HomeMy WebLinkAbout24-94 Resolution No. 24-94
RESOLUTION
AUTHORIZING EXECUTION OF A LOCAL PUBLIC AGENCY ENGINEERING
SERVICES AGREEMENT WITH BRAVO COMPANY ENGINEERING FOR
CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE U.S. ROUTE
20 AND REINKING ROAD ROUNDABOUT PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute a Local Public Agency Engineering Services Agreement
on behalf of the City of Elgin with Bravo Company Engineering, for construction engineering
services in connection with the U.S. Route 20 and Reinking Road roundabout project, a copy of
which is attached hereto and made a part hereof by reference.
s/ David J. Kaptain
David J. Kaptain, Mayor
Presented: April 10, 2024
Adopted: April 10, 2024
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
Illinois Department of Transportation
Office of Highways Project Implementation/Bureau of Local Roads &Streets
2300 South Dirksen Parkway/Room 205/Springfield, Ilinois/62764
December 16, 2024
Ms. Kimberly Dewis
City Clerk
150 Dexter Court
Elgin, Illinois 60120
Subject: City: Elgin
Section: 19-00187-00-CH
Project: JNMM(535)
Job: C-91-242-22
Construction Engineering Agreement
Consultant: Bravo Company Engineering, Inc.
$385,276.00 (Federal Amount $175,125)
Dear Ms. Dewis:
The department approved the subject agreement on May 9, 2024.
A copy is enclosed. The city may authorize the consultant to proceed with the
engineering work.
Please contact Debbie Jarvis (Debbie.Jarvis@illinois.gov) if you have any
questions.
Sincerely,
J44----
Gregory S. Lupton, P.E.
Acting Engineer of Local Roads and Streets
Enclosure
cc: David J. Kaptain, Mayor
Jose Rios Region 1 Attn: Chad Riddle - District 1
Attn: Project Control
DOT.BLRSFiscalControl@illinois.gov
Bravo Company Engineering, Inc.
•
Ilinois Department Local Public Agency
of Transportation Engineering Services Agreement
Agreement For Agreement Type
Federal CE Original
Using Federal Funds?® Yes ❑ No 9
LOCAL PUBLIC AGENCY
Local Public Agency County Section Number Job Number
City of Elgin Kane I19-00187-00-CH C-91-242-22
Project Number Contact Name Phone Number Email
JNMM(535) Mike Pubentz, P.E. (847) 931-5968 pubentz_m@cityofelgin.org
SECTION PROVISIONS
Local Street/Road Name Key Route Length Structure Number
US Route 20 at Reinking Rd FAP345A/FAU2340 1,177 ft
Location Termini
Add Location
Located at the immediate vicinity of U.Se Route 20 and Reinking Road intersection Remove Location
Project Description
The existing intersection of U.S. Route 20 and Reinking Road will be reconstructed into a roundabout.
Improvements will include sidewalk, driveway, storm sewer, watermain, and lighting construction.
Engineering Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other
Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ❑ Other
AGREEMENT FOR
❑ Phase I-Preliminary Engineering ❑ Phase II-Design Engineering ® Phase III-Construction Engineering
CONSULTANT
Prime Consultant(Firm)Name Contact Name Phone Number Email
Bravo Company Engineering Joseph Kozial (630) 702-9855 jkozial@bravocoeng.com
Address City State Zip Code
550 Warrenville Road, #220 Lisle IL 60532
THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain
professional engineering services in connection with the improvement of the above SECTION.Project funding allotted to the LPA by the
State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the"DEPARTMENT,"will be
used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS.
Since the services contemplated under the AGREEMENT are professional in nature,it is understood that the ENGINEER,acting as an
individual,partnership,firm or legal entity,qualifies for professional status and will be governed by professional ethics in its relationship to
the LPA and the DEPARTMENT.The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an
AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations.
WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean:
Regional Engineer Deputy Director, Office of Highways Project Implementation,Regional Engineer, Department of
Transportation
Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the
construction PROJECT
In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities
Contractor Company or Companies to which the construction contract was awarded
Completed03/12/24 Page 1 of 10 BLR 05530(Rev.07/08/22)
AGREEMENT EXHIBITS
The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT:
® EXHIBIT A Scope of Services
® EXHIBIT B: Project Schedule
® EXHIBIT C: Qualification Based Selection (QBS)Checklist
® EXHIBIT D: Cost Estimate of Consultant Services(CECS)Worksheet(BLR 05513 or BLR 05514)
® Sub-consultant's Cost Estimate of Consultant Services
® BC775
® BC776
THE ENGINEER AGREES,
1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection
with the proposed improvements herein before described.
2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff
hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by
lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work
performed.
3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or
corrections required as a result of the ENGINEER'S error,omissions or negligent acts without additional compensation.
Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent
correction of any such errors or omissions or the responsibility for clarifying ambiguities.
4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes, and the local laws or
ordinances of the LPA.
5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA.
6. To invoice the LPA for Preliminary and/or Design Engineering:The ENGINEER shall submit all invoices to the LPA within three
months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement.
7. To submit a completed BLR 05613, Engineering Payment Report,to the DEPARTMENT within three months of the completion of
the work called for in this AGREEMENT or any subsequent Amendment or Supplement.The form shall be submitted with the
final invoice.
8. The ENGINEER or subconsultant shall not discriminate on the basis of race,color, national origin or sex in the performance of
this AGREEMENT.The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of US
Department of Transportation(US DOT)assisted contract.Failure by the Engineer to carry out these requirements is a material
breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LPA deems
appropriate.
9. That none of the services to be furnished by the ENGINEER shall be sublet assigned or transferred to any other party or parties
without written consent of the LPA.The consent to sublet,assign or otherwise transfer any portion of the services to be furnished
by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT.
10. For Construction Engineering Contracts.
(a)The ENGINEER shall be prequalified with the STATE in Construction Inspection.All employees of the ENGINEER
serving as the onsite resident construction supervisor or providing construction inspection shall have a valid
Documentation of Contract Quantities certification.
(b) For all projects where testing is required,the ENGINEER shall obtain samples according to the STATE Bureau of
Materials."Manual of Test Procedures for Materials,"submit STATE Bureau of Materials inspection reports;and
verify compliance with contract specifications.
