KANE 24-00206-00-RS Consultant I Subconsultant Name Job Number RUBINO ENGINEERING C-91-197-24 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 SO 00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Air Fare Coach rate,actual cost,requires minimum two weeks' SO 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 8 $65.00 $520 00 Vehicle Rental Actual Cost(Up to$55/day) $0.00 Tolls Actual Cost S0.00 Parking Actual Cost $0.00 Overtime Premium portion(Submit supporting documentation) $0.00 Shift Differential Actual Cost(Based on firms 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) S0.00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost S0.00 Monuments(Permanent) Actual Cost $0.00 Photo Processing Actual Cost S0.00 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) S0.00 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 S0.00 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 2 $112.00 $224 00 Lab Services Actual Cost(Provide breakdown of each cost) 7 $349.00 S2,443.00 Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Nuclear Gauge INHOUSE DIRECT COST 2 $50.00 $100 00 Standard Proctor INHOUSE DIRECT COST 1 $267 00 $267.00 Cylinders INHOUSE DIRECT COST 20 $19.50 S390 00 Hydrometer+Atterberg Limit+Moisture Content INHOUSE DIRECT COST 1 $275.90 S275.90 DLR 0:l14 frt... 02 09/23) Printe d 7/29/2024 3.02 PM TOTAL DIRECT COSTS: $4,211A CT COSTS Page Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant/ Subconsultant Name Job Number RUBINO ENGINEERING C-91-197-24 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 176.27% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD&FRINGE SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL BENEFITS FIXED FEE OTHERS TOTAL TOTAL Material Tester 1 &2 4,220 104 4,769 8.407 1.574 14,750 77 75% Subconsultant DL $0.00 Direct Costs Total===> $4.219.90 $4,219.90 22.25% TOTALS 1041 4.769 I 8.407 I 1.574 I - 18,970 100.00% 13,176 BLR 05514(Rev. 02/09/23) Printed 7/29/2024 3:02 PM COST EST Page 5 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant/ Subconsultant Name Job Number RUBINO ENGINEERING C-91-197-24 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ.RATES Material Tester 1&2 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 76.22 2 0 1 92% 1.47 2 1 92% 1.47 MATERIAL TESTER 1&2 45.36 80.0 76.92% 34.89 80 76 92% 34 89 PROJECT MANAGER/ENGINEER 51.73 14 0 13.46% 6.96 14 13 46% 6 96 STAFF ENGINEER/GEOLOGIST/SOIL SCIENTIST 38 18 0 0 LABORATORY STAFF 32.96 8 0 7.69% 2.54 8 7 69% 2.54 00 00 00 00 00 00 00 00 0.0 00 00 0.0 0.0 00 00 0.0 0.0 00 0.0 0.0 0.0 00 TOTALS 104.0 100% $45 86 104 0 100 00% $45 86_ 0 0 0^/. 50.00 0 0 0':. 50 00 0.0 0"/, S0.00 0 0 0 0 $0.00 Printed 7/29/2024 3 02 PM BLR 05514(Rev.02/09/23) Page 6 of 13 AVG 1 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number RUBINO ENGINEERING C-91-197-24 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 1 PAYROLL AVG 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 76 22 MATERIAL TESTER 1 &2 45 36 PROJECT MANAGER/ENG 5173 STAFF ENGINEER/GEOLO 38 18 LABORATORY STAFF 32.96 TOTALS 0 0 0% $0 00 0 0 0% $0 00 0 0 0% SO 00 0 0 0% SO 00 0 0 0% SO 00 0 0 0% $0.00 Printed 7/29/2024 3:02 PM BLR 05514 (Rev. 02/09/23) Page7of13 AVG2 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number RUBINO ENGINEERING AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 3 OF 1 PAYROLL AVG 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 76 22 MATERIAL TESTER 1 &2 45.36 PROJECT MANAGER/ENG 51.73 STAFF ENGINEER/GEOLO 38 18 LABORATORY STAFF 32 96 • TOTALS 0 0 0% SO 00 0 0 0% S0 00 0 0 0% S0 00 0 0 0% S0 00 0 0 0% S0 00 0 0 0% SO.00 BLR 05514(Rev. 02/09/23) Printed 7/29/2024 3:02 PM AVG 3 Page 8 of 13 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number RUBINO ENGINEERING AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 4 OF 1 PAYROLL AVG 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 76.22 MATERIAL TESTER 1 &2 45.36 PROJECT MANAGER/EN(' 51.73 STAFF ENGINEER/GEOL( 38.18 LABORATORY STAFF 32.96 TOTALS 0.0 0% SO 00 0.0 0% SO 00 0.0 0 S0 00 0 0 0% SO 00 0.0 0% S0.00 0.0 0% SO 00 Printed 7/29/2024 3:02 PM BLR 05514 (Rev. 02/09/23) Page 9 of 13 AVG 4 Local Public Agency County Section Number CITY OF ELGIN KANE 24-00206-00-RS Consultant / Subconsultant Name Job Number RUBINO ENGINEERING AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 5 OF 1 PAYROLL AVG 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 76 22 MATERIAL TESTER 1 &2 45 36 PROJECT MANAGER/ENGIP 51 73 STAFF ENGINEER/GEOLOC 38 18 LABORATORY STAFF 32.96 TOTALS 0 0 0% S0 00 0 0 0% SO 00 0 0 0°i° SO 00 0 0 0°%o SO 00 0 0 Cr- SO 00 0 0 0% S0 00 BLR 05514 (Rev. 02/09/23) Printed 7/29/2024 3:02 PM AVG 5 Page 10 of 13 Instructions for BLR 05514 Form instructions are not to be submitted with the form EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET FIXED RAISE This form shall be used as and exhibit with BLR 05530,Local Public Agency Engineering Services Agreement,when Cost Plus Fixed is selected as the method of compensation with the raise date selected by the user For more information, refer to the Bureau of Local Roads and Streets Manual(BLRS)Chapter 5 Fields completed on one tab that are required on other tabs are automatically populated based on the entry on the first tab. ESCALATION TAB Local Public Agency Insert the name of the Local Public Agency(LPA). County Insert the county name in which the LPA is located. Section Number Insert the section number associated with this project Prime Consultant(Firm)Name Insert the name of the prime consultant for this agreement Prepared By Insert the name of the person who prepared this document Date Insert the date the document was prepared Consultant/Subconsultant Name Insert the name of the consultant or subconsultant exhibit is for. This is the name that will be displayed at the top of all the other sheets Job Number Insert the job number(s)for associated with this project. Remarks Insert remarks and/or comments associated with this project or associated Payroll Escalation Table Contract Term Insert the contract term in months Overhead Rate Insert the IDOT approved overhead rate in place at the time of this agreement Start Date Insert the start date of this agreement Complexity Factor Insert the complexity factor assigned to this project A complexity factor is assigned to the project,not to the LPA Raise Date Insert the initial raise date %of Raise No entry necessary,this is set at two percent End Date No entry necessary,this field is automatically calculated based on the start date and contract term Escalation Per Year No entry necessary,all fields are automatically calculated based on contract term,start date,and raise date. RATES TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entries on the Escalation Tab Section Number This field is automatically completed based on entnes on the Escalation Tab. Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab Maximum Payroll Rate This is the maximum payroll rate allowable on this agreement Escalation Factor This field is automatically completed based on entries on the Escalation Tab. Classification List each payroll classification who will work on this project,on a separate line IDOT Payroll Rates on File Enter the IDOT approved rate for the classification listed to the left Calculated Rate No entry necessary,this field is automatically completed based on the approved rate times the escalation factor SUBS TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entries on the Escalation Tab Section Number This field is automatically completed based on entries on the Escalation Tab. Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab Name List subconsultants that will be used on this project,using a separate line Pnnted 7/29/2024 3 02 PM BLR 05514(Rev.02/09/23) Page 11 of 13 INSTRUCTIONS Instructions for BLR 05514 Form instructions are not to be submitted with the form for each Direct Labor Total Insert the direct labor for the consultant listed to the left. Contribution to Prime Consultant No entry necessary,this field is automatically completed. It is the Direct Labor Total times 10% DIRECT COSTS TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entnes on the Escalation Tab Section Number This field is automatically completed based on entries on the Escalation Tab Consultant/Subconsultant Name This field is automatically completed based on entnes on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab Item&Allowable 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 Quanity&Contract Rate Enter Quantity AND Contract Rate. Total is automatically calculated COST EST TAB Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entries on the Escalation Tab. Section Number This field is automatically completed based on entnes on the Escalation Tab Consultant/Subconsuttant Name This field is automatically completed based on entnes on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab Overhead Rate This field is automatically completed based on entries on the Escalation Tab Complexity Factor This field is automatically completed based on entries on the Escalation Tab. Task Insert the tasks required for this project,use a separate line for each task Staff hours No entry necessary,this is automatically completed based on entries under the AVG tabs for each task It will be the total hours for all payroll classifications for the task listed to the left. Payroll No entry necessary,this is automatically completed based on entries under the AVG tabs for each task It will be the total payroll for the task listed to the left Overhead&Fnnge Benefits No entry necessary,this is automatically completed based on payroll listed to the left times the overhead rate Direct Costs Insert the amount of direct costs for the task listed to the left. Fixed Fee No entry necessary,this is automatically completed based the lessor of minimum of the payroll plus the overhead and fringe benefits times fifteen percent,or 0 33 plus the complexity factor times Services by Others Insert the amount of services by others for the task listed to the left Total No entry necessary,this is the total of the payroll,overhead&fringe benefits, direct costs,fixed fee and services by others %of Grand Total No entry necessary,this is the%of the grand total for the task listed to the left. Subconsultant DL This field is automatically completed based on the information completed on the SUB tab Totals Totals fields are automatically completed based on the entnes in the column above. AVG 1 -AVG 5 TABs Local Public Agency This field is automatically completed based on entries on the Escalation Tab County This field is automatically completed based on entries on the Escalation Tab Section Number This field is automatically completed based on entries on the Escalation Tab Consultant/Subconsultant Name This field is automatically completed based on entries on the Escalation Tab Job Number This field is automatically completed based on entries on the Escalation Tab. Payroll Classification This field is automatically completed based on entries on the Rates Tab Avg Hourly Rates This field is automatically completed based on entries on the Rates Tab for the classification listed to the left,no payroll classification listed to the left Total Project Rates Hours This is the total hours based on entries under each task for the payroll Pnnted 7/29/2024 3.02 PM BLR 05514(Rev 02/09/23) Page 12 of 13 INSTRUCTIONS Instructions for BLR 05514 Form instructions are not tc be submitted with the form entry is necessary Part No entry is necessary.this is the percent of participation for the payroll classification listed to the left,of the total project Wgtd Avg No entry is necessary,this is the weighted average for the payroll classification listed to the left. Task Each task will automatically be completed based on task entries on the COST EST tab. Hours Enter the number of hours the payroll classification listed to the left will pertorm for the task listed above. go Part No entry necessary,this is the percent of participation for the payroll classification listed to the left for the task listed above Wgtd Avg No entry necessary.this is the weighted average for the payroll classification listed to the left for the task above Totals No entry necessary,this is the sum of the column above Printed 7/29'2024 3:02 PM BLR 05514(Rev 02/09/23) Page 13 of 13 INSTRUCTIONS