Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25-0528 IDOT
Illinois Department of Transportation Office of Highways Project Implementation/Bureau of Local Roads&Streets 2300 South Dirksen Parkway I Room 205/Springfield, Ilinois/62764 May 28, 2025 Kimberly Dewis City Clerk 150 Dexter Court Elgin, IL 60120 RE: LPA: City of Elgin Section: 22-00198-00-BR Project: 4FNS(558) Job: P-91-021-23 Joint Agreement Dear Kimberly Dewis, Notice to Proceed was granted for the subject project on May 12, 2023 under the provision of Section 1440 of the FAST Act. The joint agreement was executed by the Department on May 20, 2025. A copy is enclosed. Please contact Teresa Cline (Teresa.Cline@illinois.gov) if you have any questions. Sincerely, Ars" t%0A----- i Greg S. Lupton, P.E. Acting Engineer of Local Roads and Streets Enclosure cc: David Kaptain, Mayor Jose Rios - Region 1 do Chad Riddle - District 1 Programming do DOT.CO.Programminqaillinois.gov Project Control do Sara.Reynolds(@illinois.gov Fiscal Control do DOT.BLRSFiscalControlillinois.qov • Docusign Envelope ID A5CFF695-2D32-4421-8749-02526F76D077 !Owls Departrnent of ¶ansportation Joint Funding Agreement for PE/ROW LOCAL PUBLIC AGENCY Local Public Agency County Section Number City of Elgin .1Kane —1 22-00198-00-BR l Fund T ITEP.SRTS,HSIP Numbers) MPO Name MPO TIP Number LBFP N/A 11cM 09-21-0024 Engineering Right-of-Way State Job Number Project Number State Job Number Pr t Number IP-91-021-23 !4FNS(558) - J ® Local Administered Engineering Li Right-of-Way [_J Other This Agreement is made and entered into between the above local public agency, hereinafter referred to as the"LPA"and the State of Illinois,acting by and through its Department of Transportation,hereinafter referred to as"STATE".The STATE and LPA jointly propose to improve the designated location as described below The improvement shall be consulted in accordance with plans prepared by,or on behalf of the LPA and approved by the STATE using the STATE's policies and procedures approved and/or required by the Federal Highway Admin stration hereinafter referred to as"FHWA". LOCATION Stationing Local Street/Road Name Key Route Length From To Kimball Street FAU 1314 0.01 mile 101.14 01.15 Location Termini At Fox River/ ILL 31 Current Jurisdiction Existi Structure Number(s) Add Location City of Elgin ] J45-63O1 , Remove PROJECT DESCRIPTION PHASE I-Bridge Replacement of the Kimball Street Bridge over the Fox River in the City of Elgin as determined by the Phase 1 Engineering Study. THE LPA AGREES: 1. To acquire in its name,or in the name of the STATE if on the STATE highway system, all right-of-way necessary for this project in accordance with the requirements of Titles II and Ill of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,and established State policies and procedures. Prior to advertising for bids, the LPA shall certify to the STATE that all requirements of Titles II and Ill of said Uniform Act have been satisfied. The disposition of encroachments, if any,will be cooperatively determined by representatives of the LPA,the STATE,and the FHWA if required. 2. To provide for all utility adjustments and to regulate the use of the right-of-way of this improvement by utilities, public and private, in accordance with the current Utility Accommodation Policy for Local Public Agency Highway and Street Systems. 3. To provide for the preliminary engineering work required to complete the proposed improvement. 4. To retain jurisdiction of the completed improvement unless specified otherwise by addendum. 5. To maintain or cause to be maintained the completed improvement(or that portion within its jurisdiction)in a manner satisfactory to the STATE and the FHWA. 6. To comply with all applicable Executive Orders and Federal Highway Acts pursuant to the Equal Employment Opportunity and Nondiscrimination Regulations required by the U.S. Department of Transportation. 7. To maintain for a minimum of 3 years after final project close out by the STATE,adequate books,records and supporting documents to verify the amounts, 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 STATE. The LPA agrees to cooperate fully with any audit conducted by the Auditor General, the STATE, and to provide full access to all relevant materials. Failure to maintain the books,records, and supporting documents required by this section shall establish presumption in favor of the STATE for recovery of any funds paid by the STATE under the contract for which adequate books,records and supporting documentation are not available to support their purported disbursement. 8. To comply with Federal requirements or possibly lose(partial or total)Federal participation as determined by the FHWA. Printed 06/07r24 Page 1 of 5 BLR 05310PE(Rev.03/24/23) Docusign Envelope ID:A5CFF695-2D32-442 1-8749-0 2 52 6F76D077 9. To provide or cause to be provided all of the initial funding,equipment, labor, material,and services necessary to complete the project. 10. Certifies to the best of its knowledge and belief that it's officials: a. are not presently debarred,suspended, proposed for debarment,declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; b. have not within a three-year period preceding this agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a public(Federal, State or Local)transaction or contract under a public transaction;violation of Federal or State anti-trust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records,making false statements receiving stolen property; c. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State, Local) with commission of any of the offenses enumerated in item(b)of this certification;and d. have not within a three-year period preceding the agreement had one or more public transactions(Federal, State, Local) terminated for cause or default. 11. To include the certifications, listed in item 13 above,and all other certifications required by State statutes, in every contract, including procurement of materials and leases of equipment. 12. That for agreements exceeding$100,000 in federal funds,execution of this agreement constitutes the LPA's certification that: a. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency,a member of congress, an officer or employee of congress,or any employee of a member of congress in connection with the awarding of any federal contract,the making of any cooperative agreement,and the extension,continuation, renewal,amendment or modification of any Federal contract,grant, loan or cooperative agreement. b. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a member of congress,an officer or employee of congress or an employee of a member of congress in connection with this federal contract,grant, loan,or cooperative agreement, the undersigned shall complete and submit standard form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. c. The LPA shall require that the language of this certification be included in the award documents for all subawards (including subcontracts,subgrants and contracts under grants,loans,and cooperative agreements), and that all subrecipients shall certify and disclose accordingly. THE STATE AGREES: 1. To provide such guidance, assistance, and supervision to monitor and perform audits to the extent necessary to assure validity of the LPA's certification of compliance with Title II and Ill Requirements. 2. For agreements with federal and/or state funds in engineering,right-of-way, utility work and/or other locally administered work. a. To reimburse the LPA for federal and/or state share on the basis of periodic billings, provided said billings contain sufficient cost information and show evidence of payments by the LPA; IT IS MUTUALLY AGREED: 1. Construction of the project will utilize domestic steel as required by Section 106.01 of the current edition of the Standard Specifications for Road and Bridge Construction and federal Buy America provisions 2. That this Agreement and the covenants contained herein shall become null and void in the event that the FHWA does not approve the proposed improvement for Federal-aid participation within one(1)year of the date of execution of this agreement. 3. This agreement shall be binding upon the parties,their successors,and assigns. 4. For contracts awarded by the LPA,the LPA shall not discriminate on the basis of race,color, national origin or sex in the award and performance of any USDOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The LPA shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts.The LPA's DBE program,as required by 49 CFR part 26 and as approved by USDOT,is incorporated by reference in this agreement. Upon notification to the recipient of its failure to carry out its approved program,the STATE may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.). In the absence of a USDOT-approved LPA DBE Program or on state awarded contracts, this agreement shall be administered under the provisions of the STATE'S USDOT approved Disadvantaged Business Enterprise Program. 5. In cases where the STATE is reimbursing the LPA,obligation of the STATE shall cease immediately without penalty or further payment being required if,in any fiscal year,the Illinois General Assembly or applicable federal funding source fails to appropriate or otherwise make available funds for the work contemplated herein. 6. All projects for the construction of fixed works which are financed in whole or in part with funds provided by this agreement and/or amendment shall be subject to the Prevailing Wage Act(820 ILCS 130/0.01 et seq.)unless the provisions of the act exempt its application. FISCAL RESPONSIBILITIES: 1. Reimbursement Requests: For reimbursement requests the LPA will submit supporting documentation with each invoice. Supporting documentation is defined as verification of payment,certified time sheets or summaries,vendor invoices, vendor Punted 06/07/24 Page 2 of 5 BLR 05310PE(Rev.03/24/23) Docusign Envelope ID:A5CFF695-2D32-4421-8749-02526F76D077 receipts,cost plus fix fee invoice,progress report,personnel and direct cost summaries,and other documentation supporting the requested reimbursement amount(Form BLR 05621 should be used for consultant invoicing purposes). LPA invoice requests to the STATE will be submitted with sequential invoice numbers by project. 2. Financial Integrity Review and Evaluation(FIRE)program:LPA's and the STATE must justify continued federal funding on inactive projects. 23 CFR 630.106(a)(5)defines an inactive project as a project which no expenditures have been charged against Federal funds for the past twelve(12)months. To keep projects active,invoicing must occur a minimum of one time within any given twelve(12)month period. However,to ensure adequate processing time,the first invoice shall be submitted to the STATE within six(6)months of the federal authorization date. Subsequent invoices will be submitted in intervals not to exceed six(6)months. 3. Final Invoice: The LPA will submit to the STATE a complete and detailed final invoice with applicable supporting documentation of al'incurred costs, less previous payments, no later than twelve(12)months from the date of completion of work or from the date of the previous invoice,whichever occurs first. If a final invoice Is not received within this time frame,the most recent invoice may be considered the final invoice and the obligation of the funds closed. Form BLR 05613(Engineering Payment Record)is required to be submitted with the final invoice for engineering projects. 4. Project Closeout:The LPA shall provide the final report to the appropriate STATE district office within twelve(12)months of the physical completion date of the project so that the report may be audited and approved for payment. If the deadline cannot be met,a written explanation must be provided to the district prior to the end of the twelve(12)months documenting the reason and the new anticipated date of completion If the extended deadline is not met,this process must be repeated until the project is closed.Failure to follow this process may result In the immediate close-out of the project and loss of further funding. 5. Project End Date: Preliminary engineering projects-the period of performance(end date)for state and federal obligation purposes is ten(10)years. The LPA must begin right-of-way acquisition for,or actual construction of,the project for which preliminary engineering work is undertaken with Federal participation is by the close of the tenth(10th)fiscal year following the fiscal year in which the project is federally authorized. In the event that this work is not started within this timeframe,the LPA will repay the STATE any Federal funds received under the terms of this Agreement. For Right-of-Way projects-the period of performance(end date)for state and federal obligation purposes is fifteen(15)years from the execution date of the agreement. The LPA must begin construction of the project on this right-of-way by the close of the twentieth(20th)fiscal year following the fiscal year in which the project is federally authorized. In the event that construction is not started within this timeframe,the LPA will repay the STATE any Federal funds received under the terms of this Agreement. Requests for time extensions and joint agreement amendments must be received and approved prior to expiration of the project end date. Failure to extend the end date may result in the immediate close-out of the project and loss of further funding. 6. Single Audit Requirements: If the LPA expends$750,000 or more a year in federal financial assistance,they shall have an audit made in accordance with 2 CFR 200. LPA's expending less than$750,000 a year shall be exempt from compliance.A copy of the audit report must be submitted to the STATE(IDOT's Office of Internal Audit, Room 201,2300 South Dirksen Parkway, Springfield, Illinois,62764)within 30 days after the completion of the audit. but no later than one year after the end of the LPA's fiscal year.The ALN number for all highway planning and construction activities is 20.205. 7. Federal Registration LPA's are required to register with the System for Award Management or SAM,which is a web-enabled government-wide application that collects,validates,stores.and disseminates business Information about the federal government's trading partners in support of the contract award and the electronic payment processes.To register or renew, please use the following website: httosa/www.sam.gov/SAMr ADDENDA Additional information and/or stipulations are hereby attached and identified below as being a part of this agreement. ® 1. Location Map ® 2. Division of Cost O 3. Punted 02/06/25 Page 3 of 5 8LR 05310PE(Rev 03/24/23) • . Docusign Envelope ID A5CFF695-2D32-4421-8749-02526F76D077 The LPA further agrees as a condition of payment,that it accepts and will comply with the applicable provisions set forth in this agreement and all Addenda indicated above. APPROVED Local Public Agency Name of Official(Print or Type Name) David Kaptain Title of Official Mayor Signature Date og( ' //f/74 The above signet cert es the agency's TIN number is 366005862 conducting business as a Governmental Entity. DUNS Number 01-022-4772 UEI NXIVYN6MFXU9 APPROVED State of Illinois Department of Transportation ,Gia Biagi,Acting Secretary of Transportation Date tsig.by: 5/20/2025 14:12 PM CDT 03580F36661•64C9 By: Greg Lupton,Acting Engineer of Local Roads&Streets, Date t. N/A Lora Rensing,.Qirector of Highways PI • a _. Date EDocuSigned by: 5/1512025 I 12:26 PM CDT rgein' tf40/9t;t96(,t 34D6... Michael Prater,Chief Counsel Date DocuSigned by: ti1.1GAA - S• Pra#t% 5/20/2025 16:40 AM CDT Vicki Wilson.Chief Fiscal Officer Date DocuSigned by: at. itlSbtk 5/20/2025 17:58 AN CDT UU4/9159Ui,Ut(.4tI NOTE:if the LPA signature is by an APPOINTED official,a resolution authorizing said appointed official to execute this agreement is required. Printed 06/07/24 Page 4 of 5 BLR 05310PE(Rev.03/24/23) • Docusign Envelope ID.A5CFF695-2D32-4421-8749-02526F76D077 BLR 05310PE ADDENDA NUMBER 1— LOCATION MAP KIMBALL STREET BRIDGE OVER Fox RIVER Kimball Street Bridge ~ �I Lewd \\ . '— , - : -A ''r...„ ii. ,, • \'` \ \,, , 1 , .4 ii: L.— 'pi ill w Fe II , • \ OS . . ✓ ,,% ,,,,, ik ' , -- it � e. • 44•,As`IY 1 18 ..‘ , \\, .• f . ..„ liv t \ ooQ�eEart� /t/ 1 .\: \ ' ' . . .1�_ — A Docusign Envelope ID A5CFF695-2D32-4421-8749-02526F76D077 ADDENDA NUMBER 2 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Job Number Project Number Job Number Project Number Engineering 1 P-91-021-23 4FNS(558) Right-of-Way DIVISION OF COST Federal Funds State Funds Local Public Agency Type of Work Fund Type Amount % Fund Type Amount % Fund Type Amount % Totals Preliminary Engineering LBFP $984,082.00 Local $246,021.00 BAL $1,230,103.00 Total $984,082.00 Total Total $246,021.00 $1,230,103.00 If funding is not a percentage of the total place an asterisk(*)in the space provided for the percentage and explain below: MAXIMUM FHWA(LBFP) PARTICIPATION 80% NTE $984,082.00. NOTE:The costs shown in the Division of Cost table are approximate and subject to change.The final LPA share is dependent on the final Federal and State participation. The actual costs will be used in the final division of cost for billing and reimbursement. Printed 06/07/24 Page 5 of 5 BLR 05310PE(Rev.03/24/23) Illinois Department of Transportation Office of Highways Project Implementation/Bureau of Local Roads &Streets 2300 South Dirksen Parkway/Room 205/Springfield, Ilinois/62764 May 28, 2025 Kimberly Dewis Village Clerk 150 Dexter Court Elgin, IL 60120 RE: LPA: City of Elgin Section: 22-00198-00-BR Project: 4FNS(558) Job: P-91-021-23 Preliminary Engineering Consultant: Alfred Benesch & Company $1,230,103.00 Dear Kimberly Dewis, The Department has reviewed and approved the subject agreement. A copy is enclosed. Services covered by this agreement are eligible for reimbursement beginning May 12, 2023. Services performed prior to this date are at the expense of the LPA and are not eligible for reimbursement with state and/or federal funds. Please note the approved amount of the subject agreement shown above is not the upper limit of reimbursement. The upper limit of reimbursement will be calculated in accordance with the Joint Funding Agreement between the Department and the LPA for the subject project. Please contact Teresa Cline (Teresa.Cline@illinois.gov) if you have any questions. Sincerely, j/Wri, i %vio() ---- Greg S. Lupton, P.E. Acting Engineer of Local Roads and Streets iv Illinois Department of Transportation Office of Highways Project Implementation/Bureau of Local Roads&Streets 2300 South Dirksen Parkway/Room 205/Springfield, llinois/62764 Enclosure cc: David Kaptain, Mayor Jose Rios - Region 1 do Chad Riddle - District 1 Project Control do Sara.Reynoldsaillinois.gov Fiscal Control do DOT.BLRSFiscalControlaillinois.gov Alfred Benesch & Company Illinois Department Local Public Agency of Transportation Engineering Services Agreement Agreement For Agreement Type Using Federal Funds?0Yes ❑ No Federal PE Original LOCAL PUBLIC AGENCY Local Public Agency County Section Number Job Number City of Elgin Kane 22-00198-00-BR P-91-021-23 Project Number Contact Name Phone Number Email 4FNS(558) Mike Pubentz (847)931-5968 mike.pubentz@elginil.gov SECTION PROVISIONS Local Street/Road Name Key Route Length Structure Number Kimball Street FAU 1314 0.01 mile 045-6301 Location Termini Add Location lAt Fox River/ ILL 31 Remove Location Project Description PHASE I - Bridge Replacement of the Kimball Street Bridge over the Fox River in the City of Elgin as determined by the Phase I Engineering Study. Engineering Funding ❑✓ Federal El MFT/TBP ❑ State ❑✓ Other LBFP _ Anticipated Construction Funding ❑✓ Federal ❑ MFT/TBP ❑ State ❑✓ Other LBFP AGREEMENT FOR ❑✓ Phase I-Preliminary Engineering ❑ Phase II-Design Engineering CONSULTANT Prime Consultant(Firm)Name Contact Name Phone Number Email Alfred Benesch & Company Kurt Naus (312) 565-0450 knaus@benesch.com Address City State Zip Code 35 W. Wacker Drive, Suite 3300 Chicago IL 60601 THIS AGREEMENT IS MADE between the above Local Public Agency(LPA)and Consultant(ENGINEER)and covers certain professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the State of Illinois under the general supervision of the State Department of Transportation,hereinafter called the"DEPARTMENT,"will be used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS. Since the services contemplated under the AGREEMENT are professional in nature,it is understood that the ENGINEER,acting as an individual,partnership,firm or legal entity,qualifies for professional status and will be governed by professional ethics in its relationship to the LPA and the DEPARTMENT.The LPA acknowledges the professional and ethical status of the ENGINEER by entering into an AGREEMENT on the basis of its qualifications and experience and determining its compensation by mutually satisfactory negotiations. WHEREVER IN THIS AGREEMENT or attached exhibits the following terms are used,they shall be interpreted to mean: Regional Engineer Deputy Director,Office of Highways Project Implementation, Regional Engineer, Department of Transportation Resident Construction Supervisor Authorized representative of the LPA in immediate charge of the engineering details of the construction PROJECT In Responsible Charge A full time LPA employee authorized to administer inherently governmental PROJECT activities Contractor Company or Companies to which the construction contract was awarded Completed 12/17/24 Page 1 of 9 BLR 05530(Rev.07/08/22) AGREEMENT EXHIBITS The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT: ❑✓ EXHIBIT A: Scope of Services ❑✓ EXHIBIT B: Project Schedule ❑✓ EXHIBIT C:Qualification Based Selection (QBS)Checklist ❑✓ EXHIBIT D: Cost Estimate of Consultant Services(CESCS)Worksheet(BLR 05513 or BLR 05514) I. THE ENGINEER AGREES, 1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with the proposed improvements herein before described 2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections required as a result of the ENGINEER'S error,omissions or negligent acts without additional compensation.Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or the responsibility for clarifying ambiguities. 4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes,and the local laws or ordinances of the LPA. 5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA. 6. To invoice the LPA for Preliminary and/or Design Engineering. The ENGINEER shall submit all invoices to the LPA within three months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement. 7. To submit a completed BLR 05613, Engineering Payment Report,to the DEPARTMENT within three months of the completion of the work called for in this AGREEMENT or any subsequent Amendment or Supplement.The form shall be submitted with the final invoice. 8. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this AGREEMENT.The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of United States 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 Preliminary Engineering Contracts: (a)To attend meetings and visit the site of the proposed improvement when requested to do so by representatives of the LPA or the DEPARTMENT,as defined in Exhibit A(Scope of Services). (b)That all plans and other documents furnished by the ENGINEER pursuant to the AGREEMENT will be endorsed by the ENGINEER and affix the ENGINEER's professional seal when such seal is required by law. Such endorsements must be made by a person,duly licensed or registered in the appropriate category by the Department of Professional Regulation of the State of Illinois. It will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the DEPARTMENT. (c)That the ENGINEER is qualified technically and is thoroughly conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated in Exhibit A(Scope of Services). 11. That the engineering services shall include all equipment, instruments, supplies,transportation and personnel required to perform the duties of the ENGINEER in connection with this AGREEMENT(See DIRECT COST tab in BLR 05513 or BLR 05514). II. THE LPA AGREES, 1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following. (a)Professional Services Selection Act(50 ILCS 510),The Brooks Act(40 USC 11), and the Procurement, Management, and Administration of Engineering, and Design Related Services(23 CFR part 172).Exhibit C is required to be completed with this AGREEMENT. 2. To furnish the ENGINEER all presently available survey data, plans, specifications,and project information. Completed 12/17/24 Page 2 of 9 BLR 05530(Rev 07/08/22) 3. To pay the ENGINEER: (a)For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LPA, monthly payments for the work performed shall be due and payable to the ENGINEER,such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. (b)Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as 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. 4. 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 firm's overhead rate applied to their DL and FF is the Fixed Fee. Where FF=(0.33+ R)DL+%SubDL,where R is the advertised Complexity Factor and%SubDL is 10%profit allowed on the direct labor of the subconsultants. The Fixed Fee cannot exceed 15%of the DL+OH. 5. 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. 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 Completed 12/17/24 Page 3 of 9 BLR 05530(Rev.07/08/22) 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 untIble 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 to 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 int he workplace no later than (5)days after such conviction. (b)Establishing a drug free awareness program to inform employees about: (1)The dangers of drug abuse in the workplace; (2)The grantee's or contractor's policy of maintain a drug free workplace; Completed 12/17/24 Page 4 of 9 BLR 05530(Rev.07/08/22) (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 Preliminary Engineering Contracts: (a)That tracing, plans,specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered to and become the property of the LPA and that basic survey notes,sketches, charts, CADD files, related electronic files, and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request to the LPA or to the DEPARTMENT,without restriction or limitation as to their use.Any re-use of these documents without the ENGINEER involvement shall be at the LPA's sole risk and will not impose liability upon the ENGINEER. (b)That all reports, plans, estimates and special provisions furnished by the ENGINEER shall conform to the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Manual or any other applicable requirements of the DEPARTMENT, it being understood that all such furnished documents shall be approved by the LPA and the DEPARTMENT before final acceptance. 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 AGREEMENT SUMMARY Prime Consultant(Firm)Name TIN/FEIN/SS Number Agreement Amount Alfred Benesch & Company 36-2407363 $880,281.00 Subconsultants TIN/FEIN/SS Number Agreement Amount Rubino Engineering, Inc. 80-0450719 $169,033.00 Huff and Huff, Inc. 36-3044842 $19,236.00 Metro Strategies Group 87-2285367 $66,692.00 Hampton, Lenzini and Renwick, Inc. 36-2555986 $94,861.00 Subconsultant Total $349,822.00 Prime Consultant Total $880,281.00 Total for all work $1,230,103.00 Completed 12/17/24 Page 5 of 9 BLR 05530(Rev 07/08/22) AGREEMENT SIGNATURES Executed by the LPA: Local Public Agency Type Local Public Agency The City of City of Elgin Attest: By(Signature&Date) By(Signature&Date) f/4/ Name of L. :E° °,„ cy Local Public Agency Type 4140( heati tle ,t Ma or City a+��b°'�:<f,..�,�:�.��-. City Clerk Mayor (S ' ;. G1 Execut° ,'Ott Prime Consultant(Firm)Name Attest: 'Alfred Benesch & Company By(Signature&Date) By(Signature&Date) 12/17/2024 Title Title 'Andrew Keaschall, Senior Vice President Completed 12/17/24 Page 6 of 9 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number City of Elgin Alfred Benesch & Company Kane 22-00198-00-BR 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 EXHIBIT A SCOPE OF SERVICES FOR FEDERAL PARTICIPATION PROJECTS See attached. Completed 12/17/24 Page 7 of 9 BLR 05530(Rev.07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number City of Elgin Alfred Benesch & Company Kane 22-00198-00-BR EXHIBIT B PROJECT SCHEDULE See attached. Completed 12/17/24 Page 8 of 9 BLR 05530(Rev 07/08/22) Local Public Agency Prime Consultant(Firm)Name County Section Number 1ity of Elgin Alfred Benesch & Company Kane 22-00198-00-BR 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 ❑ O 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? 1❑ ❑✓ If yes Due date of submittal 03/18/22 Method(s)used for advertisement and dates of advertisement Request for Qualifications (RFQ) issued on February 24, 2022 5 Do the written QBS policies and procedures cover conflicts of interest? ❑ ❑✓ 6 Do the written QBS policies and procedures use covered methods of verification for suspension and ❑ ❑✓ debarment? 7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ ❑✓ Project Criteria Weighting Firm's Background 10% Firm's Qualifications 30% Project Team 30% Project Understanding and Approach 20% Project Schedule 10% 8 Do the written QBS policies and procedures discuss the method of selection') ❑ Selection committee(titles)for this project Public Services Director, City Engineer, Staff Engineer Top three consultants ranked for this project in order 1 Alfred Benesch & Company 2 HR Green 3 EXP 9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ ❑✓ 10 Were negotiations for this project performed in accordance with federal requirements. ❑ ❑✓ 11 Were acceptable costs for this project verified? ❑ Z 12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding the ❑ O 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 OBS according to State requirements used? ❑ 0 15 Existing relationship used in lieu of QBS process? ❑✓ LI 16 LPA is a home rule community(Exempt from QBS). ❑✓ ❑ Completed 12/17/24 Page 9 of 9 BLR 05530(Rev.07/08/22) EXHIBIT A SCOPE OF ENGINEERING SERVICES PHASE I ENGINEERING FOR KIMBALL STREET BRIDGE REPLACEMENT/REHABILITATION SECTION No. 22-00198-00-BR INTRODUCTION The scope of work is presented to the City of Elgin (City) for the Phase I preliminary engineering study for replacement/rehabilitation of the Kimball Street Bridge over the Fox River. This work will include engineering and environmental services in association with the necessary tasks associated with the preparation of a preliminary engineering report and NEPA environmental documentation for the replacement/rehabilitation of the Kimball Street Bridge. It is anticipated that the study will be processed as a Categorical Exclusion by the Illinois Department of Transportation (IDOT) and Federal Highway Administration (FHWA). This scope provides for processing at state or federal approval level. The scope includes the necessary engineering and environmental services and reports to identify the required improvements, identify environmental impacts and any required mitigation measures, identify required permits and agency approvals, identify land acquisition requirements, provide the City with an opinion of probable cost, conduct public involvement for the project, prepare a Project Development Report and obtain Design Approval from IDOT. PROJECT DESCRIPTION The existing Kimball Street Bridge over the Fox River (IDOT SN 045-6301) is an 11-span, simply supported PPC deck beam structure with two approach spans. The bridge is structurally deficient and functionally obsolete, with a Sufficiency Rating of 27.3 and is eligible for complete replacement funding. Phase I of this project will include preliminary engineering services associated with development of a preferred alternative for bridge rehabilitation and/or replacement. The project study area will include the Kimball Street bridge and approach roadway from Illinois Route 31 at the west end to Grove Avenue at the east end. The project study area will also include portions of the Fox River Trail immediately north and south of Kimball Street. 1 of 19 Kimball Street Bridge �, r .i Legend Prat Lents • . ) . , � w 4101111 ) , .. , I .�, � l.r_ � � � 'tip, P• it . • . , . . 010010110MM1010.1 do . ro .. ,.." . _--- ,4tIti4lp . a I , 4" - -0 ...',\ # i v.. ammo I. .,) tip oche c 1 ftil �� LL`s ). ... It r 4 PROJECT LIMITS PROJECT TEAM Alfred Benesch & Company (Benesch) will serve as the prime consultant for the project and will be responsible for completing the required services. Benesch will be assisted by the following sub-consultants. Benesch will be responsible for the management of all sub-consultants. Sub-Consultant Firm Responsibility Rubino Engineering, Inc. (RUB) Geotechnical Engineering Huff& Huff, Inc. (H&H) Environmental Reports and Assessments Metro Strategies Group, LLC (MS) Public Involvement and Funding Strategy Hampton, Lenzini and Renwick, Inc. (HLR) Survey and Traffic Counts PROJECT SCHEDULE The Phase I process is expected to take approximately 24 months, pending the final determination of bridge replacement/rehabilitation scope and agency reviews/approvals. Please refer to Exhibit B - Estimated Project Schedule at the end of this scope for anticipated sequence of tasks. 2 of 19 GENERAL SCOPE OF SERVICES The scope of the Phase I preliminary engineering is divided into the following tasks: 1. Data Collection 2. Survey 3. Utility Coordination 4. Environmental Studies 5. Traffic and Crash Analysis 6. Geometric Studies 7. Drainage Study 8. Hydraulic Study 9. Structural Design 10. Geotechnical Studies 11. Metra Grade Crossing Coordination 12. Public Involvement Program 13. Project Development Report (PDR) 14. Agency Coordination 15. Quality Control/Quality Assurance (QC/QA) 16. Project Administration Each task is described in detail in the Detailed Work Task Descriptions section. ONGOING / PLANNED ADJACENT PROJECTS Benesch understands that there are multiple ongoing and/or planned independent projects of relevance to this Kimball Street Bridge Replacement/Rehabilitation project. Projects have been identified below, including consideration for how these projects impact the scope of work proposed herein for the Kimball Street Bridge Replacement/Rehabilitation. Fox River Environmental Restoration & Elgin River Intake Improvement Studies The Fox River Study Group is leading a feasibility study for the environmental restoration of the Fox River in Elgin. The study is considering removal of the existing spillway located immediately downstream (south) of the Kimball Street Bridge. The study is being completed in collaboration with the Illinois Department of Natural Resources (IDNR) and the U.S. Army Corps of Engineers. The Army Corps is the lead agency for the project which is being processed under the Section 519 - Illinois River Basin Ecosystem Restoration Program. The study timeline is unknown but is anticipated to be complete in the summer of 2023. 3 of 19 In addition to the Fox River Environmental Restoration Study, the City is currently studying Elgin River Intake Improvements. This study is addressing siltation issues at the City's intake located approximately %-mile upstream of the Kimball Street Bridge near Owasco Park. A concept report was provided by Burns & McDonnell in 2019 and the City is now working with Engineering Enterprises, Inc. (EEI) and Stantec to complete the study. Removal of the spillway south of the Kimball Street Bridge will have a direct impact on the river intake by reducing the normal water depth which could result in the accumulation of sediment at the intake. Given the uncertainty in timeline and feasibility of the ongoing Fox River Environmental Restoration and Elgin River Intake Improvement studies, the scope of work included herein does not consider the potential impact of the spillway removal on the existing Kimball Street Bridge and adjacent environmental resources. Chicago Street Bridge Rehabilitation The City of Elgin has selected TranSystems Corporation to perform Phase I preliminary engineering services for the rehabilitation of the Chicago Street Bridge over the Fox River. The Chicago Street Bridge is located approximately 2,000 feet downstream of the Kimball Street Bridge. The Phase I Study for the Chicago Street Bridge will be performed concurrently with the Kimball Street Phase I Study. As a result, the scope of work herein considers collaboration between Benesch and TranSystems to perform related tasks such as hosting a joint website, joint initial public meeting, and incorporation of aesthetic elements in the design of both bridges to provide efficiencies to the City and a unified communication strategy. DETAILED WORK TASK DESCRIPTIONS This section provides a detailed description for each of the major work tasks identified for the project. The tasks described below may take place at different times or occur in parallel throughout the project. 1. Data Collection Benesch will gather, compile, organize and review the following existing information (if available): Data to be provided by the City of Elgin: • As-built bridge, roadway, path, and utility plans (as available from City) • Historic documentation for the bridge (as available from City) • Digital aerial photography, parcel information and GIS layers (to be supplied by City GIS) • Crash reports - last five years (to be obtained from City) • ROW information (plats of subdivisions) including known utility easements 4 of 19 • Future development plans and comprehensive plans (as available from City) • Previous inspection reports for bridge, roadway, and drainage (as available from City) • Fox River Study Group—dam removal feasibility study data (as available from City) • Existing traffic signal timing data — Kimball St and IL 31 intersection Data to be obtained by consultant: • FEMA floodplain /floodway mapping • 2050 traffic projections from CMAP • Existing site photos Benesch will field review the project site, roadways, utilities, and traffic patterns for the study area. Two (2) half day site visits are included for a civil and structural engineer in support of developing recommendations for the completed Phase I documents. Existing conditions site photos will be taken for the extent of the project limits to be used in design development and will be provided to the City. Any additional data obtained by sub-consultants will be reviewed by Benesch prior to being presented to the City. Benesch will include a data log to track all existing data received and create an exhibit (50-scale) showing the existing conditions and notable constraints for the project. Data Collection - Deliverables: • Existing data log collected in support of the project • Existing conditions exhibit (50-scale) • Existing conditions photos 2. Survey See attached scope from Hampton, Lenzini and Renwick, Inc. (HLR) This task also includes Benesch coordination of survey work performed by HLR. 3. Utility Coordination Utility coordination will begin with a Design JULIE request for existing utility records. JULIE responses will be logged for inclusion in the Project Development Report (PDR). Atlases provided will be used in combination with existing plans, GIS data, and survey data collected in Tasks 1 and 2 to draft identified utilities within the project limits. Field location and determination of existing utilities (SUE investigations or other) are not included. Existing utilities will be shown on preliminary plan and profile sheets and any known conflicts with proposed improvements will be identified. 5 of 19 Preliminary plans will be provided to all affected utilities with a project notification letter. Notification letters will be sent to utility owners with identified conflicts for early coordination and establishment of requirements (up to 8 notification letters included). Detailed coordination meetings and development/review of relocation plans will be included in Phase II of the project. Utility relocation plans and coordination meetings with utility companies are not included in the project scope. Utility Coordination - Deliverables: • JULIE Response Log • Existing utility base file • Project Notification Letter to affected utilities (if required) 4. Environmental Studies Environmental studies may include special waste, noise, biological/wetlands, natural resources, endangered and threatened species, water quality and resources, floodplains, air quality and cultural resources. The environmental scope for this project is limited to evaluations of environmental impacts as specifically required by IDOT and FHWA for a BLR project and limited to the scope provided as listed below. Environmental Survey Request(ESR) It is anticipated that this project will be processed as a Categorical Exclusion with report. The Environmental Survey Request Form (ESRF) will be submitted to obtain biological, wetland and cultural clearances required for Design Approval. This work effort will consist of preparation of an aerial base exhibit identifying the existing ROW, project ESR limits, and potential right-of- way/easement areas for screening. IDOT Cultural Resources photo log guidelines will be followed, with individual photos of all structures over 50 years old. The ESRF and support documents will be submitted electronically to IDOT Bureau of Local Roads for processing. This task will also include incidental coordination related to the ESR submittal and review. Wetland Delineation Huff & Huff will prepare a Wetland Delineation Report and associated work to confirm the presence and location of existing wetlands. See attached Huff& Huff scope for additional details. Once a preferred alternative is selected, Benesch will submit a Wetland Impact Evaluation form to IDOT along with the wetland delineation report to confirm mitigation requirements. 6 of 19 USACE Pre-Application Meeting Jurisdictional Determination A pre-application meeting will be requested and held with the Army Corps of Engineers (USACE) for the wetlands and WOUS delineated. It is assumed that all of these delineated areas are determined to be Jurisdictional. One (1) virtual meeting is included with 2 people in attendance and meeting minutes will be provided. Section 4(f) Coordination— Fox River Trail Impacts The impacts to the Section 4(f) protected Fox River Trail will be analyzed and mitigation strategies developed for the bridge alternatives and path modifications being considered. Benesch will coordinate with the City regarding the potential permanent and temporary impacts and prepare an exhibit for presentation of the impacts. The scope includes the additional coordination, documentation, and processing through IDOT of the section 4(f) impacts. It is assumed the 4(f) impacts will not be considered "Temporary Occupancy" or "De Minimus" (minor impacts) and include drafting a letter requesting the jurisdictional agency's concurrence of no adverse effect on the 4(f) lands as a result of this project. The tasks will include completion of the Temporary Occupancy or De Minimus form, coordination meeting minutes and letter, and one (1) 20-scale project impact exhibit. The 4(f) scope does not anticipate the need for or include impacts to Foundry and/or Walton Island Park or other unidentified 4(f) properties. See attached Huff& Huff scope narrative for description of Preliminary Environmental Site Assessment (PESA), Wetland/Waterways Delineation, Wetland Impact Evaluation (WIE) and Tree Survey work. Environmental Studies - Deliverables: • Electronic submittal of ESR form and supporting documents • Section 4(f) form and supporting documents • WIE Submittal • PESA (see attached scope by Huff and Huff) • Wetland Delineation Report (see attached scope by Huff and Huff) • Tree Survey Report— if required (see attached scope by Huff and Huff) This task also includes Benesch coordination of environmental work performed by Huff& Huff. 7 of 19 5. Traffic and Crash Analysis Traffic and crash analysis will be completed in accordance with IDOT Phase I standards. The analysis will be for the segment of Kimball Street between Illinois Route 31 and Grove Avenue and will include the intersection of Illinois Route 31 and Kimball Street. Traffic Analysis Traffic counts will be obtained for the four legs of the Kimball Street and Illinois Route 31 intersection by HLR inc. They will consist of counts taken during a 24-hour period on a Tuesday, Wednesday, or Thursday during a non-holiday week. See attached HLR scope for additional details. Existing and projected traffic volumes will be analyzed with the Highway Capacity Software by Benesch, in accordance with IDOT guidelines, to support the proposed design and traffic capacity and intersection level of service requirements. CMAP Projections Benesch will coordinate with CMAP using the traffic counts collected as part of this project to obtain concurrence on the 2050 projections to be used for this project. Crash and Safety Analysis Benesch will obtain, compile, and review the crash reports (past 5 years) to identify patterns (crash type, location, time of day, etc.), crash severity and propose countermeasures to minimize crash potential. Benesch will prepare summary tables indicating crash type and severity in addition to providing crash diagrams. A highway Safety Manual (HSM) safety analysis for the Kimball Street roadway segment and IL 31 intersection is included and will be added to the Project Development Report (PDR). Traffic and safety analysis of the intersection of Kimball Street and Grove Avenue is not included in this contract. Findings of the traffic and crash analysis and safety analysis will be summarized in the PDR. Abbreviated Traffic Management Plan (TMP) An abbreviated TMP memo will be developed summarizing up to three (3) alternative traffic staging concepts for the project and presenting which of the three (3) concepts is selected as the preferred staging alternative as coordinated with and selected by the City. The memo will include supporting documentation as follows: • Traffic staging concept exhibits - up to three (3) alternative concepts (50-scale exhibits), for use in selecting preferred alternative by City. 8 of 19 • Traffic detour exhibits— up to two (2) detour or alternate route exhibits (100-scale), for presentation to IDOT Detour Committee. • Abbreviated TMP Memo narrative including a summary of the concepts investigated, preferred concept, detour route discussion, and expected disruptions to local businesses and impacted roadways and access points. Traffic and Crash Analysis - Deliverables: • Existing traffic data for Kimball St and IL 31 Intersection (provided by HLR inc.) • Traffic and safety PDR narrative text and collision diagrams • Abbreviated Traffic Management Plan (IMP) memo and supporting documents 6. Geometric Studies This task includes identifying and establishing the preferred roadway geometry for the project and is broken down by sub-tasks as follows: Geometric Planning Workshop An initial geometric planning phase is included in the scope, culminating in a planning workshop with the City. This initial subtask will complete a cursory investigation of different alignments/profiles for both Kimball Street and the Fox River Trail within the context of notable geometric constraints within the project limits (i.e., IL 31 intersection, at-grade railroad crossing, Fox River, existing Fox River Trail). The overall objective of this phase is to narrow down the list of geometric alternatives that may be feasible for advanced consideration within the Alternatives Analysis phase of the project. The design team will develop initial planning level exhibits to facilitate a workshop review of Kimball Street and Fox River Trail alignments/profiles. A Geometric Planning Workshop will be held with City staff to discuss overall project geometrics and constraints. The takeaways of the planning workshop will be summarized in a brief technical memo, for internal use by the City and design team. Alternatives Analysis Based on the results of the traffic and crash analysis, the initial Geometric Planning Workshop and in coordination with the structural design, up to three (3) preliminary concept level geometric alternatives associated with the Kimball Street Bridge and Fox River Trail will be developed for evaluation. Alternative design will include horizontal and vertical alignment, roadway, pedestrian, and bicycle accommodations including evaluation of the Fox River Trail, and railroad grade crossing considerations. 