11. That the engineering services shall include all equipment, instruments,supplies,transportation and personnel required to perform
the duties of the ENGINEER in connection with this AGREEMENT(See DIRECT COST tab in BLR 05513 or BLR 05514).
II. THE LPA AGREES,
1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following:
(a)Professional Services Selection Act(50 ILCS 510),The Brooks Act(40 USC 11),and the Procurement,
Management, and Administration of Engineering,and Design Related Services(23 CFR part 172).Exhibit C
required to be completed with this AGREEMENT.
2. To furnish the ENGINEER all presently available survey data,plans,specifications,and project information.
3. For Construction Engineering Contracts
(a)To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental
PROJECT activities.
(b)To submit approved forms BC 775 and BC 776 to the DEPARTMENT when federal funds are utilized.
4. To pay the ENGINEER:
Completed 03/12/24 Page 2 of 10 BLR 05530(Rev.07/08/22)
(a)For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the
• LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be
equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER.
(b) Final Payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and
reports have been made and accepted by LPA and DEPARTMENT,a sum of money equal to the basic fee as
determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER
shall be due and payable to the ENGINEER.
5. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the
following compensation method as discussed in 5-5.10 of the BLR Manual.
Method of Compensation:
❑ Lump Sum
❑ Specific Rate
® Cost plus Fixed Fee. Fixed
Total Compensation= DL+DC+OH+ FF
Where:
DL is the total Direct Labor,
DC is the total Direct Cost,
OH is the firms overhead rate applied to their DL and
FF is the Fixed Fee.
Where FF=(0.33+R) DL+%SubDL,where R is the advertised Complexity Factor and%SubDL is 10%profit
allowed on the direct labor of the subconsultants.
The Fixed Fee cannot exceed 15%of the DL+OH.
Field Office Overhead Rates: Field rates must be used for construction engineering projects expected to exceed one
year in duration or if the construction engineering contract exceeds$1,000,000 for any project duration.
6. The recipient shall not discriminate on the basis of race,color,national original or sex in the award and performance of any US
DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The recipient shall take
all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US
DOT-assisted contracts.The recipient's DBE program,as required by 49 CFR part 26 and as approved by US DOT, is
incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program,
the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.).
III. IT IS MUTUALLY AGREED,
1. No work shall be commenced by the ENGINEER prior to issuance by the IDOT of a written Notice to Proceed.
2. To maintain,for a minimum of 3 years after the completion of the contract,adequate books, records and supporting documents to
verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all
books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General,
and the DEPARTMENT,the Federal Highways Administration(FHWA)or any authorized representative of the federal
government, and to provide full access to all relevant materials.Failure to maintain the books, records and supporting documents
required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the
DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support
their purported disbursement.
3. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA,the DEPARMTENT,
and their officers, agents,and employees from all suits,claims,actions or damage liabilities,costs or damages of any nature
whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy.
The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the
ENGINEER as soon as practicable after the discovery.The LPA reserves the right to take immediate action to remedy any error
or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error
or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and
reasonable notice is not practicable.
4. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known
post office address.Upon such termination,the ENGINEER shall cause to be delivered to the LPA all drawings,plats, surveys,
reports, permits,agreements,soils and foundation analysis, provisions,specifications, partial and completed estimates and data,
if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the
LPA.The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to
the date of the written notice of termination.
Completed 03/12/24 Page 3 of 10 BLR 05530(Rev.07/08/22)
•
5. In the event that the DEPARMENT stops payment to the LPA,the LPA may suspend work on the project. If this agreement is
suspended by the LPA for more than thirty(30)calendar days,consecutive or in aggregate,over the term of this AGREEMENT,
the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred as a result of the
suspension and resumption of its services, and the ENGINEER's schedule and fees for the remainder of the project shall be
equitably adjusted.
6. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until
the completion of construction of any phase of professional services performed by others based upon the service provided
herein.All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent
professional services are not commenced within 5 years after final payment by the LPA.
7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA,the DEPARTMENT,
and their officers, employees from all suits,claims,actions or damages liabilities,costs or damages of any nature whatsoever
resulting there from.These indemnities shall not be limited by the listing of any insurance policy.
8. The ENGINEER and LPA certify that their respective firm or agency:
(a)has not employed or retained for commission, percentage,brokerage,contingent fee or other considerations,any
firm or person(other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure
this AGREEMENT,
(b)has not agreed, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services
of any firm or person in connection with carrying out the AGREEMENT or
(c)has not paid,or agreed to pay any firm,organization or person(other than a bona fide employee working solely for
the LPA or the ENGINEER)any fee,contribution, donation or consideration of any kind for,or in connection with,
procuring or carrying out the AGREEMENT.
(d)that neither the ENGINEER nor the LPA is/are not presently debarred,suspended,proposed for debarment,
declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency,
(e)has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered
against them for commission of fraud or criminal offense in connection with obtaining,attempting to obtain or
performing a public(Federal, State or local)transaction;violation of Federal or State antitrust statutes or commission
of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements or receiving
stolen property,
(f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State or
local)with commission of any of the offenses enumerated in paragraph(e)and
(g)has not within a three-year period preceding this AGREEMENT had one or more public transaction(Federal, State or
local)terminated for cause or default.
Where the ENGINEER or LPA is unable to certify to any of the above statements in this certification,an explanation shall be
attached to this AGREEMENT.
9. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no
claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining
services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within
six months after the specified completion date. Examples of unforeseen causes include but are not limited to: acts of God or a
public enemy,act of the LPA, DEPARTMENT,or other approving party not resulting from the ENGINEER's unacceptable
services;fire;strikes;and floods.
If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE,the ENGINEER shall apply in writing to
the LPA for an extension of time. If approved,the PROJECT SCHEDULE shall be revised accordingly.
10. This certification is required by the Drug Free Workplace Act(30 ILCS 580).The Drug Free Workplace Act requires that no
grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of
any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace.False
certification or violation of the certification may result in sanctions including, but not limited or suspension of contract on grant
payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for
at least one(1)year but not more than(5)years.
For the purpose of this certification,"grantee"or"Contractor"means a corporation, partnership or an entity with twenty-five(25)
or more employees at the time of issuing the grant or a department,division or other unit thereof, directly responsible for the
specific performance under contract or grant of$5,000 or more from the DEPARTMENT,as defined the Act.
