HomeMy WebLinkAbout25-135 Resolution No. 25-135
RESOLUTION
AUTHORIZING EXECUTION OF A LOCAL PUBLIC AGENCY ENGINEERING
SERVICES AGREEMENT WITH ENGINEERING ENTERPRISES, INC. FOR
CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE HIGHLAND
WOODS 2025 RESURFACING PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute an Local Public Agency Engineering Services
Agreement on behalf of the City of Elgin with Engineering Enterprises, Inc., for construction
engineering services in connection with the Highland Woods 2025 resurfacing project, a copy of
which is attached hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: August 13, 2025
Adopted: August 13, 2025
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
Illinois Department Local Public Agency
of Transportation Engineering Services Agreement
Agreement For Agreement Type _
Using Federal Funds?❑ Yes ❑x No MFT CE Original
LOCAL PUBLIC AGENCY
Local Public Agency County Section Number Job Number
Elgin Kane 25-00214-00-RS N/A
Project_Number Contact Name Phone Number Email
N/A Mike Pubentz (847) 931-5968 1 mike.pubentz@elginil.gov
SECTION PROVISIONS
Local Street/Road Name Key Route Length Structure Number
Various Local Roads N/A 6.36 Miles N/A
Location Termini - Add Location
See attached location map [Remove Location_
Project Descri tion
The proposed improvements consist of pavement patching, pavement milling, HMA resurfacing, curb and gutter
removal and replacement, sidewalk removal and replacement, structure adjustments, HMA and PCC driveway
removal and replacement, pipe culvert removal and replacement, landscape restoration, traffic control and all
other ancillary work required to complete the project.
Engineering Funding MFTITBP ❑ State E Other Rebuild Illinois
Anticipated Construction Funding ❑ Federal ] MFT/TBP ❑ State G Other Rebuild Illinois
•
AGREEMENT FOR
x❑ Phase III-Construction Engineering
CONSULTANT
Prime Consultant(Firm)Name Contact Name Phone Number Email
Engineering Enterprises, Inc. Chris Ott (630) 466-6757 cott@eeiweb.com
Address City State Zi Code
52 Wheeler Road Sugar Grove rIL 60554
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 govemed 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 06/16/25 Page 1 of 10 BLR 05530(Rev.07/08/22)
AGREEMENT EXHIBITS
The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT:
❑x EXHIBIT A:Scope of Services
❑x EXHIBIT B:Project Schedule
❑x EXHIBIT C:Qualification Based Selection (QBS)Checklist
❑x EXHIBIT D: Cost Estimate of Consultant(CECS)Services Worksheet(BLR 05513 or BLR 05514 )
❑ EXHIBIT : Direct Costs Check Sheet(attach BDE 436 when using Lump Sum on Specific Rate Compensation)
• EXHIBIT E: Location Map
THE ENGINEER AGREES,
1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection with
the proposed improvements herein before described.
2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff
hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by
lesser-salaried personnel,the wage rate billed for such services shall be commensurate with the payroll rate for the work
performed.
3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections
required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation.Acceptance of work
by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent correction of any such
errors or omissions or the responsibility for clarifying ambiguities.
4. That the ENGINEER will comply with applicable Federal laws and regulations, State of Illinois Statutes,and the local laws or
ordinances of the LPA.
5 To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA.
6. To invoice the LPA,The ENGINEER shall submit all invoices, based on the ENGINEER's progress reports,to the LPA employee
In Responsible Charge, no more than once a month for partial payment on account for the ENGINEER's work to date. Such
invoices shall represent the value,to the LPA of the partially completed work,based on the sum of the actual costs incurred, plus
a percentage(equal to the percentage of the construction engineering completed)of the fixed fee for the fully completed work.
7. The ENGINEER or subconsultant shall not discriminate on the basis of race, color,national origin or sex In the performance of
this AGREEMENT.The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of US
Department of Transportation (US DOT)assisted contract. Failure by the Engineer to carry out these requirements is a material
breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the LPA deems
appropriate.
8. That none of the services to be furnished by the ENGINEER shall be sublet,assigned or transferred to any other party or parties
without written consent of the LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished
by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT.
9. For Construction Engineering Contracts:
(a) For Quality Assurance services, provide personnel who have completed the appropriate STATE Bureau of Materials
QC/QA trained technical classes.
(b)For all projects where testing is required,the ENGINEER shall obtain samples according to the STATE Bureau of
Materials"Manual of Test Procedures for Materials,"submit STATE Bureau of Materials inspection reports;and verify
compliance with contract specifications.