9 of 19 Benesch will coordinate with the City and evaluate the alternatives to select the preferred alternative to be used to advance the Phase I geometric design package. This will include a coordination meeting and alternatives analysis memo summarizing the alternative evaluation process and findings and providing one (1) 50 scale exhibit for each alternative. Geometrics Package Once the preferred alternative has been established, Benesch will prepare typical section exhibits, preliminary plan-profile sheets (50-scale), and design exception forms (BLR 22120) for submittal to the City of Elgin and IDOT. Cross section sheets will be produced at critical locations in accordance with IDOT requirements. Preliminary ADA ramp designs will be prepared for the proposed sidewalk (up to 16 locations). Any required design exceptions will be noted in the IDOT design exceptions form along with supporting documentation. These items will be compiled into a preliminary (30%) geometrics package and submitted to the City of Elgin and IDOT for review and approval electronically. The geometrics package approval will be included in the PDR. IDS Preparation An Intersection Design Study (IDS) will be prepared for the intersection of Kimball Street and IL 31 in accordance with IDOT requirements. The IDS package will include the plan-profile capacity sheets, Autoturn diagrams, and intersection sight distance checks and will be submitted to the City and IDOT for review and approval. Geometric Studies - Deliverables: • Geometric Planning Workshop—technical memo • Typical Sections • Plan and Profile Sheets • Cross Section Sheets • ADA Ramp Design • BLR 22120 Design Variance Forms • IDS package 7. Drainage Study This task will consist of an abbreviated Location Drainage Study (LDS) for Kimball Street within the project limits (approach roadway+ bridge). An initial drainage feasibility assessment will also be included as part of the evaluation of a Fox River Trail underpass of Kimball Street. 10 of 19 Abbreviated Location Drainage Study(LDS) Work will begin with a review of the existing bridge/roadway plans against project survey data to assess level of accuracy and completeness. A one-day site visit by two hydraulic engineers will complete a field review of the existing conditions. The plan/survey review, in combination with the field review and coordination on past drainage issues with the City, will be the first step in analyzing the existing drainage conditions to identify any issues and note where improvements can be made. The drainage analysis and design will be based on IDOT, Kane County, and local agency design criteria, as applicable. The existing drainage analysis will determine adequacy of existing system in the approach roadway section, including what drainage infrastructure can be reused in the proposed condition. During this analysis existing pipe capacity, inlet spacing, and pipe condition will be evaluated. Capacity and inlet spacing will be based on Bulletin-75 rainfall data. A preliminary alternative evaluation of up to four (4) proposed drainage concepts will be completed for the bridge approach roadway sections. Concepts will be schematic, consisting of a horizontal layout for each alternative concept. Design team coordination will be part of the concept stage. Once a preferred drainage concept is chosen storm sewer calculations will be provided. Calculation will entail pipe sizing for storm sewers in the project area to account for the updated flows associated with Bulletin-75 rainfall data. Calculations will be done in OpenRoads SUDA. In addition, detention calculations will be provided to ensure that the proposed flow is less than the existing flow at the outlets. Volume and Orifice sizing will be provided for two outlets, one on the east side of the Fox River and one on the west side of the Fox River. It is assumed that all detention will be underground. Calculations will be in done in PondPack utilizing Bulletin-75 rainfall data. The preferred alternate will be refined based on a constructability review and assessment of ROW impacts in areas close to existing ROW. This is limited to locations within the project limits. As part of the report an existing drainage map consisting of one 200 scale plan view exhibit showing existing drainage features and outlet to the Fox River will be provided. In addition, a proposed drainage map with one 200 scale plan view exhibit showing proposed drainage features and outlets to the Fox River will be provided. The Proposed Drainage Plan will include two 50 scale plan and profile sheets showing the mainline sewer (rim, invert, size, and slope). 11 of 19 The abbreviated LDS report will be prepared in accordance with requirements listed in the IDOT Drainage Manual. The scope includes three rounds of LDS report submittal (one to the City , then a draft and final submittal to IDOT). Two rounds of LDS report revisions are included (one to City comments, one to IDOT comments). The following assumptions are being made with respect to the scope work associated with the abbreviated LDS: • Net New Impervious Area will be less than 5,000 sq ft. Per Kane County SMO, a detention storage facility is not required (0.15 cfs/acre); however, general detention will still be required to ensure proposed flows are not increased. • Stormwater Mitigation/BMP will be provided per 9-107.0 of the Kane County SMO. Fox River Trail Underpass—Drainage Feasibility Assessment: Within this project, construction of a Fox River Trail underpass of Kimball Street is being considered. As part of the underpass alternative evaluation, an initial drainage feasibility assessment will be completed. The objective of this initial assessment will be to consider the impacts of adjacent river elevations, existing storm sewer location/routing and potential volumes of runoff within a new underpass to determine the need for additional drainage facilities (i.e., pump station) to facilitate construction of a trail underpass. A brief technical memo will be developed to summarize the findings of this drainage feasibility assessment. If a trail underpass is the preferred Fox River Trail crossing alternative selected for advancement, and preliminary design of additional drainage facilities (i.e., pump station) is required, this work will be completed as supplementary services outside the scope of work of this contract. Drainage Study - Deliverables: • Abbreviated LDS (draft and final) - memo • Fox River Trail Underpass Drainage Feasibility Assessment—technical memo 8. Hydraulic Study This task will consist of a hydraulic study of the Fox River through the Kimball Street Bridge area. Note that the existing Kimball Street spillway is located immediately south of the bridge and is being studied for potential removal by the USACE. Given uncertainties with spillway removal feasibility and timeline, the proposed scope of work herein does not consider the potential removal of the spillway and its impacts on hydraulics. 12 of 19 The study will include analysis of up to four (4) different hydraulic openings at the bridge. This will include consideration of pier geometry, low beam elevations, and low pavement elevations across the bridge. HEC-RAS modeling, output only, will be created for the four (4) drainage alternatives. One preferred alternative HEC-RAS model will be created. Scour, Comp Storage, and the report will be based off this model. Scour analysis will be done for contraction, pier, and abutment scour using Hydraulic Toolbox (HEC-18 method). Compensatory storage determination will be completed for any fill in the 10- and 100-year floodplains. The hydraulic report will be prepared in accordance with the IDOT Drainage Manual and include the following: • Narrative • One Waterway Information Table (WIT) for the preferred bridge design with the existing and natural conditions. • One Hydraulic Report Data Sheet for the preferred bridge design. • Maps/Photos including location map, FIRM map, and annotated photos from the field review. • Plan/Profile/Cross Section Exhibits as required per Figure 2-402.02a-e of the IDOT Drainage Manual. The scope of work includes three rounds of hydraulic report submittal (one to the City, then a draft and final submittal to IDOT). Two rounds of hydraulic report revisions are included (one to City comments, one to IDOT comments). The following assumptions are being made with respect to the scope of work associated with the hydraulic report: • An independent project is being completed by others to study water intake improvements along the Fox River 1-mile north of the bridge. This water intake study is anticipated to be completed prior to the start of hydraulic work within this bridge project. It is assumed the following items will be provided by the City and/or independent water intake study project team: o Bathymetric survey data between the spillway south of the bridge and water intake facility 1-mile north of the bridge. o HEC-RAS models, including: ■ Duplicative Effective ■ Corrected Effective ■ Existing Conditions • No hydrologic analysis for the Fox River is required. FEMA flows will be used in the analysis. 13 of 19 Hydraulic Study - Deliverables: • Hydraulic Report (for PBDHR) 9. Structural Design Benesch will complete preliminary structural design work in support of a proposed Fox River bridge rehabilitation/replacement solution, as well as a new Fox River Trail crossing of Kimball Street. The main structural work tasks can be broken down as follows: Structural Alternatives Evaluation A Value Planning session will be held with the City to determine up to five (5) different structural alternatives to be evaluated for replacement of the Kimball Street Bridge over the Fox River, and up to three (3) different alternatives for the addition of a direct Fox River Trail Crossing at Kimball Street on the east side of the river. The scope of work has been developed under the assumption the following structural alternatives will be evaluated for the bridge and trail crossing: Fox River Bridge • Rehabilitation —superstructure replacement with substructure retrofit • Complete Replacement— multi-span beam bridge— layout #1 • Complete Replacement— multi-span beam bridge— layout #2 • Complete Replacement— multi-span beam bridge— layout #3 • Complete Replacement— single span bridge - signature tied arch structure Fox River Trail Crossing at Kimball Street • Trail underpass structure at Kimball Street • Trail overpass structure at Kimball Street • Integrated Fox River Bridge solution — bridge extends over trail The alternatives evaluation phase will include preliminary evaluation of the following items for each alternative evaluated: • Site-specific constraints and geometric requirements • Anticipated scope of work • Bridge layout • Superstructure and substructure type • Constructability and staging • Aesthetics • Cost (initial construction and long-term) 14 of 19 A Structural Alternatives Evaluation Memo will be developed to document the findings of the evaluation. An independent memo will be produced for the Fox River Bridge and the Fox River Trail Crossing. The memos will be submitted to the City for review. Benesch will have a review meeting with the City to determine the preferred alternatives for advancement. Abbreviated Bridge Condition Report (ABCR)—Fox River Bridge Due to the overall deteriorated condition of the bridge and low sufficiency rating, the Kimball Street bridge qualifies for complete replacement funding and a full BCR is not anticipated to be required by IDOT for approval of the recommended scope of work. This scope assumes Benesch will prepare an ABCR following the latest edition of IDOT's Bridge Condition Report Procedures & Practices Manual. The purpose of the ABCR will be to document the condition of the existing structure and provide brief write-ups on the expected scope of work and justification for the recommended scope. The bridge will be inspected prior to drafting the ABCR. The hours for the ABCR include an in- depth inspection and condition survey of the above water elements of the substructure to assist with a feasibility assessment of incorporating retrofit existing substructure units into the proposed structure. A snooper truck is anticipated to access the under-deck bridge elements over the Fox River which will require lane closures. Any required permits for the lane closure will be coordinate with the City following IDOT highway standards. No other permits are anticipated nor are any include in this scope of work. An underwater inspection will not be completed as part of the BCR task; rather the latest underwater inspection report prepared by others will be used as a basis for evaluating the below-water elements of the bridge. The ABCR will be submitted to the City and IDOT District 1's Bureau of Local Roads and Streets (BLRS). IDOT Bureau of Bridges and Structures (BBS) approval of the ABCR is required. Type, Size & Location (TS&L) Plans Based on the preferred alternative resulting from the alternative evaluation stage and the approved BCR (river bridge only), Benesch will prepare and submit a formal TS&L plan in accordance with standard IDOT practice for the Fox River Bridge and the Fox River Trail Crossing structure. This effort will include preliminary design and analysis, submittal to IDOT as required, and follow up and addressing of comments to the original submittal plans. IDOT BBS approval of the TS&Ls is required. Benesch will research the information needed for the required Asbestos Determination Certification (BLR 10220) and will prepare the form for IDOT submittal. 15 of 19 This task will also include a constructability review focused on bridge rehabilitation and staging. The review will be completed by Benesch construction personnel and documented with a brief internal memo of findings. A separate memo will be produced for each structure. Preliminary Bridge Design & Hydraulic Report(PBDHR) Once a preferred design is selected for the Fox River Bridge, the IDOT required PBDHR with supporting documentation and proposed models will be prepared and submitted to City for review. Upon approval by the City, the PBDHR will be submitted to IDOT for their review and approval. Structural Design - Deliverables: • Structural Alternatives Evaluation Memo (draft and final) - Fox River Bridge & Fox River Trail Crossing at Kimball Street • Abbreviated Bridge Condition Report (ABCR) - Fox River Bridge only • TS&L plans - Fox River Bridge & Fox River Trail Crossing • Asbestos Determination Certification BLR 10220 form — Fox River Bridge only • Scour Critical Evaluation (SCE) form — Fox River Bridge only • Constructability review memo (for internal use) - Fox River Bridge & Fox River Trail Crossing • PBDHR BLR 10210 form (with analysis models for hydraulics)— Fox River Bridge only 10. Geotechnical Studies See attached scope from Rubino Engineering, Inc. This task also includes Benesch coordination of geotechnical work performed by Rubino. 11. Metra Grade Crossing Coordination This task includes coordination with Metra, the Illinois Commerce Commission (ICC) and IDOT related to the grade crossing of the Milwaukee District West Line at Kimball Street. The grade crossing is located close to the west approach of the Kimball Street Bridge. This task is intended to engage Metra, the ICC and IDOT to determine design and operational requirements and prepare the necessary Phase I documentation. This task includes the following scope of work: • Coordination meetings with Metra, ICC and IDOT—Three (3) meetings; 2 in-person (1 is field diagnostic meeting), 1 virtual. • Preparation of Grade Crossing Conceptual and Preliminary Plans with submittals to ICC, Metra and IDOT. Dispositions to review comments will be provided. Plans are required for the Project Development Report and are based on the ICC standards. It shows detail 16 of 19 of the roadway and bridge design in the vicinity of the crossing as well as the required equipment. • Preparation of a new Traffic Signal/Railroad Report/Study. Dispositions to review comments will be provided. • Preparation of costs associated with Grade Crossing work for the PDR Cost Estimate. The Cost Estimate will include grade crossing modifications, signals interconnected with warning devices, vehicular and pedestrian gates, other equipment, easement agreement between Metra and City, flagging and insurance costs. Metra Grade Crossing Coordination - Deliverables: • Meeting agenda packets and minutes • Grade Crossing Conceptual and Preliminary Plans • Traffic Signal/Railroad Report/Study • Records of Conversation (ROC) and e-mails of all coordination activities with Metra, the ICC and IDOT 12. Public Involvement Program This task includes a public involvement program intended to engage local and regional stakeholders at key points during the Phase I process. See attached scope from Metro Strategies Group. This task also includes Benesch participation in the public involvement program, including preparation of public presentation quality renderings of the alternatives and proposed improvements, attendance at stakeholder and public meetings, and coordination of Public Involvement work performed by Metro Strategies Group. Public Involvement Program - Deliverables: • Stakeholder and Public Meeting Materials • Meeting minutes/summaries • Publication of meeting notices 13. Project Development Report (PDR) A draft PDR in IDOT BLR format for a Categorical Exclusion (BLR22211 or BLR22210) will be developed and will incorporate the environmental, coordination, public involvement, and engineering aspects of the project. A Draft PDR will be developed and submitted to the City for review. Comments received by the City will be incorporated and the Draft PDR will be submitted to IDOT BLR for review. Upon IDOT review and completion of the final Public Meeting and receipt of environmental clearances and design approvals, a Final PDR will be 17 of 19 developed and submitted to the City and IDOT for review and approval. The Final PDR will include a 30% level cost estimate for the preferred alternative. All PDR submittals are expected to be electronic. PDR - Deliverables: • Cost Estimate • Project Development Report (Draft and Final) 14. Agency Coordination This task includes design coordination with the various agencies impacted by the preferred alternative as established through the preliminary evaluation process. The following coordination meetings are anticipated: • Initial kick-off meeting with the City of Elgin to include, but not be limited to, Engineering and Economic Development— 1 meeting, in person • Design review/coordination meetings with the City of Elgin (one per month) — 24 meetings, virtual • Coordination meetings with TranSystems related to the Chicago Street Bridge Project— 8 quarterly meetings, virtual • Coordination meetings with Kane County Forest Preserve/IDNR/City of Elgin regarding Fox River Trail Crossing - 2 meetings, virtual • IDOT Bureau of Local Roads and Kane/Kendall Council of Mayors kick-off meeting— 1 meeting, virtual • IDOT/FHWA coordination meetings— 2 meetings, virtual • IDOT Detour Committee— 1 meeting, virtual • IDOT Cultural Coordination Meeting— 1 meeting, virtual • Coordination Meetings with U.S. Army Corps of Engineers related to spillway work - 2 meetings, virtual • Coordination Meetings with EEI/Stantec/City related to river intake improvement work - 2 meetings, virtual • Coordination Meetings with Fox River Water Reclamation District - 2 meetings, virtual In association with the above coordination meetings, the Consultant will prepare and distribute meeting agendas/minutes, distribute exhibits and meeting materials, submit project documents to agencies and complete follow up correspondence. Within this task, the Consultant will also assist with the development of a funding strategy for future project phases. The intent will be to identify potential funding sources at the local, state, 18 of 19 and federal level that may be applicable and develop a plan for monitoring and/or pursuing grant opportunities. Agency Coordination - Deliverables: • Meeting agenda packets and minutes • Funding strategy documentation 15. Quality Control/Quality Assurance (QC/QA) This task will include the internal processes necessary to ensure consistency and accuracy of documents and deliverables. Deliverables will be checked by independent peer reviews prior to delivery to the City and IDOT. Documentation of QC/QA procedures will be maintained and will be furnished upon request to the City. QC/QA - Deliverables: • QA/QC documentation 16. Project Administration Administration consists of project management responsibilities such as project scheduling activities, invoicing, and staffing resource management to provide a quality product on schedule and within budget. Benesch will prepare progress reports and invoices on a four- week cycle. These progress reports and invoices will be in a format acceptable to the City. Benesch will prepare and maintain a project schedule, including a breakdown of the major tasks depicting the project's key milestones and deliverables for Phase I. Project Administration - Deliverables: • Progress Reports • Invoices • Project Schedule • Records of Conversation (ROC) 19 of 19 rubino ENGINEERING INC. September 13, 2022 To: Scott Wojteczko, PE, SE Re: Proposal - Geotechnical Exploration Benesch Proposed Kimball St Bridge 35 W. Wacker Drive, Suite 3300, Reconstruction Chicago, IL 60601 Kimball Street over the Fox River Elgin, IL Proposal No. Q22.130g_REV1 Via email: swojteczko a(�benesch.com Dear Mr. Wojteczko, Rubino Engineering, Inc. (Rubino) is pleased to submit the following proposal to provide geotechnical engineering services for the above referenced project. Rubino is part of a team coordinated by Scott Wojteczko, PE, SE of Benesch and has asked for costs estimates via email on September 2, 2022 . PROJECT UNDERSTANDING Rubino understands that Benesch has been selected by the City of Elgin to perform Phase I design for the proposed Kimball St bridge over the Fox River. The project is proposed to include a bridge replacement with potential widening to include a multi-use path on the north side of the bridge, a potential connection of the Fox River Trail on the east side of the bridge and raising and leveling the roadway with the proposed bridge. The proposed geotechnical work may require the procurement of IDOT, Metra, and the Army Corps of Engineers permitting procurements, barge drilling, lane closures, and rock coring. Benesch will finalize boring locations at a later date. • • �% K. ;is!: F r IP .dr �y f' • f `z,,_ %Ltd. -,.1. .