The contractor/grantee certifies and agrees that it will provide a drug free workplace by.
(a) Publishing a statement:
(1) Notifying employees that the unlawful manufacture,distribution, dispensing. possession or use of a
controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace.
(2) Specifying actions that will be taken against employees for violations of such prohibition.
(3)Notifying the employee that, as a condition of employment on such contract or grant,the employee will-
(a)abide by the terms of the statement;and
(b)notify the employer of any criminal drug statue conviction for a violation occurring in the workplace
no later than(5)days after such conviction.
(b)Establishing a drug free awareness program to inform employees about:
Completed03/12/24 Page 4 of 10 BLR 05530(Rev.07/08/22)
•
(1)The dangers of drug abuse in the workplace,
(2)The grantee's or contractor's policy to maintain a drug free workplace;
(3)Any available drug counseling,rehabilitation and employee assistance program;and
(4)The penalties that may be imposed upon an employee for drug violations.
(c) Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the
contract or grant and to post the statement in a prominent place in the workplace.
(d)Notifying the contracting,or granting agency within ten(10)days after receiving notice under part(b)of paragraph
(3)of subsection(a)above from an employee or otherwise,receiving actual notice of such conviction.
(e)Imposing a sanction on,or requiring the satisfactory participation in a drug abuse assistance or rehabilitation
program.
(f)Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is
required and indicating that a trained referral team is in place.
Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act,
the ENGINEER, LPA and the Department agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the
essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the
ENGINEER for future project.The ENGINEER will submit progress reports with each invoice showing work that was completed
during the last reporting period and work they expect to accomplish during the following period.
11. Due to the physical location of the project,certain work classifications may be subject to the Prevailing Wage Act(820 ILCS
130/0.01 et seq.).
12. For Construction Engineering Contracts.
(a)That all services are to be furnished as required by construction progress and as determined by the LPA employee In
Responsible Charge.The ENGINEER shall complete all services herein within a time considered reasonable to the
LPA, after the CONTRACTOR has completed the construction contract.
(b)That all field notes,test records and reports shall be turned over to and become the property of the LPA and that
during the performance of the engineering services herein provided for,the ENGINEER shall be responsible for any
loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such
loss or damage shall be restored at the ENGINEER's expense.
(c)That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions of this
AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the
ENGINEER,one member appointed by the LPA,and a third member appointed by the two other members for
disposition and that the committee's decision shall be final.
(d)That in the event that engineering and inspection services to be furnished and performed by the LPA(including
personnel furnished by the ENGINEER)shall,in the opinion of the STATE be incompetent employed on such work
at the expense of the LPA.
(e) Inspection of all materials when inspection is not provided by the sources by the STATE Central Bureau of Materials,
and submit inspection reports to the LPA and STATE in accordance with the STATE Central Bureau of Materials
"Project Procedures Guide"and the policies of the STATE.
AGREEMENT SUMMARY
Prime Consultant(Firm)Name TIN/FEIN/SS Number Agreement Amount
Bravo Company Engineering 82-2099477 $312,266.00
Subconsultants TIN/FEIN/SS Number Agreement Amount
Midland Standard Engineering and Testing 20-2435502 $38,017.00
Trotter and Associates, Inc 36-4278005 $34,993.00
Subconsultant Total $73,010.00
Prime Consultant Total $312,266.00
Total for all work $385,276.00
Completed03/12/24 Page 5 of 10 BLR 05530(Rev.07/08/22)
•
AGREEMENT SIGNATURES
Local Public Agency Type Local Public Agency
Attest: The City of City of Elgin
By(Signature&Date) By(Signature&Date)
S/a/A April 10,2024 . April 10 2024
Local Public Agency Local Public Agency Type Title
City of Elgin City Clerk Richard G.Kozal,City Manager
6., ,s1#
Executed by the ENGINEER:
Prime Consultant(Firm) Name
Attest: Bravo Company Engineering
By(Signature&Date) By(Signature&Date)
i1.6ri
04/01/2024 �r, 04/01/2024
Title Titl
Vice President I Director of Design Services President I Director of Construction Services
Completed03/12/24 Page 6 of 10 BLR 05530(Rev.07/08/22)
r
Local Public Agency Prime Consultant(Firm)Name County Section Number
City of Elgin Bravo Company Engineering Kane 19-00187-00-CH
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
Completed03/12/24 Page 7 of 10 BLR 05530(Rev.07/08/22)
f
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Bravo Company Engineering Kane 19-00187-00-CH
EXHIBIT B
PROJECT SCHEDULE
See Attached
Completed03/12/24 Page 8 of 10 BLR 05530(Rev.07/08/22)
Local Public Agency Prime Consultant(Firm) Name County Section Number
, City of Elgin Bravo Company Engineering Kane 19-00187-00-CH
Exhibit C
Qualification Based Selection(QBS)Checklist
The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed.
Under the threshold,QBS requirements do not apply.The threshold is adjusted annually. If the value is under the threshold with federal
funds being used,federal small purchase guidelines must be followed.
❑ Form Not Applicable(engineering services less than the threshold)
Items 1-13 are required when using federal funds and QBS process is applicable. Items 14-16 are required when
using State funds and the QBS process is applicable.
No Yes
1 Do the written QBS policies and procedures discuss the initial administration(procurement, management ❑
and administration)concerning engineering and design related consultant services?
2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and ❑
specifically Section 5-5.06(e)of the BLRS Manual?
3 Was the scope of services for this project clearly defined? ❑
4 Was public notice given for this project? ❑
If yes Due date of submittal 06/28/23
Method(s)used for advertisement and dates of advertisement
City of Elgin website 6/13/2023 thru 6/28/2023
5 Do the written QBS policies and procedures cover conflicts of interest? ❑
Do the written QBS policies and procedures use covered methods of verification for suspension and
6 debarment? El
7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ IZ
Project Criteria Weighting
Technical Approach 20%
Firm Experience 20%
Specialized Expertise 10%
Staff Capabilities (prime/sub) 20%
Past Performance 30%'
8 Do the written QBS policies and procedures discuss the method of selection? ❑
Selection committee(titles)for this project
Public Works Director, City Engineer, Staff Engineer
Top three consultants ranked for this project in order
1 Bravo Company Engineering
2 Hampton, Lenzini and Renwick, Inc
3 Thomas Engineering Group
9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ El
10 Were negotiations for this project performed in accordance with federal requirements. ❑
11 Were acceptable costs for this project verified? ❑
12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding ❑
the request for reimbursement to IDOT for further review and approval?