10. That engineering services shall include all equipment, instruments, supplies,transportation and personnel required to perform the
duties of the ENGINEER in connection with this AGREEMENT(See DIRECT COST tab in BLR 05513 or BLR 05514).
11. THE LPA AGREES,
1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the
Professional Services Selection Act(50 ILCS 510)(Exhibit C).
2. To furnish the ENGINEER all presently available survey data,plans,specifications,and project information.
3. For Construction Engineering Contracts:
(a)To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental
PROJECT activities.
(b)To submit approved forms BC 775 and BC 776 to the DEPARTMENT when federal funds are utilized.
4. To pay the ENGINEER:
(a)For progressive payments- Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the
LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be
equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER.
(b)Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and
reports have been made and accepted by the LPA and DEPARTMENT a sum of money equal to the basic fee as
Completed06/16/25 Page 2 of 10 BLR 05530(Rev.07/08/22)
determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER
shall be due and payable to the ENGINEER.
(c)For Non-Federal County Projects-(605 ILCS 5/5-409)
(1)For progressive payments- Upon receipt of monthly Invoices from the ENGINEER and the approval thereof by the
LPA, monthly payments for the work performed shall be due and payable to the ENGINEER.Such payments to be
equal to the value of the partially completed work in all previous partial payments made to the ENGINEER.
(2)Final payment-Upon approval of the work by the LPA but not later than 60 days after the work is completed and
reports have been made and accepted by the LPA and STATE,a sum of money equal to the basic fee as
determined in the AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER
shall be due and payable to the ENGINEER.
5. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the
folowing compensation method as discussed in 5-5.10 of the BLR Manual.
Method of Compensation:
7] Percent
Lump Sum
H Specific Rate
[x1 Cost plus Fixed Fee: Fixed 1
Total Compensation= DL+DC+OH+FF
Where:
DL is the total Direct Labor,
DC is the total Direct Cost,
OH is the firms overhead rate applied to their DL and
FF is the Fixed Fee.
Where FF=(0.33+R)DL+ %SubDL,where R is the advertised Complexity Factor and%SubDL is 10%profit
allowed on the direct labor of the subconsultants.
The Fixed Fee cannot exceed 15%of the DL+OH.
Field Office Overhead Rates: Field rates must be used for construction engineering projects expected to exceed one
year in duration or if the construction engineering contract exceeds$1,000,000 for any project duration.
6. The recipient shall not discriminate on the basis of race,color, national original or sex in the award and performance of any US
DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The recipient shall take
all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US
DOT-assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is
incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program.
the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.).
III. IT IS MUTUALLY AGREED,
1. To maintain,for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to
verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all
books,records and supporting documents related to the contract shall be available for review and audit by the Auditor General,
and the DEPARTMENT;the Federal Highways Administration(FHWA)or any authorized representative of the federal
government,and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents
required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the
DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support
their purported disbursement.
2. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA,the DEPARTMENT,
and their officers,agents and employees from all suits,claims,actions or damages liabilities, costs or damages of any nature
whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy.
The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the
ENGINEER as soon as practicable after the discovery.The LPA reserves the right to take immediate action to remedy any error
or omission if notification is not successful; if the ENGINEER fails to reply to a notification;or if the conditions created by the error
or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and
reasonable notice is not practicable.
3. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known
post office address.Upon such termination,the ENGINEER shall cause to be delivered to the LPA all drawings, plats,surveys,
reports, permits,agreements,soils and foundation analysis, provisions,specifications, partial and completed estimates and data
Completed06/16/25 Page 3 of 10 BLR 05530(Rev.07/08/22)
if any from soil survey and subsurface investigation with the understanding that all such materials becomes the property of the
LPA.The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to
the date of the written notice of termination.
4. In the event that the DEPARTMENT stops payment to the LPA,the LPA may suspend work on the project. If this agreement is
suspended by the LPA for more than thirty(30)calendar days, consecutive or in aggregate, over the term of this AGREEMENT,
the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred prior to receipt of notice of
suspension. In addition, upon the resumption of services the LPA shall compensate the ENGINEER,for expenses incurred as a
result of the suspension and resumption of its services,and the ENGINEER's schedule and fees for the remainder of the project
shall be equitably adjusted.
5. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until
the completion of construction of any phase of professional services performed by others based upon the service provided herein.
All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent professional
services are not commenced within 5 years after final payment by the LPA.
6. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error,omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA,the DEPARTMENT,
and their officers,employees from all suits,claims,actions or damages liabilities, costs or damages of any nature whatsoever
resulting there from.These indemnities shall not be limited by the listing of any insurance policy.