�Y ! , • t - 7(' 'S `+ :. �, ' 7< a,tY h)_ e.�t : �r a... +_.,*'.t" :% k Jr-TKO - i . .. : _,,„.. P! .4-:;.- 41 1.1; ?::.:' ••• 114 : *r.1:.,-' -.P:-,i.. ;11:',7.:f.h1.4•.' •..4,-'1;', 'Z:-.,"'.- ., ..i'l- . '_.mac=. ^.._ -: • ," 11-.1 'x ,::' . . 1' Rubino Engineering,Inc.•425 Shepard Drive•Elgin,IL 60123 •847-931-1555•847-931-1560(Fax) Proposed Kimball Street Bridge Replacement in Elgin,Illmo s September 13,2022 Rubino Proposal No.Q22.130g_REVI Page 2 of 11 Information received: • RFP email from Scott Wojteczko, PE, SE of Benesch on September 2, 2022 . • Drawing —"Pages from RFQ 22-016 Kimball St over Fox River Phase I — Final" o Existing Structure Piles from provided drawings • Number of Piles 7 PILE DATA • Type: HP 10 X 42 TYPE 1l10:42 • Capacity: 56 Tons CAPACITY 56 TO • Estimated Length 35 ft EST. LENGTH 35 FEET ID. 1E'0 3T TEST PILE J Design Criteria received: none; Rubino will need to receive the following to issue the geotechnical report. • Boring elevations • Current TS&L that includes the following: • Scour report and elevation • Bridge Type and description for SGR text • Information for pile driving spreadsheet: o Pile Cutoff Elevation (if applicable) o Elevation of soil against pile during driving o Abutment loading (kips) o Abutment Length Historical Boring Log Review: The documents provided included historical boring logs. After reviewing the provided data, the existing subsurface conditions have approximately 25 to 35 ft of soils overlain by dolomitic limestone with reported high rock quality. Profile of borings looking south. 1 .•••••TR O,. 7 Iw ....--•an - -- a.IR .�° • —.. , T,•.a. TARS ..•cwe S SS 1 •• .. ..' 0.•,aircsi: .•x r..�. 1 «••..• 7. ...,..•..�. .ww�. a T..w ur.r •••o•eAo C x ,• *▪ _--�. ..•oa..u-•...... - -sue • ' •f000•Y. .1•m lsn r000lo soar; _ - . •goo: i. 7 dL a lDai• Y.a•...u.r. :� p .Auk ewe !NS•.S.aD 0:1A/.11�•SIAO •5OOO •iSrD a f •3500 10 T30 .rr.•.Si •..r. •anwn, w••r•Y Y ?• •r•w ua• .21'.: M •.oTTr mamatw �• IUr..TX .S b .')TwR lP•SECTIo-Illl Frxe*DENIMS/:NTERSEET Mo.,TORTOoERENTS ItihRiLLI STREET ,1%25.3 Bedrock elevation Rubino Engineering,Inc. Proposed Kimball Street Bridge Replacement in Elgin,Illinois September/3,2022 Rubino Proposal No Q22.130g_REVI Page 3 of 11 Boring Depths and Information To obtain data to evaluate subsurface conditions within the proposed development/construction areas. Rubino proposes the drilling scope of work as detailed below: Kimball Street Borings NUMBER OF DEPTH REGULATORY SPT SAMPLING BORINGS (FEET BEG*) AGENCY INTERVALS 2 50" Elgin / IDOT/ Metra 2 % ft to 30 ft, 5 ft intervals 3 50** US Army Corps of thereafter; 15 ft Engineers bedrock core 5 borings 250 LF Estimated 7 days setup and drilling *BEG = below existing grade **Depths are estimated from water or ground surface Proposed Pedestrian Path with Retaining Wall Structure Borings NUMBER OF DEPTH REGULATORY BORINGS BEG*) AGENCY SPT SAMPLING INTERVALS 1 40 Elgin 2 1/ ft to 30 ft, 5 ft intervals thereafter; 5 ft bedrock core 1 boring 40 LF Subgrade Borings NUMBER OF BORES DEPTH SPT SAMPLING WITH PAVEMENT (FEET REGULATORY AGENCY THICKNESS BEG*) INTERVALS 3 10 Elgin / IDOT/ Metra 2 '/z ft to 10 ft 3 borings & cores 30 LF Should any of the information on which this proposal has been based, including as described above, be inconsistent with the planned construction, Rubino requests to be contacted immediately in order to make any necessary changes to this proposal and scope of work. SCOPE OF SERVICES DISCUSSION The following sections outline the scope of services developed based on the information provided by the client and the information listed above in order to provide a geotechnical exploration the planned project. The exploration will be performed in general accordance with both the requested proposal information and Rubino's current understanding of the project. Rubino Engineering, Inc. Proposed Kimball Street Bridge Replacement in Elgin.Illinois September 13,2022 Rubino Proposal No Q22.130g_REVI Page 4 of 11 Site Access The proposed project will require multifaceted site access coordination with multiple regulatory agencies. See the agencies below and Rubino's understanding of their permitting requirements, if additional costs apply Rubino will inform the client: • Illinois Department of Transportation (SGB-03 & BSB-01) o Borings within the right-of-way of Illinois Route 31 and traffic signals o $5,000 to $15,000 bond o OPER 1045 & OPER 1046 o Municipality (City of Elgin) Review • Metra Rail Road (BSB-01) c Signal utility locating required c Railroad liability insurance c $ 1,000 contract preparation fee • US Army Corps of Engineers (BSB-02 through BSB-04) c Fox River is Navigable Waters within the Chicago District that is regulated under Section 10 of the Rivers and Harbors Act of 1899 • 11 hours of coordination hours • $100 permit fee • City of Elgin c Public notice of borings along Fox River Trail c Borings will take place in the grassy areas to avoid brick paver damage Rubino has budgeted $10,000 for permitting fees for this project. Subject to change based on agency requirements after review. Barge Drilling Borings are proposed to be drilled within 4. • the Fox River which requires barge ". it drilling. Rubino may subcontract these borings. Barge drilling will require fabricating a barge deck that will have ' access around the drill rig and allow "� advancement of the boreholes via a `moon-hole' or otherwise. Rubino will � s subcontract a union barge company to provide and the fabrication of the barge and mobilizing to approximate boring locations. The final setup will be similar ,. to the one shown to the right. Traffic Control Borings in the roadway will require single-lane closures. Rubino will subcontract a traffic control company to provide the closures. In addition to single-lane closures railroad flagmen are required per Metra Rail Road which is a minimum $1,500 per day upfront cost in addition to the permitting. Rubino Engineering,Inc. Proposed Kimball Street Bridge Replacement in Elgin.Illinois September 13,2022 Rubino Proposal No Q22.I30g_REVI Page S of!! Boring Locations The approximate proposed boring locations are shown below, Benesch will finalize boring locations at a later date. Rubino recommends that the borings be located and surveyed for elevation by others prior to drilling. If the borings cannot be surveyed, Rubino will locate the borings in the field by measuring distances from known, fixed site features. -r-7.- - le.". - 4,\ ' i . ' • ?maim;• \ III111 may.'* —. 14 t t A \ fliAlir . 0 '--,.. • -t3SQ p... . MANE Ai,.'' ( .i,.1_1 Ii P . '!., -.:. w •� cBSB'020n r ' eBSB 05 _i' C w ;.\.. .,..-. ik.. •_ 't It• ' ®�-i 4 e S i�l'J"1..i . ,, 4 1-1 , . , , . ,. , A .,. . ___ - . . 1 , - 1 • •r G 111 � •• _ _ �.. . __Ai'. SPT - Soil Sampling Soil sampling will include split-barrel samples (ASTM D 1586) or thin-walled tube samples on cohesive soils (ASTM D 1587) at 2 1/2 - foot intervals to a depth 30 feet and 5 - foot intervals thereafter, as applicable. If unsuitable bearing soils are encountered within the borings as proposed herein, the borings will be extended an additional 5 feet to attempt to end the borings in suitable soils. If unsuitable soils persist at the end of an additional 5 feet the client will be contacted prior to demobilizing. Unsuitable soils will be defined by field personnel using the following criteria: • Cohesive soils with an N value less than or equal to 6. • Granular soils with an N-value less than 10. • Black cohesive or silty soil with visible signs of organic matter and / or organic odor and low blow counts as described above. Completion of Borings Upon completion of drilling and coring, the borings will be backfilled with soil cuttings and capped with asphalt cold patch or non-shrink grout. Some damage to ground surface may result from the Rubino Engineering, Inc. Proposed Kimball Street Bridge Replacement in Elgin,Illinois September 13,2022 Rubino Proposal No Q22.130g_REVI Page 6 of 11 drilling operations near the work areas and along ingress/egress pathways. Rubino will attempt to minimize such damage, but no restoration other than backfilling the soil test borings is included. It should be noted that over time, some settlement may occur in the bore hole. If Rubino is requested to return to the site for the purpose of filling any bore holes that may have settled, additional time and material charges may apply. Geotechnical Laboratory Testing The soil samples obtained during the field exploration program will be transported to the laboratory for classification and a limited number of laboratory tests. The nature and extent of the laboratory testing program is at the discretion of Rubino Engineering, Inc. and will depend upon the subsurface conditions encountered during drilling. Laboratory testing will be performed in accordance with ASTM procedures and may include examination of selected samples to evaluate the soils' index properties and relative strength characteristics. Based on the proposed quantity of soil borings, anticipated depths, and project type, a list of the anticipated laboratory tests are summarized below. LABORATORY TEST ESTIMATED SAMPLE TYPE QUANTITY Atterberg Limits 6 Split spoon, bulk, or Shelby Tube Hydrometer 6 Split spoon, including D-50 Unconfined Compression Test 8 Bedrock Coring Natural Moisture Content 124 Shelby Tube, Cohesive Samples Organic Content 4 Split spoon, bulk, or Shelby Tube STRUCTURE GEOTECHNICAL REPORT (SGR) Two Structure Geotechnical Reports will be delivered. One SGR for the Fox River Bridge and one SGR for the Fox River Trail Crossing. • Cover Sheet and Table of Contents • Project Description and Scope • Field Exploration • Geotechnical Evaluations and Recommendations • Settlement • Slope Stability • Scour • Seismic Considerations • Foundation Recommendations • Construction Considerations • Appendices (Supporting Documentation): location map, boring plan and soil profile, boring logs, laboratory test results, SSR Charts, photographs An electronic copy of the report will be provided. The report will be addressed to Benesch. Rubino Engineering,Inc. Proposed Kimball Street Bridge Replacement in Elgin,Illinois September/3,2022 Rubino Proposal No Q22.130g_REVI Page 7of!/ PROJECT SCHEDULE Rubino proposes to initiate work on this project within 5 working days after receiving written authorization to proceed. Field work will be coordinated and performed in as timely a manner as governing agencies allow. Project schedules can be affected by weather conditions and changes in scope. If the report needs to be delivered by a specific day, please notify us as soon as possible. Preliminary verbal recommendations can be made to appropriate parties upon completion of the field investigation and laboratory testing. Rubino will need to receive a signed copy of this proposal intact prior to mobilizing the drill rig. UTILITY LOCATE AND OUTSIDE SERVICES Rubino will coordinate contacting the Utility "One-Call"for public utility clearance prior to the start of drilling activities. It is Rubino's experience that this service does not mark the locations of privately owned utilities. This proposal is based on privately owned utility locates being coordinated by the owner prior to drill rig mobilization. FEES Rubino proposes to charge the fee for performance of the outlined scope of services on a cost plus fixed fee basis per the attached CECS. Based on the scope of services outlined above, the fee will be: $169,003.00 (see attached CECS) Please see the attached fee schedule for additional unit rates for services requested after issuing the geotechnical report (drawing / spec review, scope or site layout change, etc.). Scope Limitations Project services do not include a site evaluation to determine the presence or absence of wetlands, hazardous substances, or toxic materials. Boring, sampling and testing requirements are a function of the subsurface conditions encountered. The proposed fee is based on the existence of adequate bearing materials being encountered within the proposed boring depths. Should conditions be encountered which require a deepening of borings or additional investigation, Rubino will notify you to discuss modifying the outlined scope of services. AUTHORIZATION If this proposal is acceptable to you, Rubino will perform the work in accordance with the attached General Conditions that are incorporated into and made a part of this proposal. Please sign below as notice to proceed and return one copy of this proposal intact to our office. Rubino will proceed with the work upon receipt of authorization. Rubino appreciates the opportunity to offer our services for this project and we look forward to working with your company. Please contact Rubino with questions pertaining to this proposal or requests for additional services. Rubino Engineering,Inc. Proposed Kimball Street Bridge Replacement in Elgin,Illinois September 13,2022 Rubino Proposal No.Q22.130g_REVI Page 8 of II Respectfully submitted. RUBINO ENGINEERING, INC. bff(j.dAstyi2A.r.,..at.t. Michelle A. Lipinski, PE Anthony . Tomaras President Project Manager RUBINO ENGINEERING, INC.IS: AN AASHTO-ACCREDITED LABORATORY IDOT PREQUALIFIED IDOT DBE-CERTIFIED(1 00%WOMAN-OWNED) MAL/file Attachments: Proposal Acceptance and Data Sheet Schedule of Services and Fees General Conditions **This is an electronic copy. Hard Copies of this proposal are available upon request. Rubino Engineering,Inc. Proposed Kimball Street Bridge Replacement in Elgin,Illinois September 13,2022 Rubino Proposal No.Q22.130g_REVI Page 9 of 11 PROPOSAL ACCEPTANCE: AGREED TO, THIS DAY OF , 202_. BY (please print): TITLE: COMPANY: SIGNATURE: PROJECT INFORMATION: 1. Project Name: 2. Project Location: 3. Your Job No: Purchase Order No.: 4. Project Manager: Telephone No.: 5. Site Contact: Telephone No.: 6. Number and Distribution of Reports: ( )Copies To: ( ) Copies To: Attn: Attn: Email: Email: ( )Copies To: ( ) Copies To: Attn: Attn: Email: Email: 7. Invoicing Address: Attn: Email: 8. Other Pertinent Information Or Previous Subsurface Information Available: Rubino Engineering,Inc. Proposed Kimball Street Bridge Replacement in Elgin,Illinois September 13,2022 Rubino Proposal No.Q22 130g_REVI Page 10 of 11 FEE REMARKS 1) All fees and services are provided in accordance with the attached Rubino General Conditions. 2) Unit prices/rates are in effect for 12 months from the date of this proposal and are subject to change without notice thereafter. Overtime rates are applicable for services performed in excess of 8 hours per day Monday through Friday. before 8:00 AM or 3) after 5:00 PM, and for all hours worked on Saturdays, Sundays and holidays. The overtime rate is 1.5 times the applicable hourly rate. 4) All rates are billed on a portal-to-portal basis. 5) Standby time due to delays beyond Rubino's control will be charged at the applicable hourly rate. 6) Transportation and per diem are charged at the applicable rates. �) Rates involving mileage(including transportation, mobilization,vehicle and trip charges)are subject to change based upon increases in the national average gasoline price. 8) A minimum charge of 4 hours applies to field testing and observation services. Scheduling or cancellation of field testing and observation services is required no less than the working day prior to the date the 9) services are to be performed. Services cancelled without advance and/or inadequate notice will be assessed a minimum charge of 4 hours. 10) For all Rubino services,a project managementengineering review charge will be billed for all reports issued for the scheduling/supervision of personnel and the evaluation/review of data and reports. 11) The minimum billing increment for time is a half hour. 12) A project set-up charge of a minimum of two hours applies to all projects. 13) Professional services rates are exclusive of expert deposition or testimony time. 14) Drilling and field service rates are based on OSHA Level D personnel protection. 15) For sites where drilling is to occur that are not readily accessible to a truck mounted drill rig, rates for rig mobility, site clearing, crew stand-by time, etc.will be charged as applicable. 16) If applicable the prevailing wage fees charged under this agreement will be adjusted if there is any change in the applicable prevailing wage rate established by the Illinois Department of Labor. 17) Services and fees not listed on this schedule may be quoted on request. Rubino Engineering,Inc. Proposed Kimball Street Bridge Replacement in Elgin,Illinois September 13,2022 Rubino Proposal No Q22 130g_REV! Page 11 of 1! GENERAL CONDITIONS 1.PARTIES AND SCOPE OF SERVICES: Rubino Engineering.Inc shall include said company or its particular division subsidiary or affiliate performing the services 'Seances-means the specific geotechnical,analytical,testing or other service to be performed by Rubino Engineenng.Inc.as set forth in Rubino Engineering.Inc.'s proposal.Client's acceptance thereof and these General Conditions. Additional services ordered by Client shall also be subject to these General Conditions 'Client'refers to the person or business entity ordering the services to be done by Rubino Engineering,Inc. If Client is ordenng the services on behalf of another.Client represents and warrants that it is the duly authorized agent of said party for the purpose of ordering and directing said services. Unless otherwise staled in writing.Client assumes sole responsibility for determining whether the quantity and the nature of the services ordered by the client is adequate and sufficient for Client's intended purpose. Client shall communicate these General Conditions to each and every third party to whom Client transmits any part of Rubino Engineering,Inc.'s services Rubino Engineering.Inc shall have no duty or obligation to any third party greater than that set forth in Rubino Engineering,Inc.'s proposal,Client's acceptance thereof and these General Conditions. The ordering of services from Rubino Engineering,Inc,or the reliance on any of Rubino Engineering,Inc.'s work,shall constitute acceptance of the terms of Rubino Engineering,Inc's proposal and these General Conditions,regardless of the terms of any subsequently issued document. 2.TESTS AND INSPECTIONS: Client shall cause all tests and inspection of the site,materials and work performed by Rubino Engineering.Inc or others to be timely and properly performed in accordance with the plans.specifications and contract documents and Rubino Engineering,Inc's recommendations. No claims for kris,damage or injury shall by brought against Rubino Engineering.Inc.by Client or any third party unless as tests and inspections have been so performed and unless Rubino Engineering.Inc.'s recommendations have been followed. Client agrees to indemnify,defend and hold Rubino Engineering,Inc.,its officers.employees and agents harmless from any and a0 claims,suits.losses,costs and expenses,including.but not limited to.court costs and reasonable attorneys fees in the event that all such tests and inspections are not so performed or Rubino Engineering.Inc.'s recommendations are not so followed except to the extent that such failure is the result of the negligence,willful or wanton act of omission of Rubino Engineering,Inc.,its officers,agents or employees,subject to the limitation contained in paragraph 9. 