Do the written QBS policies and procedures cover ongoing and finalizing administration of the project
13 (monitoring,evaluation,closing-out a contract, records retention, responsibility, remedies to violations or ❑
breaches to a contract, and resolution of disputes)?
14 QBS according to State requirements used? ❑
15 Existing relationship used in lieu of QBS process? ❑
Completed 10/17/23 Page 9 of 10 BLR 05530(Rev.07/08/22)
Local Public Agency Prime Consultant(Firm)Name County Section Number
City of Elgin Bravo Company Engineering Kane 19-00187-00-CH
16 LPA is a home rule community(Exempt from QBS). ® ❑
Completed03/12/24 Page 10 of 10 BLR 05530(Rev.07/08/22)
Bravo Company Engineering, Inc. 550 Warrenville Rd,#220, Lisle, IL 60532
Company
ENG NEERING
EXHIBIT A - SCOPE OF SERVICES
This scope of work includes Phase III construction engineering, construction management, and administration for the U.S.
Route 20 and Reinking Road Roundabout Project in Elgin. IL. The work consists of reconstructing the intersection, earth
excavation, grading, sidewalk construction, driveway reconstruction, installation of storm sewer, installation of watermain.
erosion control, landscaping. traffic control and protection, pavement marking and signing.
Construction Inspection Services
Bravo Company Engineering will provide the resident engineer, surveyors. inspectors, and along with our material testing
subconsultant, Midland Standard Engineering and Testing. other technical personnel necessary to observe, monitor, and
document the contractor's progress on the project from the start of field operations to final completion.
1. Pre-Construction
a. Attend the pre-construction meeting to discuss goals, objectives and issues the City may have.
b. Document existing conditions through photos and video for use by the City.
c. Conduct a utility coordination meeting with all affected utilities and verify relocation schedules if necessary.
d. Conduct a materials coordination meeting to identify material sources, establish back-up sources and
develop an overall plan for materials acceptance.
2. Public Outreach and Coordination
a. Assign a dedicated public liaison,typically the resident engineer,to provide residents,tenants, and property
owners with a single, knowledgeable, and authoritative point of contact for concerns, comments. and
questions.
b. Provide construction updates to the City on a weekly basis.
c. Monitor public opinion and report any issues requiring attention to City staff.
3. On-Site Review of Work
a. Act as the City's representative with duties, responsibilities, and limitations of authority as assigned in the
construction contract documents and advise and confer with City officials during construction and issue the
City's authorized instructions to the contractor.
b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's
liaison with other local agencies such as businesses. City's representative, etc.
c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure
completion of any required facility relocations.
d. Conduct on-site observations of the work in progress to determine that the project proceeds in accordance
with the construction contract documents and that completed work will conform to the requirements of the
construction contract documents.
e. Instruct the contractor to correct any work believed to be unsatisfactory, faulty, or defective, not conforming
to the requirements of the construction contract documents, or does not meet the requirements of any
inspections.tests,or approval required to be made and report same to the City. and advise the City of action
taken or if any special testing or inspection will be required.
f. Verify that tests are conducted as required by the construction contract documents and in the presence of
the required personnel, and that contractors maintain and submit adequate records thereof. observe,
record. and report to the City appropriate details relative to the test procedures.
g. Perform all required field tests such as concrete tests and soil compaction tests and ensure such tests are
conducted as specified. Analyze the results of all field and laboratory tests to determine the suitability
compliance with the requirements of the construction contract documents.
h. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project.
record the outcome of these inspections and report to the City.
i. Prepare daily reports of construction progress.
Bravo Company Engineering, Inc. 550 Warrenville Rd,#220, Lisle, IL 60532
Company
ENG NEERING
j. Monitor the contractors project traffic control for compliance with the contract documents as well as safety
and impacts to vehicles and pedestrians. Document deficiencies and contractor response to notice of.
Inform the City of deficiencies and if contractor does not correct enforce as contract stipulates.
k. Conduct contractor layout verification including control point verification, before and after cross-sections,
alignment, and elevation spot checks on various project elements.
I. Monitor and communicate the contractor's compliance with the erosion control plan, complete required
weekly inspection reports and report Notice of Incidents when necessary. Inform the contractor of
deficiencies and enforce contract stipulations if necessary.
4. Contractor Requests for Information/Clarification and Suggestions
a. Inform the City of any Requests for Information or Clarification. Review the contractor's request and forward
to designer with suggested response if necessary. Confirm responses with the City and then transmit
response to contractor.
b. Create an RFI log to track all RFI's and the response time and impact on the schedule.
5. Shop Drawings
a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules.
Review and monitor compliance with submittal schedules.
b. Review and approve shop drawings and samples, the results of tests and inspections and other data that
any contractor is required to submit, but only for conformance with the design concept of the project and
compliance with the information given in the construction contract documents. Such review shall not be
construed as relieving the contractor of the responsibility to meet requirements of the construction contract
documents. Determine the acceptability of substitute materials and equipment proposed by the contractor
and receive and review (for general content as required by the specifications) maintenance and operating
instructions,guarantees. bonds and certificates of inspection which are to be assembled by the contractor(s)
in accordance with the construction contract documents.
c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever
submittals are lacking or untimely.
6. Schedules
a. Review the contractor's construction schedule for compliance with the contract completion date and provide
recommendation for approval.
b. Work with the contractor to maintain a workable updated construction schedule that is maintained and
monitored weekly as construction progresses as required by the construction contract documents. Report
progress and schedule deviations and corrective measures proposed by the contractor to the City.
7. Job Meetings
a. Conduct weekly progress meetings (or as needed) with all parties to review construction progress, design
interpretations and overall progress. Prepare. maintain. and circulate copies of minutes thereof. Arrange a
schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day
operations.
b. Attend public informational meetings that may occur from time to time during the construction phase.
