Loading...
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)