3.SCHEDULING OF SERVICES: The services set forth in Rubino Engineering,Inc.'s proposal and Client's acceptance will be accomplished In a timely.workmanlike and professional manner by RUBINO ENGINEERING,INC.personnel at the prices quoted. If Rubino Engineering,Inc.is required to delay commencement of the services or If,upon embarking upon its services.Rubino Engineering.Inc is required to stop or interrupt the progress of its services as a result of changes in the scope of the services requested by Client,to fulfill the requirements of third parties.interruptions in the progress of construction,or other causes beyond the direct reasonable control of Rubino Engineering,Inc.additional charges will be applicable and payable by Client 4.ACCESS TO SITE: Client will anarge and provide such access to the site as is necessary for Rubino Engineering.Inc.to pedorn the services. Rubino Engineering.Inc.shall take reasonable measures and precautions to minimize damage to the site and any improvements located thereon as the result of its services or the use of its equipment:however,Rubino Engineering,Inc has not included in its fee the coal of restoration of damage which may occur If Client desires or requires Rubino Engneenng,Inc.to restore the site to its former condition,upon written request Rubino Engineering.Inc.Will perforrn such additional services as is necessary to do so and Client agrees to pay Rubino Engineering.Inc.for the cost 5.CLIENT'S DUTY TO NOTIFY ENGINEER: Client represents and warrants that it has advised Rubino Engineering,Inc.of any known or suspected hazardous materials,utility lines and pollutants at any site at which Rubino Engineering.Inc.is to perform services hereunder,and unless Rubino Engineering,Inc.has assumed in writing the responsibility of locating subsurface objects,structures,lines or conduits. Rubino Engineering,Inc.may use such information in performing its services and is entitled to rely upon the accuracy and completeness thereof. Client agrees to defend,indemnify and save Rubino Engineering,Inc.harmless from all claims,suits,loses costs and expenses,including reasonable attorney's fees as a result of personal injury,death or property damage occurring with respect to Rubino Engineering,Inc.'s performance of its work and resulting 10 or caused by contact with subsurface of latent objects,structures,lines or conduits where the actual or potential presence and location thereof were not revealed to Rubino Engineenng,Inc.by Client and/or by any of Cient's subcontractors or sub consultants 6.RESPONSIBILITY: Rubino Engineenng.Inc.'s services shall not include determining supervising or implementing the means.methods,techniques.sequences or procedures of construction. Rubino Engineering,Inc shall not be responsible for evaluating,reporting or affecting job conditions concerning health.safety or welfare. Rubino Engineering.Inc.'s services or failure to perform same shall not in any way excuse any contractor,subcontractor or supplier from performance of its work in accordance with the contract documents. Rubino Engineering.Inc.has no right or duty to stop the contractor's work. 7.SAMPLE DISPOSAL. Unless otherwise agreed in writing,test specimens or samples will be disposed immediately upon completion of the test All drilling samples or specimens will be disposed sixty (60)days:inter submission of Rubino Engineering,Inc.'s report. 6.PAYMENT: Client shall be invoiced once each month for services performed during the preceding period. Client agrees to pay each invoice within thirty(30)days of its receipt Client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause in wnting with said thirty(30)day period at the rate of eighteen(18)percent per araum(or the maximum interest rate permitted under applicable law),until paid Client agrees to pay Rubino Engineering.Inc.'s cost of collection of all amounts due and unpaid after sixty(60)days,including court costs and reasonable attorney's fees. Rubino Engineering,Inc.shall not be bound by any provision or agreement requiring or providing for arbitration or disputes or controversies arising out of this agreement,any provision wherein Rubino Engineering.Inc.waives any rights to a mechanics'lien,or any provision conditioning Rubino Engineering,Inc.'s nght to receive payment for its services upon payment to Client by any third party. These General Conditions are notice,where required,that Rubino Engineering,Inc.shall Me a lien whenever necessary to collect past due amounts. Release of such lien shall be given only when payment in full has been received for services duly rendered. Failure to make payment within thirty(30)days of invoice shall constitute a release of Rubino Engnneeng,Inc from any and all claims which Client may have, whether in tort,contract or otherwise and whether known or unknown at the time 9.STANDARD OF CARE: RUBINO ENGINEERING,INC.'S SERVICES WILL BE PERFORMED,ITS FINDINGS OBTAINED AND ITS REPORTS PREPARED IN ACCORDANCE WITH ITS PROPOSAL, CLIENT'S ACCEPTANCE THEREOF,THESE GENERAL CONDITIONS AND WITH GENERALLY ACCEPTED PRINCIPLES AND PRACTICES. IN PERFORMING ITS PROFESSIONAL SERVICES, RUBINO ENGINEERING,INC.WILL USE THAT DEGREE OF CARE AND SKILL ORDINARILY EXERCISED UNDER SIMILAR CIRCUMSTANCES BY MEMBERS OF ITS PROFESSION RUBINO ENGINEERING,INC.MAKES NO WARRANTIES,EITHER EXPRESS OR IMPLIED.IN CONNECTION WITH ITS SERVICES PROVIDED AS SET FORTH IN ITS PROPOSAL.CLIENTS ACCEPTANCE THEREOF,AND THESE GENERAL CONDITIONS STATEMENTS MADE IN RUBINO ENGINEERING,INC.REPORTS ARE OPINIONS BASED UPON ENGINEERING JUDGMENT AND ARE NOT TO BE CONSTRUED AS REPRESENTATIONS OF FACT SHOULD RUBINO ENGINEERING,INC.OR ANY OF ITS PROFESSIONAL EMPLOYEES BE FOUND TO HAVE BEEN NEGLIGENT IN THE PERFORMANCE OF ITS WORK.OR TO HAVE MADE AND BREACHED ANY EXPRESSED OR IMPLIED WARRANTY,REPRESENTATION OR CONTRACT,CLIENT,ALL PARTIES CLAIMING THROUGH CLIENT AND ALL PARTIES CLAIMING TO HAVE IN ANY WAY RELIED UPON RUBINO ENGINEERING,INC.'S WORK,AGREE THAT THE MAXIMUM AGGREGATE AMOUNT OF THE LIABILITY OF RUBINO ENGINEERING,INC,ITS OFFICERS. EMPLOYEES AND AGENTS SHALL BE LIMITED TO S10,000.00 OR THE TOTAL AMOUNT OF THE FEE PAID TO RUBINO ENGINEERING,INC FOR ITS WORK PERFORMED WITH RESPECT TO THE PROJECT,WHICHEVER AMOUNT IS GREATER. NO ACTION OR CLAIM.WHETHER IN TORT.CONTRACT OR OTHERWISE.MAY BE BROUGHT AGAINST RUBINO ENGINEERING,INC..ARISING FROM OR RELATED TO RUBINO ENGINEERING. INC'S WORK.MORE THAN TWO(2)YEARS AFTER THE CESSATION OF RUBINO ENGINEERING,INC.'S WORK HEREUNDER 10.INDEMNITY: To the fullest extent permitted by law,Client and Rubino Engineenng,Inc.each agree to indemnify the other party and the other party's officers.directors,partners.employees.and representatives,from and against losses,damages,and judgments ansing from claims by third parties,including reasonable attorneys'fees and expenses recoverable under applicable law,but only to the extent they are found to be caused by a negligent act,error,or omission of the indemnifying party or any of the indemnifying party's officers,directors,members,partners,agents,employees,subcontractors, or subconsultants in the performance of services under this Agreement. If claims,losses,damages,and judgments are found to be caused by the joint or concurrent negligence of Client and Rubino Engineering.Inc..they shall be borne by each party in proportion to its negligence. 11.TERMINATION: This Agreement may be terminated by either party upon seven(7)days'prior written notice. In the event of termination.Rubino Engineering.Inc.shall be compensated by Client for all services performed up to and including the termination dale,including reimbursable expenses and for the completion of such services and records as are necessary to place Rubino Engineering,Inc s files in order and/or protect its professional reputation Failure of Client to make payments when due stall be cause for suspension of services or.ultimately,termination.unless and until Rubino Engineering Inc.has been paid in full all amounts due for services.expenses and other related changes. 12. DISPUTE RESOLUTION: In the event of a dispute ansing out of or relating to this Agreement cr the services to be rendered hereunder,the Client and Rubino Engineering,Inc.agree to attempt to resolve such disputes in the following manner: 1)The parties agree to attempt to resolve any and all unsettled claims,counterclaims,disputes and other matters in question through direct negotiations between the appropriate representatives of each party.2)11 such negotiations are not fully successful,the parties agree to submit any and all remaining unsettled claims,counterclaims.disputes and other matters in question to mediation in accordance with the Construction Industry Mediation Rules of the American Arbitration Association,effective as of the date of this Agreement. 13.WITNESS FEES:Rubino Engineenng,Inc.'s employees shall not be retained as expert witnesses except by separate written agreement. Client agrees to pay Rubino Engineering.Inc's legal expenses, administrative costs and fees pursuant to Rubino Engineering.Incas then current fee schedule for Rubino Engineering.Inc.to respond to any subpoena. 14.NO HIRE:Client agrees not to hire Rubino Engineering,Inc's employees except through Rubino Engineering.Inc. In the event Client hires a Rubino Engineenng.Inc employee,Client shall pay Rubino Engineering,Inc.an amount equal to one-half of the employee's annual zed salary.with Rubino Engineering Inc.waiving other remedies it may have. 15.HAZARDOUS MATERIALS: Nothing contained within this agreement shall be construed or interpreted as requiring Rubino Engineering,Inc.to assume the status of an owner,operator,generator. storer,transporter,treater or disposal facility as those terms appear within RCRA,CERCLA.or within any Federal or State statute or regulation governing the generation.transportation,treatment,storage and disposal of pollutants. Client assumes full responsibility for compliance with the provisions of RCRA,CERCLA,and any other Federal or State statute or regulation governing the handling,treatment. storage and disposal of pollutants. 16.PROVISIONS SEVERABLE: The parties have entered into this agreement in good faith and it is the specific intent of the parties that the temps of the General Conditions be enforced as written In the event any of the provisions of these General Conditions should be found to be unenforceable,it shall oe stricken and the remaining provisions shall be enforceable 17.ENTIRE AGREEMENT: This agreement constitutes the entire understanding of the parties,and there are no representations,warranties or undertakings made other than as set forth herein This agreement may be amended,modified or terminated only in writing,signed by each of the parties hereto. Rubino Engineering,Inc. 41110 •woo I ' { di Hutt&Huff September 12,2022 via email:swoiteczko@benesch.com A Subsidiary of GZA Mr. Scott Wojteczko, PE,SE—Structural Group Manager/Vice President Alfred Benesch &Company 1230 E. Diehl Road—Suite 109 Naperville, IL 60563 Re: Phase I Environmental Services Kimball Street Bridge Over the Fox River—Elgin, Kane County, Illinois Proposal No.81.P013093.23 GEOTECNNICAL Dear Mr.Wojteczko: ENVIRONMENTAL ECOLOGICAL Huff& Huff, Inc., a subsidiary of GZA, Inc. (H&H) is pleased to submit this proposal to Alfred WATER Benesch & Company (Client) to provide Phase I environmental services for the proposed CONSTRUCTION MANAGEMENT bridge improvements along Kimball Street over the Fox River, a traditional navigable water (TNW), located in the City of Elgin, Kane County, Illinois(City). The Project Areas is in Downtown Elgin and is currently anticipated to include complete replacement of the Kimball Street bridge and bike path underpass. We understand that the gi5 Harger Road City of Elgin is studying the removal of the dam downstream and how the dam removal may 5uite33o affect hydraulics calculations. At this stage, our scope assumes that dam removal is not an Oak Brook,IL6o5z3 integral part of the project at this stage and ultimately, if necessary, adjustments to scope T:63o.684.g3oo would be part of subsequent scoping related to future dam removal activity. F:63o.684.972o www.huffnhuff.com For the current Phase I scope of services, Client has requested environmental services, www.gza.com including wetland/waterway delineation and completion of a Preliminary Environmental Site Assessment (PESA). We understand that Phase II services may be requested separately at an appropriate time to continue with necessary permitting work and Phase II special waste assessment through a Preliminary Site Investigation (PSI), including completion of LPC-663 Form documentation for consideration of final disposition of spoils at a clean construction or demolition (CCDD)or uncontaminated soil fill operation (USFO)facility. In preparing this proposal, H&H has made the following assumptions. • As this project will be processed through the Illinois Department of Transportation (IDOT) Local Roads, biological and cultural clearances will be made available through the IDOT Environmental Survey Request (ESR) process. The submittal of an Environmental Survey Request through IDOT is not included in this scope of services. • H&H will complete field delineations of wetlands and surface waters within the project limits, plus 100 feet beyond the project limits. • Wetland permitting, mitigation design,and coordination are not included in this scope of services and are typically conducted in Phase II. • If work is required within the Fox River, specific surveys for state and federally listed endangered and/or threatened species may be required. Illinois Natural Areas Inventory(INAI)Sites, Forest Preserves,and other natural areas are not present within or immediately adjacent to the project limits. H&H can complete specific species surveys (instream surveys for mussels, fish, and macroinvertebrates) if required, but scope for these surveys is not included within this scope of services. If required, these will be completed during the Phase II portion of the project. An Equal Opportunity Employer M/F/V/H HuIT&HutT. September 12, 2022 int orrn d Alfred Benesch&Company 81.Poi3o93 23 Kimball Street Bridge Over the Fox River,Kane County, Illinois A Subsea%nry o`GZ A Page1z This proposal presents our project approach,the scope of services,cost,and schedule for completing the project. 1. SCOPE OF SERVICES Task 1—Preliminary Environmental Site Assessment(PESA) A PESA will be completed for local roads portions of the project limits as described above.The process will follow general protocols contained within: • A Manual for Conducting Preliminary Environmental Site Assessments for Illinois Department of Transportation (IDOT) Highway Projects(Erdmann et al., 2012) • ASTM International (ASTM)standard 1527-13 • The IDOTs Bureau of Design and Environment (BDE) Procedure Memorandum Number 10-07, Special Waste Procedures.This memo was incorporated into Chapter 27-3 of the IDOT BDE Manual in June 2012. • IDOT Bureau of Local Roads and Streets (BLRS) Manual, Chapter 20-12,Special Waste,July 2013. • Public Act 96-1416 • Clean Construction or Demolition Debris Fill Operations (CCDD) and Uncontaminated Soil Fill Operations: Amendments to 35 Illinois Administrative Code 1100.Effective on August 27, 2012. A. Historical Research The site's historical land use/ownership record will be developed from standard historical sources. Historic aerial photographs will be reviewed to identify land use over time and potential areas of environmental concern,such as areas of surface disturbance and outside storage. B. Site Evaluation Current environmental features and conditions of sites adjacent to the right-of-way/project area will be evaluated.A site walkover of potential right-of-way/project areas designated for excavation and/or acquisition will be conducted for first- hand evaluation of current environmental conditions within the project limits. All of the features and conditions listed above will be investigated and,as appropriate,documented in photographs.The land-use and housekeeping practices of adjacent properties also will be evaluated in accordance with ASTM protocols. C. Records Review A records review will be conducted to determine potential environmental concerns within the study area. It will include a search of standard state and federal environmental record databases in accordance with the specifications of ASTM standards.This search is based on the outline of the study area. Specifically, H&H will search each database to identify any potential sources requiring further investigation. As appropriate, Freedom of Information Act (FOIA) requests will be filed with the IEPA to obtain additional data pertaining to identified sites. P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx Hu 7'&Huff September 12, 2022 Alfred Benesch&Company 82.Poi3o93 23 Kimball Street Bridge Over the Fox River, Kane County, Illinois A Subsidiary of GZA Page 13 D. Report Preparation One report summarizing the results of the evaluation will be prepared. The following information will be included in this report: a) The project location and description b) Historical uses of corridor. c) The area geology and hydrology. d) The environmental status of sites adjacent to the corridor regarding chemical use and storage, underground and aboveground storage tanks, solid waste, special waste, and hazardous waste, and PCBs. e) An analysis of the site inspection. f) A summary of the findings regarding environmental concerns. This will include IDOT's BDE Manual Chapter 27-3, Special Waste Procedures, and identification of Potentially Impacted Properties (PIPs) per Subpart F, Section 1100, 35 IAC, related to Clean Construction or Demolition Debris management. Task 2—Wetland and Waterways Delineation H&H understands that regulated surface waters are located within or adjacent to the project limits. H&H proposes to conduct a wetland and surface water delineation in accordance with: • The February 25, 2022, edition of the United States Army Corps of Engineers(USACE) Chicago District Nationwide Permit(NWP) Program; • The USACE Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Midwest Region(Version 2.0), (Supplemental Wetland Manual); and • The June 1, 2019, edition of the Kane County Stormwater Management Ordinance (SMO). The City of Elgin follows the Kane County SMO. A.Off-site Record/Document Review The following records/documents will be reviewed prior to conducting the field investigation. Soils information will be reviewed to determine the soil types encountered during the delineation procedures. The sources reviewed and to be used include: • U.S. Geological Survey Topographic Maps; • National Wetlands Inventory Maps; • Kane County Soil Survey; • Kane County Advanced Identification (ADID) Maps; • Kane County Fen Watersheds Maps; • Federal Emergency Management Agency(FEMA), Flood Insurance Rate Maps(FIRM); and • USGS, Hydrologic Atlases. Agricultural land is not located within the proposed project limits. Therefore, completion of a Farmed Wetland Determination (FWD) is not included in this scope. P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx '• f4“ September 12,2022 Alfred Benesch&Company 81.Po13o93.23 Kimball Street Bridge Over the Fox River,Kane County, Illinois Page l4 B.On-Site Investigation(Field Inventory) H&H proposes to conduct on-site investigations of all potential wetlands and surface waters within the project limits as well as confirm the absence of wetlands if none are present. Proposed services include the identification and delineation of wetlands and surface waters.Wetland delineation field investigation activities include on-site testing for the presence of hydric soils,hydrophytic vegetation,and sufficient hydrology.A floristic quality assessment(FQA)will be conducted for each identified wetland. Functions of wetlands based on field observations will also be evaluated during the on-site investigation. H&H will provide global positioning system (GPS) data for wetland and surface waters boundaries. Task 3—Waterway Delineation Report Upon completion of the field delineation, a Waterway Delineation Report will be prepared summarizing the findings of the off-site record/document review and the on-site investigation. This report will be submitted to the Client as a PDF only. H&H will provide Shapefiles and a MicroStation file of the wetland and surface water boundaries. Specific items to be included in the report are as follows: • Map showing the wetland and waterway boundaries within the project limits; • Aerial photography depicting the appropriate limits of the delineated wetlands and waterways; • USACE data sheets with FQAs,as required; • Color photos of the wetlands and data points;and • Written description of wetland functional classification. Any impacts to wetlands or surface waters will require permits. H&H understands that wetland permitting will take place during Phase II; therefore, permitting and mitigation design and coordination are not included within this scope of services. Per the Kane County SMO, delineations are required to be conducted between the last Monday of March and the third Friday of November.The Kane County SMO also requires that FQAs be conducted between June 1 and October 15.The Chicago District USACE general guidance requires that delineations be completed between April 15 and October 15. Delineations conducted outside these timeframes may be considered preliminary and insufficient for permitting purposes. This scope assumes that wetland delineations will be completed between June 1 and October 15 in order to meet both USACE and Kane County SMO requirements. On March 22,2022,the U.S.Fish and Wildlife Service(USFWS)announced a proposal to reclassify the northern long-eared bat (NLEB; Myotis septentrionolis) as endangered under the Endangered Species Act. The bat is currently listed as threatened. This proposal includes an assessment of NLEB habitat within the construction limits. The NLEB assessment entails the assessment of tree resources as potential habitat for NLEB, and expressly does not constitute a survey for presence/absence of NLEB within the project or adjacent areas. In addition, IDOT Bureau of Local Roads has begun requesting inspections of bridges and culverts for evidence of bat roosting in anticipation of its reclassification to endangered. NLEB has been known to inhabit bridges and culverts as summer roosting places. If possible, during the wetland and tree survey, H&H staff will investigate whether the bridge is currently being used as an active summer roost area. The bridge investigation will be completed from public access land on either bank of the river as well as from the island. The observations will be made at this stage with binoculars from these land points. P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx Hull'&Huff Alfred 12, 2022 Alfred Benesch&Company 81..Poi3o93 23 Kimball Street Bridge Over the Fox River, Kane County, Illinois A Subsidiary of GZA Page 15 Task 4—Biological Cultural Clearances We currently anticipate that this project will be processed through the IDOT. Therefore, H&H anticipates that biological clearances will be obtained through IDOT. However, if directed by the Client, coordination with the USFWS will be conducted by H&H. Coordination with the USFWS for endangered species review is completed by the applicant (in this case the Client). H&H will conduct a project assessment to determine if impacts to federally listed species will occur. To conduct this review, H&H will conduct the USFWS Section 7 Consultation and document all findings. If directed, H&H will initiate IDNR coordination through the submittal of the Ecological Compliance Assessment Tool (EcoCAT), requesting information on project threatened or endangered species. This task includes fees associated with the submittal of an EcoCAT ($125 for local government projects, plus taxes). These fees are included in the scope of services. This scope does not include special surveys for threatened or endangered species as these typically require significant efforts in site investigations, such as trapping, overnight observations, stream investigations for fish and mussels, and habitat surveys. If the USFWS or IDNR require additional surveys for listed species, a separate cost estimate will be prepared based on the type of species that are being investigated. Task 5—CIA/QC Time under this task includes QA/QC time for the wetland and PESA reports as described above. Task 6—Project Administration Time under this task includes project administration and management activities that include cost and schedule tracking, coordination with Client on authorized activities, memo production and other in-house management activities. Task 7—Tree Survey and Report, If Required H&H will complete a tree survey for trees located within the proposed construction limits associated with the proposed Fox River Trail improvements, if required. H&H assumes that the limits for the tree survey will be provided by the Client. The tree survey will follow the IDOT Departmental Policies (D&E — 18) regarding the preservation and replacement of trees. All trees with a diameter at breast height (DBH) of six inches or greater as well as trees with a DBH of less than six inches when such have been intentionally planted for landscaping, environmental mitigation, or habitat preservation/enhancement purposes will be identified. This task assumes that the Client will provide H&H with the surveyed locations for all these types of trees. Ideally this will be in the form of Shapefiles or MicroStation CAD files. H&H will provide a GPS survey of trees for the project including trees that may have been missed during surveys completed by the Client.The additional trees will be added to the final tree survey data for the project. H&H will identify trees to species level and determine health,structure, and origin. H&H will also note whether any trees are of exceptional size and condition and will determine which trees are worth avoidance. In addition, H&H will identify invasive,non-native trees that may enhance the setting through their removal.The removal of invasive species can provide a benefit to adjacent forested areas by removing a potential seed source. After trees are evaluated,a tabulation of trees will be compiled which summarizes trees and potential impacts. The tree information will be presented in a report,which will be provided to the Client in PDF format only. P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx _ . . ` September 12, 2022 I Iti kit Alfred Benesch&Company 81.Po13o93.23 Kimball Street Bridge Over the Fox River,Kane County, Illinois Page I6 2. LEVEL OF EFFORT AND SCHEDULE Costs are proposed to be on a time and materials basis and are included on the attached spreadsheets using IDOT BLRS CPFF format. PESA and wetland investigations work will commence within 5 business days of project approval, with a target completion date of eight weeks from the date of approval for the PESA. Wetland investigation work will require additional time and will be initiated upon notice to proceed. This scope assumes that wetland delineations will be completed between June 1 and October 15 in order to meet both USACE and Kane County SMO requirements. Please notify H&H if an expedited schedule is necessary to meet project deadlines. 