8. Contract Administration and Records
a. All documentation shall be in accordance with federal requirements by utilizing IDOT Documentation of
Contract Quantities including the use of CMMS and MISTIC. Handle all day-to-day contract administration
and associated correspondence. Maintain orderly files for correspondence, reports of job conferences. shop
drawings and samples submissions, reproductions of original construction contract documents including all
addenda, change orders, field orders, additional drawings issued subsequent to the execution of the
construction contract documents, progress reports. and other project related documents.
Bravo Company Engineering, Inc. 550 Warrenville Rd,#220, Lisle, IL 60532
Company
ENG NEERING
9. Contractor Pay Request and Change Orders
a. Prepare and submit pay estimates to the City as construction work progresses.
b. Perform evaluation of proposed construction contract change orders and submit recommendation for
approval or denial to the City. Prepare construction contract change orders when authorized by the City.
10. Final Completion and Record Drawings
a. Prepare record drawings that show field measured dimensions of the completed construction work that the
engineer considers significant and provide the City with one set of electronic record drawings.
b. Conduct a final inspection of the project with the City and the contractor and prepare and give to the
contractor a final punch list Issue an opinion of satisfactory completion for acceptance of the project by the
City to process the contractor's final request for payment.
11. Material QA and Testing
a. Ensure that all materials provided to the contract meet the contract plans and specifications, and that proper
documentation (IDOT approved lists, manufacturers certifications. etc.) are provided to verify material
quality is in accordance with federal regulations.
b. Work with Midland Standard to provide on-site QA material for an concrete and asphalt products delivered
to the project to ensure that all specification requirements are met by the contractor.
12. Project Close-Out
a. Verify that documentation is accomplished and that all material inspections and certifications have been
accounted for, complete and in accordance with federal regulations.
b. Provide final documentation associated with the final balancing change order and final pay estimate.
Bravo Company Engineering, Inc. 550 Warrenville Rd, #220, Lisle, IL 60532 •
iquidapoohri.
� Company
ENG NEERING
Exhibit B
U.S.Route 20 and Reinking Road Roundabout
City of Elgin
Anticipated Contractor's Schedule
2024
CLASSIFICATION HOURS JANUARY FEBRUARY MARCH APRIL MAY MINE IULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER
5 I 12 I 19 126 2 l 9 l 16 I 23 l l 8 l 15 122 129 5 I 12 I 19 126 3 I 10 I 17 124 1 31 7 I 14 1 21 128 5 I 12 I 191 26 2 1 9 1 16I 231 30 6 113 1201 27 4 I 11 1 18 1 25 1 1 8 1 15 1 22 129 t, I IT 1 20 1 27
EngmeerV 1185 25 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40
Engineer III 1156 36 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40 40
Survey Technlcan 200 16 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8
Engineer 1 125 _ 20 20 20 20 20 20 5
Adrntnistrative Assistant 29 2 1 2 2 2 2 2 1 1 2 2 1 2 I
EXHIBIT D
Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
of Transportation
FIXED RAISE
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Prime Consultant (Firm) Name Prepared By Date
Bravo Company Engineering Joseph Kozial 6/2/2023
Consultant/ Subconsultant Name Job Number
Bravo Company Engineering C-91-242-22
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 7 MONTHS OVERHEAD RATE 74.64%
START DATE 6/1/2024 COMPLEXITY FACTOR '
RAISE DATE 9/15/2024 %OF RAISE 2.00%
END DATE 12/31/2024
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
0 6/1/2024 9/15/2024 4 57.14%
1 9/16/2024 12/15/2024 3 43.71
The total escalation = 0.86% BLR 05514(Rev. 02/09/23)
Printed 10/17/2023 11 19 AM ESCALATION
Page 1 of 8
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant/ Subconsultant Name Job Number
Bravo Company Engineering C-91-242-22
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATE 86.00
ESCALATION FACTOR 0.86%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Engineer V $66.00 $66.57
Engineer III $46.22 $46.62
Survey Technican $46.00 $46.39
Engineer I $32.00 $32.27
Administrative Assistant $27.00 $27.23
BLR 05514 (Rev. 02/09/23)
Printed 10/17/2023 11.19 AM RATES
Page 2 of 8
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant/Subconsultant Name Job Number
Bravo Company Engineering C-91-242-22
SUBCONSULTANTS
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET
Contribution to Prime
NAME Direct Labor Total Consultant
Midland Standard Engineering and Testing 38,017.00 3.801.70
Trotter and Associates. Inc 34,993.00 3,499.30
Total 73,010.00 7,301.00
NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on
this sheet.
1
Local Public Agency County Section Number
City of Elgin 'Kane ' 19-00187-00-CH
Consultant/Subconsultant Name Job Number
Bravo Company Engineenng C-91-242-22
DIRECT COSTS WORKSHEET
List ALL direct costs required for this project Those not listed on the form will not be eligible for reimbursement by the LPA on this project.
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
CONTRACT
ITEM ALLOWABLE QUANTITY RATE TOTAL
Lodging Actual Cost $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum)
Lodging Taxes and Fees Actual Cost $0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD)
Air Fare Coach rate,actual cost,requires minimum two weeks' $0.00
notice,with prior IDOT approval
Vehicle Mileage
(per GOVERNOR'S TRAVEL CONTROL BOARD) Up to state rate maximum $0.00
Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 240 $65.00 $15,600.00
Vehicle Rental Actual Cost(Up to$55/day) $0.00
Tolls Actual Cost $0.00
Parking Actual Cost $0.00
Overtime Premium portion(Submit supporting documentation) 69.18 $24.50 $1,694.91
Shift Differential Actual Cost(Based on firm's policy) $0.00
Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00
Project Specific Insurance Actual Cost $0.00
Monuments(Permanent) Actual Cost $0.00
Photo Processing Actual Cost $0.00
2-Way Radio(Survey or Phase III Only) Actual Cost $0.00
Telephone Usage(Traffic System Monitonng Only) Actual Cost $0.00
CADD Actual Cost(Max$15/hour) $0.00
Web Site Actual Cost(Submit supporting documentation) $0.00
Advertisements Actual Cost(Submit supporting documentation) $0.00
Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00
Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00
Recording Fees Actual Cost $0.00
Transcriptions(specific to project) Actual Cost $0.00
Courthouse Fees Actual Cost $0.00
Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Utility Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Testing of Soil Samples Actual Cost $0.00
Lab Services Actual Cost(Provide breakdown of each cost) $0.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
N
TOTAL DIRECT COSTS: $17,294.91
BLR 05514(Rev.02/09/23)
Printed 10/17/2023 11 19 AM DIRECT COSTS
Page 4 of 8
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH-1
Consultant/ Subconsultant Name Job Number
Bravo Company Engineering C-91-242-22
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET
OVERHEAD RATE 74.64% COMPLEXITY FACTOR 0
DIRECT COSTS
(nol included in OVERHEAD& SERVICES BY %OF GRAND
TASK row totals) STAFF HOURS PAYROLL FRINGE BENEFITS FIXED FEE OTHERS TOTAL TOTAL
Pre-Construction 24 1,438 1,073 377 2.888 0.75%
Public Outreach and Coordination 104 5,968 4,454 1,563 11,985 3.11%
On-Site Review of Work 17,295 809 41.415 30.912 10.849 34.993 118.169 30.67%
Contractor Requests for Information/Clarification and Suggestions 250 13.638 10.179 3.573 27.390 7.11%
Shop Drawings 96 5.433 4.055 1,423 10.911 2.83%
Schedules 140 8.122 6.062 2,128 16.312 4.23%
Job Meetings 305 16.606 12.395 4.350 33.351 8.66%
Contract Administration and Records 181 9.626 7.185 2,522 19,333 5.02%
Contractor Pay Request and Change Orders 149 8,564 6.392 2.243 17,199 4.46%
Final Completion and Record Drawings 217 11.695 8,729 3,064 23.488 6.10%
Material QA and Testing 220 12.650 9,442 3.314 38,017 63,423 16.46%
Project Close-Out 200 11,717 8,746 3,069 23.532 6.11%
Subconsultant DL -$0.06 0.00%
Direct Costs Total===> S17.294.91 $17,294.91 4.49%
TOTALS 26951 146,872I 109,624I 38.475I 73.010 385,276 100.00%
256.496
The subconsultant fee has been adjusted due to 15%fixed
BLR 05514(Rev.02/09/23)
Printed 10/17/2023 11.19 AM COST EST
Page 5 of 8
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Bravo Company Engineering C-91-242-22
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 3
Public Outreach and Information/Clarification
PAYROLL AVG TOTAL PROJ.RATES Pre-Construction Coordination On-Site Review of Work and Suggestions Shop Drawings
HOURLY Hours °/ Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Engineer V 66.57 1.185 0 43.97% 29.27 16 66.67% 44.38 60 57.69% 38 40 276 34.12% 22.71 100 40.00% 26.63 48 50.00°-. 33.28
Engineer III 46.62 1.156 0 42.89% 20.00 8 33.33% 15.54 40 38.46% 17 93 358 44.25% 20.63 100 40.00% 18.65 48 50.00% 23.31
Survey Technican 46.39 200.0 7.42% 3.44 50 6.18% 2.87 50 20.00% 9.28
Engineer I 32.27 125.0 4.64% 1.50 125 15.45% 4.99
Administrative Assistant 27.23 29.0 1.08% 0.29 4 3.85% 1.05
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
00
0.0
0.0
0.0
0.0
0.0
TOTALS 2695 0 100% $54.50 24.0 100.00% $59.92 104.0 1000/ S57.38 809.0 100`, S51.19 250.0 100% S54.55 96.0 100% $56.59
Printed 10/17/2023 11.19 AM BLR 05514 (Rev. 02/09/23)
Page 6 of 8 AVG 1
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Bravo Company Engineering C-91-242-22
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 2 OF 3
Contract Administration Contractor Pay Request Final Completion and
PAYROLL AVG Schedules Job Meetings and Records and Change Orders Record Drawings Material GA and Testing
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
Engineer V 66.57 80 57.14% 38.04 120 39.34% 26.19 80 44.207. 29.42 85 57.05% 37.97 80 36.87% 24.54 120 54.55% 36 31
Engineer III 46.62 60 42.86% 19.98 160 52.46% 24.45 80 44.207 20.60 60 40.27% 18.77 62 28.57% 13 32 100 45.45%. 21 19
Survey Technican 46.39 25 8.20% 3.80 75 34.56% 16.03
Engineer I 32.27
Administrative Assistant 27.23 21 11.60`_ 3.16 4 2.68% 0.73
TOTALS 140.0 100% $58.02 305.0 100% $54.45 181.0 100% $53 18 149.0 1000/o $57.48 217.0 100% $53.89 220.0 100% S57.50
Printed 10/17/2023 11:19 AM BLR 05514 (Rev. 02/09/23)
Page 7 of 8 AVG 2
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Bravo Company Engineering C-91-242-22
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 3 OF 3
PAYROLL AVG Project Close-Out
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part. Avg Part Avg Part. Avg Part. Avg Part. Avg
Engineer V 66.57 120 60.00% 39.94
Engineer III 46.62 80 40.00% 18.65
Survey Technican 46.39
Engineer I 32.27
Administrative Assistant 27.23
TOTALS 200.0 100% $58.59 0.0 0% $0.00 0.0 0° $0.00 0.0 0/ $0.00 0.0 0°k. $0.00 0.0 0% S0.00
BLR 05514 (Rev. 02/09/23)
Printed 10/17/2023 11:19 AM AVG 3
Page 8 of 8
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 19-00187-00-CH
Prime Consultant (Firm) Name Prepared By Date
Bravo Company Engineering Prepared By William Prigge for subconsulta 6/5/2024
Consultant/ Subconsultant Name Job Number
Midland Standard Engineering and Testing Inc. C-91-242-22
r Note. This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab
Remarks
Prepard by William Prigge for subconsultant Midland Standard Engineering &Testing, Inc.