3. TERMS AND CONDITIONS CONDITIONS OF ENGAGEMENT The conditions of engagement are described in the attached Terms and Conditions for Professional Services.H&H's report will be prepared on behalf of and for the exclusive use of Client. Client acknowledges and agrees that the report and the findings in the report shall not, in whole or in part, be disseminated or conveyed to any other party,or used or relied upon by any other party, in whole or in part,except for the specific purpose and to the specific parties alluded to above,without the written consent of H&H. H&H would be pleased to discuss the conditions associated with any additional dissemination, use,or reliance by other parties. ACCEPTANCE This agreement may be accepted by signing in the appropriate space below and returning one complete copy to H&H. Issuance of a Purchase Order implicitly acknowledges acceptance of this proposal.This proposal is valid for a period of 30 days from the date of issue. We appreciate the opportunity to submit this proposal. Please feel free to contact the undersigned at (630) 684-9100 with any questions. Very truly yours, Huff& Huff, Inc. Jeremy J. Reynolds, P.G. James Novak, P.W.S Associate Principal Associate Principal This Proposal for Services,Schedule of Fees and Terms and Conditions for Professional Services are hereby accepted and executed by a duly authorized signatory, who by execution hereof, warrants that he/she has full authority to act for, in the name, and on behalf of By: Title: Printed/Typed Name: Date: The Proposal for Services, Schedule of Fees and Terms and Conditions for Professional Services may be executed in two or more counterparts, each of which together shall be deemed an original, but all of which together shall constitute one and the same instrument. In the event that any signature is delivered by facsimile transmission or by an e-mail delivery P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx )404 September 12, 2022 'I I Alfred Benesch&Company 81.Po13o93.23 Kimball Street Bridge Over the Fox River, Kane County, Illinois • Page I7 of a document in ".pdf"format,each such signature shall create a valid and binding obligation of the party executing the document, or on whose behalf each document is executed, with the same force and effect as if each such facsimile or ".pdf" signature were an original thereof. TERMS AND CONDITIONS FOR PROFESSIONAL SERVICES Including Site Investigation, Remediation,Geotechnical,Construction,And Testing ©2022 by Huff&Huff,Inc,a Subsidiary of GZA GeoEnvironmental,Inc. These Terms and Conditions,together with Huff&Huff,Inc.'s(H&H's)Proposal,make up the Agreement between I-I&H and you,Client,named in the attached proposal. BEFORE SIGNING THE PROPOSAL,BE SURE YOU READ AND UNDERSTAND THE PARAGRAPHS ENTITLED"INDEMNIFICATION"AND "LIMITATION OF REMEDIES"WHICH DEAL WITH THE ALLOCATION OF RISK BETWEEN YOU AND H&H. 1. Services.H&H will perform the services set forth in its Proposal and any amendments or change orders authorized by you.Any request or direction from you that would require extra work or additional time for performance or would result in an increase in H&H's costs will be the subject of a negotiated amendment or change order. 2. Standard of Care;Warranties. a. H&H will perform the services with the degree of skill and care ordinarily exercised by qualified professionals performing the same type of services at the same time under similar conditions in the same or similar locality. b. H&H warrants that its construction services will be of good quality,free of faults and defects and in conformance with the Proposal. c. EXCEPT AS SET FORTH IN SUBSECTIONS 2a AND 2b,ABOVE,NO WARRANTY,EXPRESS OR IMPLIED,INCLUDING WARRANTY OF MARKETABILITY OR FITNESS FOR A PARTICULAR PURPOSE,IS MADE OR INTENDED BY H&H'S PROPOSAL OR BY ANY OF H&H'S ORAL OR WRITTEN REPORTS. d. H&H assigns to you any manufacturers'warranties of equipment or materials purchased from others,to the extent they are assignable, and your sole recourse will be against the manufacturer.Full risk of loss of materials and equipment will pass to you upon delivery to the Site, and you will be responsible for insuring and otherwise protecting them against theft and damage. 3. Payment. a. Except as otherwise stated in the Proposal,you will compensate H&H for the services at the rates set forth in the applicable Proposal, amendment or change order,reimburse its expenses,which will include a communication fee calculated as a percentage of labor invoiced;and pay any sales or similar taxes thereon. b. Any retainer specified in H&H's Proposal shall be due prior to the start of services and will be applied to the final invoice for services. c. H&H will submit invoices periodically,and payment will be due within 20 days from invoice date.Overdue payments will bear interest at 11/2 percent per month or,if lower,the maximum lawful rate.H&H may terminate its services upon 10 days'written notice anytime your payment is overdue on this or any other project and you will pay for all services through termination,plus termination costs.You will reimburse H&H's costs of collecting overdue invoices,including reasonable attorneys'fees. 4. Your Responsibilities. a. Except as otherwise agreed,you will secure the approvals,permits, licenses and consents necessary for performance of the services. If you are the owner or operator of the Site,you will provide H&H with all documents, plans, information concerning underground structures (including but not limited to utilities, conduits, pipes, and tanks), information related to hazardous materials or other environmental or geotechnical conditions at the Site and other information that may be pertinent to the services or,if you are not the owner or operator of the Site,you agree to make reasonable efforts to obtain these same documents and provide them to H&H. Unless otherwise indicated in writing, H&H will be entitled to rely on documents and information you provide. P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx t !! September 12, 2022 Alfred Benesch&Company 81.Po13o93.23 Kimball Street Bridge Over the Fox River, Kane County,Illinois Page 18 b. If you use the services of a construction manager at the Site, you agree to use best and reasonable efforts to include in your agreement(s)with the construction contractor provisions obligating the latter: (i) to indemnify and hold harmless,to the fullest extent permitted by law,you and H&H,its officers,employees and principals,for or on account of any claims,liabilities,costs and expenses,including attorneys'fees,arising out of or relating to the design or implementation of construction means, methods, procedures,techniques, and sequences of construction, including safety precautions or programs, of the contractor,or any of its subcontractors or any engineer engaged by it; (ii) to name you and H&H as additional insureds under general liability and builder's risk insurance coverages maintained by the contractor,or any of its subcontractors;and (iii) to require that all of its subcontractors agree and be bound to the obligations set forth in(i)and(ii)above. c. In the event that you are unable to secure such provisions in the agreement(s)with the construction contractor,you shall promptly notify H&H and H&H shall have the opportunity to negotiate with you reasonable substitute risk allocation and insurance indemnities and protections. 5. Right of Entry;Site Restoration.You grant H&H and its subcontractor(s)permission to enter the Site to perform the services.If you do not own the Site,you represent and warrant that the owner has granted permission for H&H to enter the Site and perform the services;you will provide reasonable verification on request;and you will indemnify H&H for any claims by the Site owner related to alleged trespass by H&H or its subcontractors.H&H will exercise reasonable care to limit damage to landscaping,paving,systems and structures at the Site that may occur and you agree to compensate H&H for any restoration it is asked to perform,unless otherwise indicated in the Proposal. 6. Underground Facilities.H&H's only responsibility under this Section will be to provide proper notification to the applicable state utility "Call-Before-You-Dig"program.You further agree to assume responsibility for and to defend,indemnify and hold harmless H&H with respect to personal injury and property damages due to H&H's interference with subterranean structures including but not limited to utilities,conduits, pipes,and tanks: (i) that are not correctly shown on any plans and information you or governmental authorities provide to H&H;or (ii) that are not correctly marked by the appropriate utility. 7. Reliance.The services,information,and other data furnished by you shall be at your expense,and H&H may rely upon all information and data that you furnish,including the accuracy and completeness thereof.You acknowledge that the quality of the services provided by H&H is directly related to the accuracy and completeness of the information and data that you furnish to H&H. H&H's REPORTS ARE PREPARED FOR AND MADE AVAILABLE FOR YOUR SOLE USE.YOU ACKNOWLEDGE AND AGREE THAT USE OF OR RELIANCE UPON THE REPORT OR THE FINDINGS IN THE REPORT BY ANY OTHER PARTY, OR FOR ANY OTHER PROJECT OR PURPOSE, SHALL BE AT YOUR OR SUCH OTHER PARTY'S SOLE RISK AND WITHOUT ANY LIABILITY TO H&H. 8. Lab Tests and Samples.H&H is entitled to rely on the results of laboratory tests using generally accepted methodologies. H&H may dispose of samples in accordance with applicable laws 3o days after submitting test results to you unless you request in writing for them to be returned to you or to be held longer,in which case you will compensate H&H for storage and/or shipping beyond 3o days. 9. H&H Professionals.H&H employees or consultants may act as licensed,certified or registered professionals(including but not limited to Professional Engineers,Licensed Site or Environmental Professionals,or Certified Industrial Hygienists collectively referred to in this section as "H&H Professionals")whose duties may include the rendering of independent professional opinions.You acknowledge that a federal,state or local agency or other third party may audit the services of H&H or other contractor/consultant(s),which audit may require additional services, even though H&H and such H&H Professionals have each performed such services in accordance with the standard of care set forth herein.You agree to compensate H&H for all services performed in response to such an audit,or to meet additional requirements resulting from such an audit,at the rates set forth in the applicable Proposal,amendment or change order. so. Hazardous Materials;H&H"Not a Generator." Before any hazardous or contaminated materials are removed from the Site,you will sign manifests naming you as the generator of the waste(or,if you are not the generator,you will arrange for the generator to sign).You will select the treatment or disposal facility to which any waste is taken.H&H will not be the generator or owner of,nor will it possess,take title to, or assume legal liability for any hazardous or contaminated materials at or removed from the Site.H&H will not have responsibility for or control P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx '•'�INN September 12, 2022 •=.! 1 Alfred Benesch&Company 81.Po13o93.23 Kimball Street Bridge Over the Fox River, Kane County,Illinois PageI9 of the Site or of operations or activities at the Site other than its own.H&H will not undertake,arrange for or control the handling,treatment, storage,removal,shipment,transportation or disposal of any hazardous or contaminated materials at or removed from the Site,other than any laboratory samples it collects or tests You agree to defend, indemnify and hold H&H harmless for any costs or liability incurred by H&H in defense of or in payment for any legal actions in which it is alleged that H&H is the owner,generator,treater,storer or disposer of hazardous waste. 11. Limits on H&H's Responsibility.H&H will not be responsible for the acts or omissions of contractors or others at the Site,except for its own subcontractors and employees.H&H will not supervise,direct or assume control over or the authority to stop any contractor's work,nor shall H&H's professional activities nor the presence of H&H or its employees and subcontractors be construed to imply that H&H has authority over or responsibility for the means,methods,techniques,sequences or procedures of construction,for work site health or safety precautions or programs,or for any failure of contractors to comply with contracts,plans,specifications or laws. Any opinions by H&H of probable costs of labor,materials,equipment or services to be furnished by others are strictly estimates and are not a guarantee that actual costs will be consistent with the estimates. 12. Changed Conditions. a. You recognize the uncertainties related to environmental and geotechnical services, which often require a phased or exploratory approach, with the need for additional services becoming apparent during the initial services. You also recognize that actual conditions encountered may vary significantly from those anticipated,that laws and regulations are subject to change, and that the requirements of regulatory authorities are often unpredictable. b. If changed or unanticipated conditions or delays make additional services necessary or result in additional costs or time for performance, H&H will notify you and the parties will negotiate appropriate changes to the scope of services,compensation and schedule c. If no agreement can be reached,H&H will be entitled to terminate its services and to be equitably compensated for the services already performed. H&H will not be responsible for delays or failures to perform due to weather, labor disputes, intervention by or inability to get approvals from public authorities, acts or omissions on your part, or any other causes beyond H&H's reasonable control, and you will compensate H&H for any resulting increase in its costs. 13. Documents and Information.All documents,data,calculations and work papers prepared or furnished by H&H are instruments of service and will remain H&H's property.Designs,reports,data and other work product delivered to you are for your use only,for the limited purposes disclosed to H&H.Any delayed use,use at another site,use on another project,or use by a third party will be at the user's sole risk,and without any liability to H&H.Any technology, methodology or technical information learned or developed by H&H will remain its property.Provided H&H is not in default under this Agreement,H&H's designs will not be used to complete this project by others,except by written agreement relating to use,liability and compensation. 14. Electronic Media.In accepting and utilizing any drawings,reports and data on any form of electronic media generated by H&H,you covenant and agree that all such electronic files are instruments of service of H&H, who shall be deemed the author and shall retain all common law,statutory law and other rights, including copyrights. In the event of a conflict between the signed documents prepared by H&H and electronic files,the signed documents shall govern.You agree not to reuse these electronic files,in whole or in part,for any purpose or project other than the project that is the subject of this Agreement.Any transfer of these electronic files to others or reuse or modifications to such files by you without the prior written consent of H&H will be at the user's sole risk and without any liability to H&H. 15. Confidentiality;Subpoenas.Information about this Agreement and H&H's services and information you provide to H&H regarding your business and the Site, other than information available to the public and information acquired from third parties, will be maintained in confidence and will not be disclosed to others without your consent,except as H&H reasonably believes is necessary.(a)to perform its services; (b)to comply with professional standards to protect public health,safety and the environment;and(c)to comply with laws and court orders H&H will make reasonable efforts to give you prior notice of any disclosure under(b)or(c)above. Information available to the public and information acquired from third parties will not be considered confidential. You will reimburse H&H for responding to any subpoena or governmental inquiry or audit related to the services,at the rates set forth in the applicable Proposal,amendment or change order. 16. Insurance. During performance of the services, H&H will maintain workers compensation, commercial general liability, automobile liability,and professional liability/contractor's pollution liability insurance.H&H will furnish you certificates of such insurance on request. P:\FY2023\P013-Transportation\Benesch\Elgin Badges\81 P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx HUT&Huff September 12, 2022 Alfred Benesch&Company 82.Po3.3o93.23 Kimball Street Bridge Over the Fox River,Kane County,Illinois „,,ofGZA Pagel io 17. Indemnification. You agree to hold harmless, indemnify, and defend H&H and its affiliates and subcontractors and their employees, officers, directors and agents (collectively referred to in this paragraph as "H&H") against all claims, suits, fines and penalties, including mandated cleanup costs and attorneys'fees and other costs of settlement and defense,which claims,suits,fines,penalties or costs arise out of or are related to this Agreement or the services,except to the extent they are caused by H&H's negligence or willful misconduct. 18. Limitation of Remedies. a. To the fullest extent permitted by law and notwithstanding anything else in this Agreement to the contrary,the aggregate liability of H&H and its affiliates and subcontractors and their employees,officers,directors and agents(collectively referred to in this paragraph as"H&H")for all claims arising out of this Agreement or the services is limited to s5o,000 or,if greater,io%of the compensation received by H&H under this Agreement. b. You may elect to increase the limit of liability by paying an additional fee, such fee to be negotiated prior to the execution of this Agreement. c. Any claim will be deemed waived unless received by H&H within one year of substantial completion of the services. d. H&H will not be liable for lost profits, loss of use of property, delays, or other special, indirect, incidental, consequential, punitive, exemplary,or multiple damages. e. H&H will not be liable to you or the Site owner for injuries or deaths suffered by H&H's or its subcontractors'employees. f. You will look solely to H&H for your remedy for any claim arising out of or relating to this Agreement,including any claim arising out of or relating to alleged negligence or errors or omissions of any H&H principal,officer,employee or agent. i9. Disputes. a. All disputes between you and H&H shall be subject to non-binding mediation. b. Either party may demand mediation by serving a written notice stating the essential nature of the dispute,the amount of time or money claimed,and requiring that the matter be mediated within forty-five(45)days of service of notice. c. The mediation shall be administered by the American Arbitration Association in accordance with its most recent Construction Mediation Rules,or by such other person or organization as the parties may agree upon. d. No action or suit may be commenced unless mediation has occurred but did not resolve the dispute,or unless a statute of limitation period would expire if suit were not filed prior to such forty-five(45)days after service of notice. 