PAYROLL ESCALATION TABLE
CONTRACT TERM 6 MONTHS OVERHEAD RATE 135.00%
START DATE 6/2/2024 COMPLEXITY FACTOR
RAISE DATE 3/1/2025 %OF RAISE 2.00%
END DATE 12/1/2024
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
0 6/2/2024 12/1/2024 6 100.00%
t
The total escalation = 0.00% BLR 05514 (Rev. 02/09/23)
Printed 6/25/2024 11:30 AM ESCALATION
Locai Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Midland Standard Engineering and Testing Inc. C-91-242-22
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATE 86.00
ESCALATION FACTOR 0.00%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Project Engineer $65.63 $65.63
Technician E $45.39 $45.39
Technician D $43.99 $43.99
Technician C $41.07 $41.07
BLR 05514 (Rev. 02/09/23)
Printed 6/25/2024 11:30 AM RATES
Page 2 of 6
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant/Subconsultant Name Job Number
Midland Standard Engineering and Testing Inc. C-91-242-22
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.
1
Local P iblic Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant/Subconsultant Name Job Number
Miuland Standard Engineering and Testing Inc. C-91-242-22
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 SO 00
(per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum)
Lodging Taxes and Fees Actual Cost S0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD)
Air Fare Coach rate. actual cost,requires minimum two weeks' 50.00
notice,with prior IDOT approval
Vehicle Mileage Up to state rate maximum S0.00
(per GOVERNOR'S TRAVEL CONTROL BOARD)
Vehicle Owned or Leased $32 50/half day(4 hours or less)or S65/full day 30 $65.00 $1,950.00
Vehicle Rental Actual Cost(Up to$55/day) $0.00
Tolls Actual Cost $0.00
Parking Actual Cost $0.00
Overtime Premium portion (Submit supporting documentation) 20 $21.50 S430.00
Shift Differential Actual Cost(Based on firm's policy) $0.00
Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) S0.00
Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) S0.00
Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00
Project Specific Insurance Actual Cost $0.00
Monuments(Permanent) Actual Cost S0.00
Photo Processing Actual Cost S0.00
2-Way Radio(Survey or Phase III Only) Actual Cost S0.00
Telephone Usage(Traffic System Monitoring Only) Actual Cost S0.00
CADD Actual Cost(Max$15/hour) $0.00
Web Site Actual Cost(Submit supporting documentation) $0.00
Advertisements Actual Cost(Submit supporting documentation) $0.00
Public Meeting Facility Rental Actual Cost(Submit supporting documentation) 50.00
Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00
Recording Fees Actual Cost $0.00
Transcriptions(specific to project) Actual Cost $0.00
Courthouse Fees Actual Cost $0.00
Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Utility Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Testing of Soil Samples Actual Cost 1 $2.020.00 S2,020.00
Lab Services Actual Cost(Provide breakdown of each cost) $0.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) 1 S3.564.00 $3,564.00
$0 00
$0.00
$0.00
S0.00
t d 6i2512024 11.30 AM TOTAL DIRECT COSTS: BLR$T,9b4tvCT CO:
e 4 of 6
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Midland Standard Engineering and Testing Inc. C-91-242-22
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
OVERHEAD RATE 135.00% 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
Report Review 10 656 886 217 1,759 4.63%
Subgrade Inspection 975 120 5,279 7,126 1.742 14,147 37.21%
Concrete Field/Plant Inspection 995 96 4,223 5,701 1.394 11,318 29.77%
HMA Plant/Field Inspection 410 24 1,056 1,425 348 2,829 7.44%
Materials Laboratory Testing 3,564 - - - - 0.00%
Soils Laboratory Testing 2,020 - - - - 0.00%
Subconsultant DL $0.00
Direct Costs Total ===> $7.964.00 $7,964.00 20.95%
TOTALS 2501 11.214 I 15,138 1 3.701 I 38,017 100.00%
26,352
BLR 05514 (Rev.02/09/:
nted 6/25/2024 11:30 AM COST E
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Midland Standard Engineering and Testing Inc. C-91-242-22
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 1
Concrete Field/Plant Materials Laboratory
PAYROLL AVG TOTAL PROJ.RATES Report Review Subgrade Inspection Inspection HMA Plant/Field Inspection Testing
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
Project Engineer 65.63 10.0 4.00% 2.63 10 100 00% 65.63
Technician E 45.39 0.0
Technician D 43.99 240.0 96.00% 42.23 120 100.00% 43.99 96 100.00% 43.99 24 100.00% 43.99
Technician C 41.07 0.0
0.0
0.0
00
00
00
00
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0 _ 1
0.0
0.0
TOTALS 250.0 100% $44.86 10.0 100.00% $65.63 120.0 100% $43.99 96.0 100% S43.99 24.0 100% $43.99 0.0 0% SO.00
nted 6/25/2024 11:30 AM BLR 05514 (Rev. 02/09/:
EXHIBIT D
0
Illinois Department COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET
of Transportation
FIXED RAISE
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Prime Consultant (Firm) Name Prepared By Date
Bravo Company TMH 10/17/2023
Consultant/ Subconsultant Name Job Number
Trotter and Associates. Inc. C-91-242-22
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 12 MONTHS OVERHEAD RATE 115.23%
START DATE 6/1/2024 COMPLEXITY FACTOR
RAISE DATE 1/1/2025 %OF RAISE 2.00%
END DATE 5/31/2025
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
0 6/1/2024 1/1/2025 7 58.33%
1 1/2/2025 6/1/2025 5 42.50%
The total escalation = 0.83% BLR 05514 (Rev. 02/09/23)
Printed 11/29/2023 12:35 PM ESCALATION
Page 1 of 6
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Trotter and Associates. Inc. C-91-242-22
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATE 86.00
ESCALATION FACTOR 0.83%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Professional Land Surveyor $65.00 $65.54
Crew Chief $51.00 $51.43
Senior Technician $63.00 $63.53
BLR 05514 (Rev. 02/09/23)
Printed 11/29/2023 12 35 PM RATES
Page 2 of 6
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant/Subconsultant Name Job Number
Trotter and Associates, Inc. C-91-242-22
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.