20. Miscellaneous. a. Illinois law shall govern this Agreement. b. The above terms and conditions regarding Limitation of Remedies and Indemnification shall survive the completion of the services under this Agreement and the termination of the contract for any cause. c. Any amendment to these Terms and Conditions must be in writing and signed by both parties. d. Having received these Terms and Conditions,your oral authorization to commence services,your actions,or your use of the Report or Work Product constitutes your acceptance of them. e. This Agreement supersedes any contract terms,purchase orders or other documents issued by you. f. Neither party may assign or transfer this Agreement or any rights or duties hereunder without the written consent of the other party. g. Your failure or the failure of your successors or assigns to receive payment or reimbursement from any other party for any reason whatsoever shall not absolve you,your successors or assigns of any obligation to pay any sum to H&H under this agreement. h. These Terms and Conditions shall govern over any inconsistent terms in H&H's Proposal. P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81.P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx Hutt&Hutt September 12, 2022 Alfred Benesch&Company 81.Po13o93.23 Kimball Street Bridge Over the Fox River, Kane County,Illinois A Subsidiary of GZA Page 111 i. The provisions of this Agreement are severable;if any provision is unenforceable it shall be appropriately limited and given effect to the extent it is enforceable. j. The covenants and agreements contained in this Agreement shall apply to,inure to the benefit of and be binding upon the parties hereto and upon their respective successors and assigns. P:\FY2023\P013-Transportation\Benesch\Elgin Bridges\81 P013093.23 Benesch Kimball St Bridge Ph I 09122022.docx METRO ST EGIES Metro Strategies Group Scope - Kimball Street over Fox River Phase I Public Involvement Process A public involvement program tailored for the replacement of the Kimball Street bridge over the Fox River is proposed for this project. For a project of this magnitude,elements of IDOT's Context Sensitive Solutions (CSS) public involvement program will be utilized to ensure state and federal requirements are met.The public involvement program will focus on stakeholder coordination to develop Phase I recommendations for a cost-effective transportation facility that fits into and reflects the project's surroundings.Through early outreach to stakeholders and informative public meetings,the resulting project will improve safety and mobility for the traveling public,while preserving and enhancing the scenic,economic,historic and natural qualities of the setting through which it passes. The public involvement approach provides stakeholders with the information required to effectively participate in the study process and have an understanding of the federal environmental screening process,transportation planning guidelines,design guidelines and the relationship between transportation needs and project alternatives.This process provides stakeholders and the public with a mechanism to share comments or concerns about transportation objectives and project alternatives,as well as improve the ability of the project team to understand and address concerns. The purpose of using an integrated approach like this is to build community consensus and promote involvement through participation in the study process. The Kimball Street bridge project will also be closely coordinated with the Chicago Street Bridge project.As these projects are being designed concurrently,it is important that outreach efforts be coordinated to help inform the public and avoid confusion. Public Involvement Plan:The project team will create a Public Involvement Plan to detail public involvement activities and ensure a consistent engagement strategy is used throughout the project.A report summarizing all public involvement activities will be provided at the conclusion of the project. Project Branding and Materials:The team will develop branding elements such as a unique logo, templates and style guide to ensure that the public can easily recognize project materials.Branding will be utilized by both the Kimball Street and Chicago Street bridge projects to create a uniform style.The team will also draft a project fact sheet that provides an overview of the study,schedule and project contact information. Based on the demographics of surrounding communities,we anticipate that translation of materials into Spanish will be required. Website:Metro Strategies Group will develop a project website that will include information about both the Kimball Street and Chicago Street projects.All information related to the Chicago Street project will be developed by that project team and submitted to Metro Strategies Group for posting. Stakeholder List and Communications: Stakeholder lists will be developed in accordance with the IDOT BDE Manual requirements.The list will be broken into three categories,elected officials, staff and residents/property owners within the study area.All lists will be verified utilizing the county assessor's office data to ensure residents,businesses and property owners are informed and have the opportunity to participate. Communications to these stakeholders regarding public METRO ST EGIES meetings will be sent by traditional mail,where required.The project team will provide up to six project updates for the City to include in their e-newsletter. Individual Stakeholder Meetings:This project will require coordination with key stakeholders and one-on-one meetings with the project team.This is necessary to address sensitive issues and agency coordination. Metro Strategies Group will assist in coordinating up to six individual stakeholder meetings. Some of the potential stakeholders include: • Park District • School District/Library District • Elgin Chamber of Commerce/Downtown Neighborhood Association of Elgin • Elgin Area Historical Society • Forest Preserve District of Kane County Public Meetings: A total of two public meetings will be held.The first meeting will help gather input on existing conditions and get feedback on the purpose and needs statement.This meeting should be held in coordination with the Chicago Street bridge project to provide residents with an overall understanding of both projects.Participants would hear separate presentations for each project but have the opportunity to provide comments or ask questions of both project teams.The second public meeting will discuss findings and present alternatives while documenting public comments.As the two bridge projects will progress on different schedules,separate meetings are recommended at this stage.The project team will also coordinate a Spanish translator to attend the public meetings for the Kimball Street Bridge.The team will manage all meeting planning and logistics,meeting announcements (e-newsletter articles for the City of Elgin's e-newsletter and newspaper ads),preparation of the PowerPoint,participation in meeting dry-runs,preparation and supplying of meeting materials/supplies,set-up,staffing and clean-up.The team will also draft content for up to four social media posts to promote the public meetings and the project.The team will also manage,summarize and prepare responses to public comments. Funding Strategy:Metro Strategies Group will work with the design team to develop a funding strategy for the project.This strategy will include a comprehensive list of grants that the project and specific project elements would be eligible for.The strategy will describe how different funding options could potentially work together to help reduce the City's overall local match requirements. Project Management,Administration and Quality Management:Metro Strategies Group will attend bi-weekly coordination meetings in person or virtually.All other necessary project administrative duties will be adhered to,such as project team correspondence and monthly reports. EXHIBIT A Scope of Service Kimball Street Bridge Alfred Benesch & Co. SCOPE OF SERVICES The Alfred Benesch & Co (hereinafter the"Client") has requested professional engineering services for Kimball Street Bridge Replacement (hereinafter the "Project"). The following outlines the proposed Project scope of services. UNDERSTANDING OF THE PROJECT Hampton, Lenzini and Renwick, Inc. (HLR) has prepared this Scope of Work for engineering services based on our knowledge of the Project from the following items: • Scope of Service in the Request for Proposal • Coordination with Client Staff SCOPE OF SERVICES 1. Land and Route Survey Based on our understanding of the project and the needs of the client the following services are included in the scope of service: Route Survey- Set 8 control points,4 on each side of the river. Control will be horizontally located with GPS on NAD 83 IL East State plane coordinates. A digital level loop will be completed through the control, elevations will be based on NAVD 88 datum holding one of the GPS control points. Topo of the above water area will be completed with ground-based scanner/LIDAR and features will be extracted on a 50' cross section interval perpendicular to the street the cross section is on. Typical hard surface items such as edges of parking lots, roads, sidewalks and buildings will be collected and defined in the topographic survey. Limits of the ground-based scanner/LIDAR area for the topographic survey of the streets are shown in red below. Limits of the feature extraction/deliverable .dgn file from the ground-based scanner/LIDAR are shown in .reen below. • -� t • A \ - ( # ir Fr .;.ss., -. . , . . .yr.. iiii...„,..", :,• ,i 4 1 • r • . , ...,.. .., , , , ,, . . , • .., ._ .... . . 'a \ ammommos r A R 11.1*- .11.1,;,. . '-' • % • sit t.- \N\ 46 t " \ ►~ '1 The scanner/LiDAR will provide the data necessary to locate the existing piers/abutments, above the water surface. Existing manholes and structures in the above defined feature extraction area will be located and detailed determining pipe size, material and flow direction as best able to determine from typical survey methods. Manhole lids that are not able to be opened with a manhole pick and structures full of debris or clogged will be reported to the client and it will be the client's responsibility to coordinate with the utility provider for opening and or cleaning before returning for details. HLR will request assistance from Elgin Public Works Staff to temporarily shut lanes using vehicles and cones to safely access these structures for inspection and collect necessary information. Hydraulic Survey- Survey will utilize a survey grade single point sonar unit on a remote- control boat or maned boat will be utilized to complete cross section data of the river bottom. This data along with ground-based scanner/LIDAR data will be combined to provide cross sections of the Fox River from high bank to high bank at the following locations: • 1000'U/S of the Kimball Street Bridge • 500' U/S of the Kimball Street Bridge • 250' U/S of the Kimball Street Bridge • ROW of Kimball Street Bridge • U/S Face of Kimball Street Bridge • D/S Face of Kimball Street Bridge • ROW of Kimball Street Bridge (Near Dam) The client may need to supplement river cross sections outside of the bank with publicly available aerial LiDAR data for the hydraulic model. Features extraction linework and a surface file will be delivered in a .dgn format utilizing IDOT layer and codes. Point cloud data will be delivered in a .las and .e57 file. Scan data will also be delivered in a free/shareable google type street view program by thumb drive. At this time 3d modeling from the point cloud data of any buildings, piers, existing bridges, or other structures is not included in the scope. Utility coordination, meetings or record searches for existing utilities is not included in this scope. Land Survey ❑ Existing Right-of-Way Survey — HLR will determine the existing right-of-way and property lines for Kimball Street between IL 31 and N. Grove Avenue. The properties that will be investigated based on publicly available information at the Kane County Recorders. Anticipated properties are: o Fox River Crossings Apartments o 270 N State Street (Vacant) o Foundry Park o Park located at the NE corner of IL Route 31 and Kimball o Railroad c Fox River Trail o Gail Borden Library (3 lots) o Parking Lot on the SW corner of Kimball and Grove Ave At this time, this scope does not include preparing any Plats of Highways or legal descriptions. It does not include obtaining title commitments, so the survey will be based on available public records. As part of the boundary determination, HLR will locate the railroad right-of-way and will prepare a railroad right of entry request. Specific insurance and flaggers will be required for the right of entry. A direct cost of$1,000 for the right of entry fee, $1,500 for a single day of flagging, $10,000 for railroad liability insurance, and $2,500 for project specific general liability insurance, required by the railroad, is included in this agreement. In the event that cost are incurred above this, HLR will notify the client that additional fee is required. Existing right-of-way boundary based solely on public records will be delivered in a .dgn format to the Client. 2. Traffic Counts HLR will obtain the necessary 24-hour count for the intersection of IL Route 31 and Kimball Street based on IDOT guidelines. The counts, by a 3rd party vendor, will include pedestrian, bikes, a vehicle movement (light and heavy vehicles). A copy of the report from the 3rd party vendor will be sent to the Client. EXHIBIT B City of Elgin Kimball Street over Fox River Bridge Replacement/Rehabilitation Estimated Phase I Project Schedule 2023 2024 2025 Task June I July Aug Sept Oct Nov I Dec Jan I Feb Mar Apr May June July Aug Sept Oct Nov Dec Jan Feb Mar Apr May I June City Council Meeting/Final Contract Approval(June 14,2023) ' Data Gathering t -�_ _, __ — .....— __ City of Elgin/KKCOM/IDOT BLRS"Kick-Off"Meeting , Environmental Survey Request(ESR) I Topographic Survey L1 I I I I I l I Traffic Analyses — _ — Geometric Studies —i i— - Evaluate Maintenance of Traffic Options Abbreviated Bridge Condition Report(ABCR) _ IDOT Wetlands/WIE/WOUS Investigation(Window:June thru Oct) U.S.Army Corps of Engineers Jurisdictional Determination _ I Bridge Type Study "I',"' 'I" Geotechnical Investigations&SCR* Hydraulic Studies/Report' Public Meeting 43 _ u , , Typee Size&Bridge ' _— _ - Preliminary Bridge Design&Hydraulic Report(PBOHR) IIIIIIIIIIII6 . IDOT/FHWA/Kane County Coordination Meeting Draft Project Development Report(PDR) ■ !DOT Review I Preliminary Environmental Site Assessment(PESA) Public Meeting 42 __ " . Final Project Development Report(PDR) _ r ' "!'l ' Design Approval(June 2025) Key: Task Duration 'Milestone or Submittal H L R Review Period •Included in the PBDNR Submittal • July 2023 - Begin Topo/Stream Survey • August 2023 - Draft Topo • September 2023 - Land Survey Field Work • September 2023 -Traffic Counts • October 2023 - Final Topo Base File • November 2023- Boundary Determination Complete EXHIBIT D Ilinois Department COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Prime Consultant (Firm) Name Prepared By Date Benesch I Kurt Naus 12/17/2024 Consultant/ Subconsultant Name Job Number Benesch P-91-021-23 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 24 MONTHS OVERHEAD RATE 163.31% START DATE 5/12/2023 COMPLEXITY FACTOR 0 RAISE DATE 1/1/2024 %OF RAISE 2.00% END DATE 5/11/2025 ESCALATION PER YEAR of Year First Date Last Date Months Contract 0 5/12/2023 1/1/2024 8 33.33% 1 1/2/2024 1/1/2025 12 51.00% 2 1/2/2025 5/1/2025 4 17.34% The total escalation = 1.67% BLR 05514(Rev. 02/09/23) Printed 12/17/2024 4:37 PM ESCALATION Page 1 of 8 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Benesch P-91-021-23 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 1.67% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Sr Project Manager $83.14 $84.53 Project Manager II $73.88 $75.12 Project Manager I $63.17 $64.23 Sr Technical Manager $86.00 $86.00 Technical Manager II $69.00 $70.15 Technical Manager I $61.40 $62.43 Project Engineer II $57.30 $58.26 Project Engineer I $47.63 $48.43 Sr Designer I $51.00 $51.85 Designer II $45.50 $46.26 Designer I $38.30 $38.94 Survey Specialist II $47.50 $48.29 Survey Manager $64.50 $65.58 Sr Technical Specialist $56.33 $57.27 Sr Technologist $55.50 $56.43 Technologist Ill $46.00 $46.77 Project Assistant II $35.10 $35.69 BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 4:37 PM RATES Page 2 of 8 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant/Subconsultant Name Job Number Benesch P-91-021-23 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET Contribution to Prime NAME Direct Labor Total Consultant Rubino 14,894.00 1,489.40 Huff& Huff 5,855.00 585.50 Metro Strategies 23,919.00 2,391.90 HLR 25,787.00 2,578.70 Total 70,455.00 7,045.50 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. BLR 05514(Rev.02/09/23) Printed 12/17/2024 4:37 PM SUBS Page 3 of 8 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant/Subconsultant Name Job Number Benesch P-91-021-23 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 27 S65.00 $1,755.00 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) 16 $25.00 $400.00 Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost $0.00 Monuments(Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2-Way Radio(Survey or Phase III Only) Actual Cost $0.00 Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00 CADD Actual Cost(Max 515/hour) $0.00 Web Site Actual Cost(Submit supporting documentation) $0.00 Advertisements Actual Cost(Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00 Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00 Recording Fees Actual Cost $0 00 Transcriptions(specific to project) Actual Cost $0.00 Courthouse Fees Actual Cost $0.00 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) 1 $2,995.00 $2,995.00 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 Snooper Truck/Pontoon Boat Rental 2 $8,400.00 $16,800.00 $0 00 $0 00 BLR 05Vcittitev.02/09123) Print°d 19N717024 41•37 PM fIRFCIT C-)STS Page 4of8 TOTAL DIRECT COSTS: $21,950.00 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number _ Benesch P-91-021-23 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 163.31% COMPLEXITY FACTOR 0 DIRECT COSTS �yERHE p g yy������gg pF G p TASK (n7ow�otars1 in STAFF HOURS PAYROLL FRINGE BEAEFITS FIXED FEE SEOTHERSBY TOTAL / TOTAL ND Data Collection 21,950 92 4,596 7,506 1,517 13,619 1.11% Survey 16 1,081 1,766 357 3,204 0.26% Utility Coordination 72 3,419 5,584 1,128 10,131 0.82% Environmental Studies 136 6,654 10,866 2,196 19,716 1.60% Traffic and Crash Analysis 248 11,893 19,422 3,925 35,240 2.86%+ Geometric Studies 864 42,430 69,292 14,002 125,724 10.22% Drainage Study 256 12,410 20,268 4,095 36,773 2.99% Hydraulic Study 166 8,214 13,415 2,711 24,340 1.98% Structural Design 1764 88,398 144,363 29,171 261,932 21.29% Geotechnical Studies 16 1,030 1,682 340 3,052 0.25% Metra Grade Crossing Coordination 312 17,487 28,558 5,771 51,816 4.21 Public Involvement Program 512 28,584 46,681 9,433 84,698 6.89% Project Development Report(PDR) 232 11,473 18,737 3,786 33,996 2.76% Agency Coordination 296 18,711 30,556 6,175 55,442 4.51% QC/QA 258 17,223 28,126 5,683 51,032 4.15% Project Administration 172 13,692 22,360 4,518 40,570 3.30% Rubino - - - 169,033 169,033 13.74% Huff&Huff - - - 19,236 19,236 1.56% Metro Strategies - - - 66,692 66,692 5.42% HLR - - - 94,861 94,861 7.71% Subconsultant DL $7,045.50 0.57% Direct Costs Total ===> S21,950 00 $21,950.00 1.78% TOTALS 54121 287,295 I 469,1821 94,808 1=4= 1,230,103 100.00% 756,477 BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 4:37 PM COST EST Page 5 of 8 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Benesch P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 3 "c PAYROLL AVG TOTAL PROJ.RATES Data Collection Survey Utility Coordination Environmental Studies TraffAnal anysd Crashis 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 Sr Project Manager 84.53 422.0 7.80% 6.59 4 4 35% 3 68 4 25.00% 21.13 4 5.56% 4.70 8 5.88% 4.97 12 4.84% 4 09 Project Manager II 75.12 343.0 6.34% 4 76 4 4 35% 3 27 1 6.25% 4.69 8 5.88% 4.42 8 3.23% 2.42 Project Manager I 64.23 189.0 3.49% 2.24 4 4 35% 2 79 1 6.25% 4.01 4 5.56% 3.57 8 5.88% 3.78 8 3.23% 2 07 Sr Technical Manager 86.00 32.0 0.59% 0 51 Technical Manager II 70.15 56.0 1.03% 0.73 Technical Manager I 62.43 162.0 2.99% 1.87 8 8 70% 5 43 3 4.17% 2.60 8 5.88% 3.67 16 6.45% 4 03 Project Engineer II 58.26 358.0 6.61% 3.85 8 3.23% 1 88 Project Engineer I 48.43 700.0 12.93% 6.26 24 26.09% 12.63 16 22.22% 10.76 8 5.88% 2.85 16 6.45% 3.12 Sr Designer I 51.85 81.0 1.50% 0.78 Designer II 46.26 841.0 15.54% 7.19 25 27.17% 12.57 15 20.83% 9.64 36 26.47% 12.25 56 22 58% 10.45 Designer I 38.94 1,249.0 23.08% 8.99 19 20.65% 8.04 30 41.67% 16.23 52 38.24% 14.89 88 35.48% 13.82 Survey Specialist II 48.29 3 0 0.06% 0.03 3 18.75% 9.06 Survey Manager 65.58 7 0 0.13% 0.08 7 43.75% 28.69 Sr Technical Specialist 57.27 144.0 2.66% 1.52 Sr Technologist 56.43 437.0 8.07% 4.56 Technologist III 46.77 277.0 5.12% 2.39 20 8.06% 3 77 Project Assistant II 35.69 111.0 2.05% 0.73 4 4 35% 1.55 8 5.88% 2.10 16 6.45% 2 30 00 00 00 00 00 0.0 0.0 0.0 0.0 0.0 TOTALS 5412.0 100% $53.08 92.0 100.00% $49.96 16.0 100% $67.59 72.0 100% $47 49 136 0 100% $48 92 248.0 100% $47.95 Printed 12/17/2024 4:37 PM BLR 05514 (Rev. 02/09/23) Page 6 of 8 AVG 1 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Benesch P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 3 MetrGrade Ctossing PAYROLL AVG Geometric Studies Drainage Study H�fidraulic Study Structural Design Geotechnical Studies oortloination 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 Sr Project Manager 84.53 20 2.31°ro 1.96 10 3.91% 3.30 8 4.82% 4.07 40 2.27% 1.92 6 37.50% 31.70 40 12.82% 10.84 Project Manager II 75.12 32 3.70% 2.78 40 2.27% 1.70 Project Manager I 64.23 28 3.24% 2.08 12 4.69% 3 01 8 4.82% 3.10 40 2.27% 1.46 16 5.13% 3.29 Sr Technical Manager 86.00 16 0.91% 0.78 16 5.13% 4.41 Technical Manager II 70.15 16 0.91% 0.64 Technical Manager I 62.43 17 1.97% 1.23 20 7.81% 4.88 19 11.45% 7.15 40 2.27% 1.42 Project Engineer II 58.26 38 4.40% 2.56 20 7.81% 4.55 6 3.61% 2.11 100 5.67% 3.30 5 31.25% 18.21 32 10.26% 5.98 Project Engineer I 48.43 130 15.05% 7.29 60 23.44% 11.35 24 14.46% 7.00 300 17.01% 8.24 40 12.82% 6.21 Sr Designer I 51 85 65 7.52% 3.90 Designer II 46.26 146 16.90% 7.82 16 6.25% 2.89 34 20.48% _ 9.48 300 17.01% 7.87 5 31.25% 14.46 42 13.46% 6.23 Designer I 38.94 264 30.56% 11.90 110 42.97% 16.73 54 32.53% 12.67 400 22.68% 8.83 46 14.74% 5.74 Survey Specialist II 48.29 Survey Manager 65.58 Sr Technical Specialist 57.27 40 4.63% 2.65 76 4.31% 2.47 Sr Technologist 56.43 40 _ 4.63% + 2.61 8 3 13% 1 76 9 5.42% 3.06 200 11.34% 6.40 44 14.'0",, 7.96 Technologist III 46.77 40 4.63% 2.17 181 10.26% 4.80 36 11,54° 5.40 Project Assistant II 35.69 4 0,46% 0.17 4 2.41% 0.86 15 0.85% 0.30 TOTALS 864.0 100% $49.11 256.0 100% $48.48 166.0 100% $49.48 1764.0 100% $50.11 16.0 100% $64.36 312.0 100% $56.05 Printed 12/17/2024 4:37 PM BLR 05514 (Rev. 02/09/23) Page 7 of 8 AVG 2 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Benesch P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 3 OF 3 PAYROLL AVG Publipnogramment Proj eport( uR)ent Agency Coordination QC/QA Project Administration 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 Sr Project Manager 84.53 72 14.06% 11.89 12 5.17% 4.37 40 13.51% 11 42 60 23.26% 19.66 82 47.67% 40.30 Project Manager II 75.12 48 9.38% 7.04 12 5.17% 3.89 40 13.51% 10.15 60 23.26% 17.47 90 52.33% 39 31 Project Manager I 64.23 40 13.51% 8 68 20 7.75% 4.98 Sr Technical Manager 86.00 Technical Manager II 70.15 40 13.51% 9.48 Technical Manager I 62.43 16 3 13% 1.95 15 5.07% 3.16 Project Engineer II 58.26 16 3 13% 1.82 24 10.34% 6.03 49 16.55% 9.64 60 23.26% 13.55 Project Engineer I 48.43 16 3 13% 1.51 24 10.34% 5.01 42 16.28% 7.88 Sr Designer I 51.85 16 6.20% 3.22 Designer II 46.26 56 10.94% 5.06 58 25.00% 11.57 52 17.57% 8 13 Designer I 38.94 120 23.44% 9.13 54 23.28% 9.06 12 4.05% 1 58 Survey Specialist II 48.29 Survey Manager 65.58 Sr Technical Specialist 57.27 28 5 47% 3.13 Sr Technologist 56.43 112 21.88% 12 34 24 10.34% 5.84 Technologist III 46 77 Project Assistant II 35 69 28 5.47% 1.95 24 10.34% 3.69 8 2.70% 0.96 TOTALS _ 512.0 100% $55.83 232.0 100% $49 45 296.0 100% S63.21 258.0 100% $66.75 172.0 100% $79.60 0.0 0% $0 00 BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 4:37 PM AVG 3 Page 8 of 8 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 22-00198-00-BR Prime Consultant (Firm) Name Prepared By Date Benesch Anthony Tomaras I 12/17/2024 Consultant/ Subconsultant Name Job Number Rubino Engineering, Inc. P-91-021-23 Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. Remarks Revised from Suptember 13, 2022 BLR 05514 Form PAYROLL ESCALATION TABLE CONTRACT TERM 24 MONTHS OVERHEAD RATE 176.27% START DATE 5/12/2023 COMPLEXITY FACTOR 0 RAISE DATE 3/1/2024 %OF RAISE 2.00% END DATE 5/11/2025 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 5/12/2023 3/1/2024 10 41.67% 1 3/2/2024 3/1/2025 12 51.00% 2 3/2/2025 5/1/2025 2 8.67% BLR 05514(Rev.02/09/23) Printed 12/17/2024 3:37 PM The total escalation = 1.34% ESCALATION Page 1 of 6 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Rubino Engineering, Inc. P-91-021-23 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 1.34% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Material Tester $41.92 $42.48 Project Manager/Engineer $45.26 $45.86 Staff Engineer/Geologist/Soil Scientist $32.24 $32.67 Laboratory Staff $26.00 $26.35, Principal $70.00 $70.94 Driller $58.20 $58.98 Administration $27.17 $27.53 BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 3:37 PM RATES Page 2 of 6 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant/Subconsultant Name Job Number Rubino Engineering, Inc. P-91-021-23 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET Contribution to Prime NAME Direct Labor Total Consultant Total 0.00 0.