1
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant/Subconsultant Name Job Number
(Trotter and Associates,Inc C-91-242-22
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
(per GOVERNOR'S TRAVEL CONTROL BOARD) Actual Cost $0.00
Air Fare Coach rate,actual cost,requires minimum two weeks' $0.00
notice,with prior(DOT 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 25 $65.00 $1,625.00
Vehicle Rental Actual Cost(Up to$55/day) $0.00
Tolls Actual Cost $0.00
Parking Actual Cost $0.00
Overtime Premium portion(Submit supporting documentation) $0.00
Shift Differential Actual Cost(Based on firm's policy) $0.00
Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00
Project Specific Insurance Actual Cost $0.00
Monuments(Permanent) Actual Cost $0.00
Photo Processing Actual Cost $0.00
2-Way Radio(Survey or Phase III Only) Actual Cost $0.00
Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00
CADD Actual Cost(Max$15/hour) $0.00
Web Site Actual Cost(Submit supporting documentation) $0.00
Advertisements Actual Cost(Submit supporting documentation) $0.00
Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00
Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00
Recording Fees Actual Cost $0.00
Transcriptions(specific to project) Actual Cost $0.00
Courthouse Fees Actual Cost $0.00
Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Testing of Soil Samples Actual Cost $0.00
Lab Services Actual Cost(Provide breakdown of each cost) $0.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
$0.00
$0.00
$0.00
$0.00
TOTAL DIRECT COSTS: BLI?6S�I ( �v.o 9i2sj
Printi d 11/29/2023 12:35 PM l CT OSTS
Page 4of6
•
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant/ Subconsultant Name Job Number
Trotter and Associates. Inc. C-91-242-22
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
OVERHEAD RATE 115.23% COMPLEXITY FACTORL 0
DIRECT COSTS
[not included in OVERHEAD 8 FRINGE SERVICES BY %OF GRAND
TASK row totals) STAFF HOURS PAYROLL BENEFITS FIXED FEE OTHERS TOTAL TOTAL
Construction Layout/Verification 1,625 250 13.481 15.535 4.352 33.368 95.36%
Subconsultant DL -$0.01 0.00%
Direct Costs Total=__> 31 625.00 $1,625.00 4.64%
TOTALS 2501 13.481 I 15.535I 4.352 I - 34.993 100.00°°
29.016
The subconsultant fee has been adjusted t 5 3%4Ro 02/09/23)
Printed 11/29/2023 12:35 PM COST EST
Page 5 of 6
Local Public Agency County Section Number
City of Elgin Kane 19-00187-00-CH
Consultant / Subconsultant Name Job Number
Trotter and Associates, Inc. C-91-242-22
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 1
Construction Layout I
PAYROLL AVG TOTAL PROJ.RATES Verification
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
Professional Land Surveyo 65.54 10.0 4.00% 2.62 10 4.00% 2.62
Crew Chief 51.43 200.0 80.00% 41.14 200 80.00% 41.14
Senior Technician 63.53 40.0 16.00% 10.16 40 16.00% 10.16
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0 ,
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
TOTALS 250.0 100 553.93 250.0 100.00% $53.93 0.0 0'- S0.00 0.0 0` SO 00 0.0 0 - S0.00 0.0 0'', SO 00
Printed 11/29/2023 12:35 PM BLR 05514 (Rev. 02/09/23)
Page 6 of 6 AVG 1
tI a
• Illinois Department Local Public Agency Resident Construction
of Transportation Supervisor/ In Responsible Charge
Regional Engineer Contract Number District Letting Date
Jose Rios 61J28 1 04/26/24
Municipality
Department of Transportation City Of Elgin
Address Route County
201 W. Center Ct. US Route 20 and Reinking Kane J
City State Zip Code Project Number Job Number
Schaumburg IL 60196 JNMM(535) C-91-242-22
Section Number
19-00187-00-CH
I recommend the following individual as a local public agency employee qualified to be resident construction supervisor and to be in
responsible charge of this construction project.
® I certify that I am in responsible charge as defined by the department of this construction project. Since the local public agency does
not have a local public agency employee qualified to be the resident construction supervisor, I am recommending a consulting
engineer to serve as resident construction supervisor.
Signature(for the local public agency) Date
/ t,4e 5 6/25/2024
Title
Public Services Director
Applicants Name
Karl Wilson, P.E.
The following describes my educational background,experience and other qualifications to be resident construction supervisor of this
construction project for the Local Public Agency.
For Consultants: I certify that my firm is pre-qualified in Construction Inspection. Documentation of Contract Quantities certificate number
Cert#23-20962 (Expires 2/22/2027)
Mr. Karl Wilson of Bravo company Engineering will be the field inspecting resident engineer for this project.
Signature of Applicant Date
rvedg Va_cy)
6/25/2024
J b Title of Applicant
Field Inspecting Resident Engineer
Based on the above information and my knowledge of the applicant's experience and training, it is my opinion that the applicant is qualified
to serve as the resident construction supervisor on this construction project.
Re.ional En.ineer Si•na re Date Approved
WIAllirdi c-
cc: Engine: of Local Roads and Streets,Central Bureau of Local Roads and Streets
Engin-er of Construction, Central Bureau of Construction
Resident Construction Supervisor
Local Public Agency
Printed 10/16/23 Page 1 of 1 BC 775(Rev. 11/09/20)
00
1. IIGof TransnOis Departmen ation t Local Public Agency Construction Inspector ° ,:�
port
Regional Engineer Contract Number District Letting Date
Jose Rios, P.E. 61J28 1 04/26/24
Municipality
Department of Transportation City of Elgin
Address Route County
201 W. Center Ct. US Route 20 and Reinking Kane
City State Zip Code Project Number Job Number
Schaumburg IL 60196 JNMM(535) C-91-242-22
Section Number
19-00187-00-CH
I consider the following individual to be qualified as a local public agency construction inspector In addition, I certify that adequate
instruction has been given this individual concerning the requirements of the contract,specifications and construction manual which
pertain to the work which he/she will inspect. This individual has been instructed on the proper procedures for any necessary tests.
Furthermore, if a consultant,this individual has a valid Documentation of Contract Quantities certification.
Approved
Signature and Title of Resident Construction Supervisor Date
//1.11/g
6/25/2024
Applicants Name
Karl Wilson, P.E.
The following describes the educational background, experience and other qualifications of the named applicant to serve as an inspector
on this project.
For Consultants Employees: Documentation of Contract Quantities certificate number is 23-20962
Mr. Karl Wilson of Bravo company Engineering will be the field inspecting resident engineer for this project.
If the Resident from BC-775 is a consultant,the local public agency employee in responsible charge must also approve this individual.
Approved
Signature and Title of In Responsible Charge from BC-775 Date
R .a2e7aaa.5.
6/25/2024
Printed 10/16/23 Page 1 of 1 BC 776 (Rev.11/16/20)