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. BLR 05514(Rev.02/09/23) Printed 12/17/2024 3:37 PM SUBS Page 3 of 6 Local Public Agency County Section Number City of Elgin I Kane I 22-00198-00-BR Consultant/Subconsultant Name Job Number Rubino Engineering,Inc. -I P-91-021-23 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 S0 00 (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) Lodging Taxes and Fees Actual Cost 50.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Air Fare Coach rate,actual cost,requires minimum two weeks' S0.00 notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day 29 $65.00 $1,885.00 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) 6 $1,300.00 S7,800.00 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) S0.00 Testing of Soil Samples Actual Cost S0.00 Lab Services Actual Cost(Provide breakdown of each cost) 1 S2,760.00 S2.760.00 Equipment andior Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) 15 $700.00 $10,500.00 Barge Services Spud Barge 1 $59,318.00 $59,318.00 Drilling Services In or out of house drilling 6 $5,906.67 $35,440.02 Permit and COI Fees Maritime Insurance and Permitting 1 $5,267.00 $5,267.00 $0.00 TOTAL DIRECT COSTS: $122,970.02 LR 05514(Rev.02(09/23) Printed 12/17/2024 3:37 PM DIRECT COSTS Page 4 of 6 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Rubino Engineering. Inc. P-91-021-23 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 176.27% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD& SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL FRINGE BENEFITS FIXED FEE OTHERS TOTAL TOTAL Setup,Drilling, Reporting 122,970 396 14,894 26,254 4,915 46,063 27.25%%0 Subconsultant DL $0.00 Direct Costs Total===> S122.970.02 $122,970.02 72.75% TOTALS 396_ 14,894 26,254 4,915 - 169,033 100.00% 41 148 BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 3:37 PM COST EST Page 5 of 6 ■ Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Rubino Engineering, Inc. P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ.RATES Setup,Drilling,Reporting 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• _ Material Tester 42.48 0.0 Project Manager/Engineer 45.86 111.0 28.03% 12 86 111 28.03% 12.86 Staff Engineer/Geologist/ 32.67 257.0 64.90% 21 20 257 64.90% 21.20 Laboratory Staff 26.35 13.0 3.28% 0 86 13 3.28% 0.86 Principal 70.94 15 0 3.79% 2 69 15 3 79% 2 69 .Driller 58.98 0.0 _ Administration 27.53 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 396.0 100% $37.61 396.0 100.00% $37.61 0 0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 Printed 12/17/2024 3:37 PM BLR 05514 (Rev. 02/09/23) Page 6 of 6 AVG 1 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 22-00198-00-BR Prime Consultant (Firm) Name Prepared By Date Benesch JCN/JJR 12/16/2024 Consultant / Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. P-91-021-23 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 24 MONTHS OVERHEAD RATE 190.00% START DATE 5/12/2023 COMPLEXITY FACTOR 0 RAISE DATE 3/1/2024 % OF RAISE 2.00% END DATE 5/11/2025 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 5/12/2023 3/1/2024 10 41.67% 1 3/2/2024 3/1/2025 12 51.00% The total escalation = 1.34% BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 12:21 PM ESCALATION Page 1 of 7 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. P-91-021-23 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 1.34% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $85.96 $86.00 Architectural Historian $40.87 $41.42 Associate Principal II $76.57 $77.59 Associate Principal I $71.92 $72.88 Senior Project Manager III $73.19 $74.17 Senior Project Manager I S56.56 $57.32 Senior Landscape Architect $61.47 S62.29 Senior Planning PM $59.03 S59.82 Senior Technical Specialist II $62.64 S63.48 Senior Technical Specialist I $55.79 $56.54 Senior Scientist PM II S61.17 S61.99 Senior Technical Scientist S57.15 S57.91 Scientist PM II S53.34 $54.05 Scientist PM I $46.97 $47.60 Assistant PM Scientist $39.32 539.85 Environmental Engineer PM II $49.99 $50.66 Environmental Engineer PM I $47.00 $47.63 Assistant PM Engineer I $41.15 $41.70 Engineer II S31.75 $32.17 Engineer I S35.69 $36.17 Scientist SI $34.50 S34.96 Scientist SII $30.16 $30.56 Technical Graphics Technician $27.73 $28.10 Administrative Executive $52.42 $53.12 Senior Administrative Assistant $36.31 $36.80 Billing Administrator $25.00 $25.33 BLR 05514(Rev. 02/09/23) Printed 12/17/2024 12:21 PM RATES Page 2 of 7 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant/Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. P-91-021-23 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET Contribution to Prime NAME Direct Labor Total Consultant Total 0.00 0.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. BLR 05514(Rev 02/09/23) Printed 12/17/2024 12:21 PM SUBS Page 3 of 7 Local Public Agency County Section Number 'City of Elgin ] 'Kane I 22-00198-00-BR Consultant/Subconsultant Name Job Number Huff&Huff,Inc.,a subsidairy of GZA,Inc. P-91-021-23 DIRECT COSTS WORKSHEET List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET CONTRACT ITEM ALLOWABLE QUANTITY RATE TOTAL Lodging Actual Cost (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) $0.00 Lodging Taxes and Fees Actual Cost (per GOVERNOR'S TRAVEL CONTROL BOARD) 50.00 Air Fare Coach rate,actual cost,requires minimum two weeks' 50.00 notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum 104 $0.63 $65.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day SO 00 Vehicle Rental Actual Cost(Up to$55/day) $0 00 Tolls Actual Cost 1 $0 85 $0 85 Parking Actual Cost SO 00 Overtime Premium portion(Submit supporting documentation) $0.00 Shift Differential Actual Cost(Based on firms policy) $0.00 Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) SO 00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost SO 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 Datbase Package Actual Cost 1 $260.00 $260.00 Eco Cat Actual Cost $0.00 $0.00 $0.00 TOTAL DIRECT COSTS: $325.85 BLR 05514(Rev.02/09/23) Printed 12/17/2024 12:21 PM DIRECT COSTS Page 4 of 7 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. P-91-021-23 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 190.00% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD& SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL FRINGE BENEFITS FIXED FEE OTHERS TOTAL TOTAL Ti: PESA 326 43� 1,547 2,939 510 0 4,996 25.97% T2:Waterway/Wetland Delineation 0 7 239 454 79 0 772 4.01% T3:Waterway/Wetland Delineation Report 0 35 1,089 2,068 359 0 3,516 18.28% T4: Biological/Cultural Clearances 0 15 495 941 163 0 1,599 8.31% T5: QA/QC 0 11 719 1,367 237 0 2,323 12.08% - T6: Project Administration 0 6 396 752 131 0 1,279 6.65% T7:Tree Survey&Report, if Needed 0 34 1,370 2,603 452 0 4,425 23.00% Subconsultant DL $0.00 Direct Costs Total =__> $325.85 $325.85 1.69% TOTALS _ _ 1511 5,855 I 11,124 1 1,931 I - _ 19,236 100.00%0 16,979 BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 12:21 PM COST EST Page 5 of 7 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 2 T2:Waterway/Wetland 73:Waterway/Wetland T4:Biological/Cultural PAYROLL AVG TOTAL PROJ.RATES Ti:PESA Delineation Delineation Report Clearances T5:QA/QC HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 86.00 0.0 Architectural Historian 41 42 0.0 Associate Principal II 77 59 4.0 2 65% 2 06 1 9.09% 7.05 Associate Principal I 72 88 5.0 3 31% 2 41 1 2.33% 1 69 2 18 18% 13.25 Senior Project Manager III 74 17 0.0 Senior Project Manager II 61.25 0.0 Senior Project Manager I 57 32 0.0 Senior Landscape Architect 62 29 0.0 Senior Planning PM 59.82 0.0 Senior Technical Specialist II 63 48 0 0 Senior Technical Specialist I 56.54 0.0 Senior Scientist PM II 61 99 8 0 5 30% 3 28 8 72.73% 45.08 Senior Technical Scientist 57.91 11 0 7 28"% 4 22 1 14.29% 8.27 1 2 86% 1 65 1 6 67% 3 86 Scientist PM II 54.05 0.0 Scientist PM I 47 60 8 5 5 63% 2 68 8.5 19 77% 9 41 Assistant PM Scientist 39 85 1 0 0 66% 0 26 1 6.67% 2.66 Environmental Engineer PM II 50.66 0.0 Environmental Engineer PM I 47.63 0 0 Assistant PM Engineer I 41.70 4.5 2.98% 1.24 4.5 10.47°% 4.36 Engineer II 32 17 0 0 Engineer I 36 17 0.0 Scientist SI 34.96 21 0 13 91% 4 86 Scientist SII 30 56 73 5 48 68% 14 88 23.5 54 65% 16 70 5 71 43% 21.83 27 77 14% 23.58 13 86.67% 26 49 Technical Graphics Technician 28.10 11.5 7.62% 2.14 4.5 10.47% 2.94 1 14 29% 4.01 6 17.14% 4 82 Administrative Executive 53.12 0.0 Senior Administrative Assistant 36.80 3.0 1.99% 0.73 1 2.33% 0.86 1 2.86% 1 05 Billing Administrator 25.33 0.0 TOTALS 151.0 100% $38.77 43.0 100 00% $35.97 7.0 100% $34.12 35.0 100% $31 10 15 0 100% $33.01 11.0 100% $65.39 Printed 12/17/2024 12:21 PM BLR 05514 (Rev. 02/09/23) Page 6 of 7 AVG 1 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 2 T7:Tree Survey&Report,if PAYROLL AVG T6: Project Administration Needed HOURLY Hours % Wgtd Hours ° Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours ° Wgtd CLASSIFICATION RATES _ Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 86.00 _ Architectural Historian 41.42 Associate Principal II 77.59 2 33.33% 25.86 1 2.94 , 2.28 Associate Principal I 72.88 2 33.33% 24.29 Senior Project Manager III 74.17 Senior Project Manager II 61.25 Senior Project Manager I 57.32 _ Senior Landscape Architect 62.29 Senior Planning PM 59.82 Senior Technical Specialist II 63.48 _ Senior Technical Specialist I 56.54 l Senior Scientist PM II 61.99 Senior Technical Scientist 57.91 1 16.67% 9.65 7 20 59'., ' 92 Scientist PM II 54.05 ~Scientist PM I 47.60 Assistant PM Scientist 39.85 Environmental Engineer PM II 50.66 Environmental Engineer PM I 47.63 Assistant PM Engineer I 41.70 Engineer II 32.17 Engineer I 36.17 Scientist SI 34.96 21 61.76% 21.59 Scientist SII 30.56 5 14.71% 4 49 Technical Graphics Technician _ 28.10 Administrative Executive 53.12 Senior Administrative Assistant 36.80 1 16,67% 6.13 Billing Administrator 25.33 TOTALS 6.0 100% $65 94 34.0 100% $40.29 0.0 0% $0.00 0.0 0' $0.00 0.0 0% $0.00 0.0 0% $0.00 Printed 12/17/2024 12:21 PM BLR 05514 (Rev. 02/09/23) Page7of 7 AVG2 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 County 22-00198-00-BR Prime Consultant (Firm) Name Prepared By Date Benesch Seema Wadia 12/16/2024 Consultant/ Subconsultant Name Job Number Metro Strategies Group P-91-021-23 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 24 MONTHS OVERHEAD RATE 116.68% START DATE 5/12/2023 COMPLEXITY FACTOR 0 RAISE DATE 1/1/2024 %OF RAISE 2.00% END DATE 5/11/2025 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 5/12/2023 1/1/2024 8 33.33% 1 1/2/2024 1/1/2025 12 51.00% 2 1/2/2025 5/1/2025 4 17.34% The total escalation = 1.67% BLR 05514(Rev. 02/09/23) Printed 12/17/2024 1:34 PM ESCALATION Page 1 of 6 Local Public Agency County Section Number City of Elgin Kane County 22-00198-00-BR Consultant / Subconsultant Name Job Number Metro Strategies Group P-91-021-23 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 1.67% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $76.92 $78.21 Senior Project Manager $45.38 $46.14 Senior Communications Manager $45.06 $45.81 Project Manager $36.86 $37.48 BLR 05514(Rev. 02/09/23) Printed 12/17/2024 1:34 PM RATES Page 2 of 6 Local Public Agency County Section Number City of Elgin Kane County 22-00198-00-BR Consultant/Subconsultant Name Job Number Metro Strategies Group P-91-021-23 SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET Contribution to Prime NAME Direct Labor Total Consultant Total 0.00 0.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. BLR 05514(Rev.02/09/23) Printed 12/17/2024 1:34 PM SUBS Page 3 of 6 Local Public Agency County Section Number City of Elgin Kane County 22-00198-00-BR Consultant/Subconsultant Name Job Number Metro Strategies Group P-91-021-23 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 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 S65/full day $0.00 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) 1 $2,390.00 $2,390.00 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) 1 $500.00 $500.00 Advertisements Actual Cost(Submit supporting documentation) 4 $300.00 S1,200.00 Public Meeting Facility Rental Actual Cost(Submit supporting documentation) 2 $500.00 S1,000.00 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) S0.00 Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) SO 00 Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) S0.00 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) $O.00 Translation Actual Cost 1 $2,000.00 S2,000.00 $0.00 $0.00 BLR 05yli4J ev 02/09/23) Phnt,A 12/17/207d 1'44 PM f]IRFC'T COSTS Page 4 of 6 TOTAL DIRECT COSTS: $7,090.00 Local Public Agency County Section Number City of Elgin Kane County 22-00198-00-BR Consultant / Subconsultant Name Job Number Metro Strategies Group P-91-021-23 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 116.68% COMPLEXITY FACTOR 0 DIRECT CO TS (not includr in OVERHEAD& SERylaS BY %O FITND TASK row iota s STAFF HOURS PAYROLL FR BENEFITS FIXED FEE OTHERS TOTAL T T L Public Involvement 7,090 r 462 23,130 26,988 7,518 57,636 86.42% Funding Strategy 14 789 921 256 1,966 2.95% Subconsultant DL $0.00 Direct Costs Total =__> $7,090.00 S7,090.00 10.63% TOTALS _ 4761 23,919 I 27,909 I 7,774 1 66,692 100.00% 51,828 BLR 05514 (Rev. 02/09/23) Printed 12/17/2024 1:34 PM COST EST Page 5 of 6 Local Public Agency County Section Number City of Elgin Kane County 22-00198-00-BR Consultant / Subconsultant Name Job Number Metro Strategies Group P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ.RATES Public Involvement Funding Strategy _ HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg _ Part. Avg Principal 78.21 95.0 19.96% 15.61 90 19.48% 15.24 5 35.71% 27.93 Senior Project Manager 46.14 157.0 32.98% 15.22 150 32.47% 14.98 7 50.00% 23.07 Senior Communications Manage 45.81 102.0 21.43% 9.82 102 22.08% 10.11 Project Manager 37.48 122.0 25.63% 9 61 120 25.97% 9 73 2 14 29% 5 35 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 476.0 100% $50.25 462.0 100.00% $50.06 14.0 100% $56.35 0.0 0% $0 00 0.0 0% $0.00 0 0 0% $0 00 Printed 12/17/2024 1:34 PM BLR 05514 (Rev. 02/09/23) Page 6 of 6 AVG 1 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 22-00198-00-BR Prime Consultant (Firm) Name Prepared By Date Benesch Randal Newkirk 12/16/2024 Consultant/Subconsultant Name Job Number Hampton, Lenzini and Renwick, Inc. P-91-021-23 Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab Remarks PAYROLL ESCALATION TABLE CONTRACT TERM 6 MONTHS OVERHEAD RATE 169.78% START DATE 5/12/2023 COMPLEXITY FACTOR 0 RAISE DATE 1/1/2024 %OF RAISE 2.00% END DATE 11/11/2023 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 5/12/2023 11/11/2023 6 100.00% The total escalation = 0.00% BLR 05514 (Rev.02/09/23) Printed 12/16/2024 2:08 PM ESCALATION Page 1 of 6 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Hampton, Lenzini and Renwick, Inc. P-91-021-23 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 Engineer 6 $76.50 $76.50 Engineer 5 $65.36 $65.36 Engineer 4 $58.59 $58.59 Engineer 3 $46.50 $46.50 Engineer 2 S36.75 $36.75 Engineer 1 534.17 $34.17 Structural 2 $77.00 $77.00 Structural 1 $62.00 $62.00 Survey 2 $55.00 $55.00 Surveyl $29.00 $29.00 Principal $89.50 $86.00 Land Acquisition $59.00 $59.00 Technician 3 $51.20 $51.20 Technician 2 $39.10 $39.10 Technician 1 $30.43 $30.43 Administration 2 $53.63 $53.63 Administration 1 $30.80 $30.80 Environmental 3 $56.50 $56.50 Environmental 2 $39.40 $39.40 Environmental 1 $26.33 S26.33 BLR 05514 (Rev. 02/09/23) Printed 12/16/2024 2:08 PM RATES Page 2 of 6 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant/Subconsultant Name Job Number Hampton,Lenzini and Renwick,Inc P-91-021-23 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 S0.00 (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' $0.00 notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day $0.00 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) SO 00 Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) SO 00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) S0.00 Project Specific Insurance Actual Cost $0.00 Monuments(Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2-Way Radio(Survey or Phase III Only) Actual Cost $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) S0 00 Railroad Flagger and Right of Entry Fee 1 $2,700.00 $2,700.00 Railroad Liability Insurance 1 S11,000.00 $11,000.00 General Liability Insurance-Required by Railroad 1 $2,600.00 $2,600.00 Traffic Counts from Video Camera 1 $483.00 ELR O5V (� 02/0</23) Pn�ed 12/1 6/2024 2 0R PM 1'{�I T CC?,STS gage 3 of 6 TOTAL DIRECT COSTS: $16,783.00 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Hampton, Lenzini and Renwick, Inc. P-91-021-23 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 169.78% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD& SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL FRINGE BENEFITS FIXED FEE OTHERS TOTAL TOTAL Existing Right-of-Way Survey 16,300 250 12,459 21,153 4,112 37,724 39.77% Route Survey 176 5,188 8,809 1,712 15,709 16.56% Hydraulic Survey 168 6,318 10,727 2,085 19,130 20.17% Traffic Counts 483 6 315 535 104 954 1.01% Consultation and Coordination 10 732 1.242 241 2,215 2.33% Project Administration 10 775 1,315 256 2,346 2.47% Subconsultant DL $0.00 Direct Costs Total =__> $16,783.00 $16,783.00 17.69% TOTALS 6201 25,787 I 43,781 I 8,510I - 94,861 100.00% 69,568 BLR 05514 (Rev. 02/09/23) Printed 12/16/2024 2:08 PM COST EST Page 4 of 6 Local Public Agency County Section Number City of Elgin Kane 22-00198-00-BR Consultant / Subconsultant Name Job Number Hampton, Lenzini and Renwick, Inc. P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 2 Existing Right-of-Way Consultation and PAYROLL AVG TOTAL PROJ.RATES Survey Route Survey Hydraulic Survey Traffic Counts Coordination 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 6 76.50 42.0 6.77% 5.18 6 2.40% 1.84 8 4.55% 3.48 12 7.14% 5.46 7 70.00% 53.55 Engineer 5 65.36 13.0 2.10% 1.37 10 4.00% 2.61 3 30.00% 19.61 Engineer 4 58.59 3.0 0.48% 0.28 3 50.00% 29.30 Engineer 3 46.50 3.0 0.48% 0.23 3 50.00% 23.25 Engineer 2 36.75 0.0 Engineer 1 34.17 0.0 Structural 2 77.00 0.0 Structural 1 62.00 _ 0.0 Survey 2 55.00 24.0 3.87% 2.13 24 14.29% 7.86 Surveyl 29.00 235.0 37.90% 10.99 143 57.20% 16.59 20 11.36% 3.30 72 42.86°% 12.43 Principal 86.00 74.0 11.94% 10.26 73 29.20% 25.11 Land Acquisition 59.00 0.0 Technician 3 51.20 30.0 4.84% 2.48 18 7.20% 3.69 4 2 27% 1.'6 8 4.76% 2.44 Technician 2 39.10 0.0 Technician 1 30.43 52.0 8.39% 2.55 52 30.95% 9.42 Administration 2 53.63 0.0 Administration 1 30.80 0.0 Environmental 3 56.50 0.0 Environmental 2 39.40 0.0 Environmental 1 26.33 144.0 23,23% 6.12 144 8182`,. 21 54 0.0 0.0 0.0 00 0.0 0.0 00 TOTALS 620.0 100% 541.59 250.0 100.00% $49.84 176.0 100% $29.48 168.0 100% $37 61 6.0 100% 552.55 10.0 100% S73.16 Printed 12/16/2024 2:08 PM BLR 05514 (Rev. 02/09/23) Page 5 of 6 AVG 1 Local Public Agency County Section Number City of Elgin Kane • 22-00198-00-BR Consultant / Subconsultant Name Job Number Hampton, Lenzini and Renwick, Inc. P-91-021-23 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 2 PAYROLL AVG Project Administration 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 6 76.50 9 90.00% 68.85 Engineer 5 65.36 Engineer 4 58.59 Engineer 3 46.50 Engineer 2 36.75 Engineer 1 34.17 Structural 2 77.00 Structural 1 62.00 Survey 2 55.00 Surveyl 29.00 Principal 86.00 1 10.00% 8.60 Land Acquisition 59.00 Technician 3 51.20 Technician 2 39.10 Technician 1 30.43 Administration 2 53.63 Administration 1 30.80 Environmental 3 56.50 Environmental 2 39.40 Environmental 1 26 33 TOTALS 10 0 100°_, $77.45 0.0 90 S0 00 0.0 0 S0 00 0.0 0 : S 00 O.0 0% $0.00 0.0 0% S0.00 Printed 12/16/2024 2:08 PM BLR 05514 (Rev. 02/09/23) Page 6 of 6 AVG 2