7. The ENGINEER and LPA certify that their respective firm or agency:
(a)has not employed or retained for commission, percentage,brokerage,contingent fee or other considerations,any
firm or person(other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure this
AGREEMENT,
(b)has not agreed, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services
of any firm or person in connection with carrying out the AGREEMENT or
(c)has not paid, or agreed to pay any firm,organization or person(other than a bona fide employee working solely for
the LPA or the ENGINEER)any fee, contribution,donation or consideration of any kind for,or in connection with,
procuring or carrying out the AGREEMENT.
(d)that neither the ENGINEER nor the LPA is/are not presently debarred,suspended, proposed for debarment,declared
ineligible or voluntarily excluded from covered transactions by any Federal department or agency,
(e)has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered
against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or
performing a public(Federal, State or local)transaction;violation of Federal or State antitrust statutes or commission
of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements or receiving
stolen property.
(f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State, or
local)with commission of any of the offenses enumerated in paragraph(e)and
(g)has not within a three-year period preceding this AGREEMENT had one or more public transaction(Federal,State,
local)terminated for cause or default.
Where the ENGINEER or LPA is unable to certify to any of the above statements in this clarification,an explanation shall be
attached to this AGREEMENT.
8. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no
claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining
services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within
six months after the specified completion date. Examples of unforeseen causes included but are not limited to:acts of God or a
public enemy; acts of the LPA, DEPARTMENT<or other approving party not resulting from the ENGINEER's unacceptable
services;fire;strikes;and floods.
If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE,the ENGINEER shall apply in writing to
the LPA for an extension of time. If approved,the PROJECT SCHEDULE shall be revised accordingly.
9. This certification is required by the Drug Free Workplace Act(30 ILCS 580).The Drug Free Workplace Act requires that no
grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of
any property or service from the DEPARTMENT unless that grantee or contractor will provide a drug free workplace. False
certification or violation of the certification may result in sanctions including, but not limited to suspension of contract or grant
payments, termination of a contract or grant and debarment of the contracting or grant opportunities with the DEPARTMENT for
at least one(1)year but not more than (5)years.
For the purpose of this certification,"grantee"or"Contractor"means a corporation, partnership or an entity with twenty-five(25)or
more employees at the time of issuing the grant or a department,division or other unit thereof, directly responsible for the specific
performance under contract or grant of$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 the actions that will be taken against employees for violations of such prohibition.
(3)Notifying the employee that,as a condition of employment on such contract or grant,the employee will:
(a)abide by the terms of the statement; and
(b)notify the employer of any criminal drug statute conviction for a violation occurring in the workplace
no later than five(5)days after such conviction.
Completed06/16/25 Page 4 of 10 BLR 05530(Rev.07/08/22)
(b)Establishing a drug free awareness program to inform employees about:
(1)The dangers of drug abuse in the workplace;
(2)The grantee's or contractors policy to maintain a drug free workplace;
(3)Any available drug counseling, rehabilitation and employee assistance program;and
(4)The penalties that may be imposed upon an employee for drug violations.
(c)Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the
contract or grant and to post the statement in a prominent place in the workplace.
(d)Notifying the contracting or granting agency within ten (10)days after receiving notice under part(b) paragraph(3)of
subsection(a)above from an employee or otherwise receiving actual notice of such conviction.
(e)Imposing a sanction or,or requiring the satisfactory participation in a drug abuse assistance or rehabilitation
program.
(f)Assisting employees in selecting a course of action in the event drug counseling,treatment and rehabilitation is
required and indicating that a trained referral team is in place.
Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act,
the ENGINEER, LPA and the DEPARTMENT agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B.Time is of the
essence on this project and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the
ENGINEER for future projects.The ENGINEER will submit progress reports with each invoice showing work that was completed
during the last reporting period and work they expect to accomplish during the following period.
10. Due to the physical location of the project,certain work classifications may be subject to the Prevailing Wage Act(820 ILCS
130/0.01 et seq).
11. For Construction Engineering Contracts:
(a)That all services are to be furnished as required by construction progress and as determined by the LPA employee In
Responsible Charge.The ENGINEER shall complete all services herein within a time considered reasonable to the
LPA, after the CONTRACTOR has completed the construction contract.
(b)That all field notes, test records and reports shall be turned over to and become the property of the LPA and that
during the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any
loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such
loss or damage shall be restored at the ENGINEER's expense.
(c)That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions o'this
AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the
ENGINEER, one member appointed by the LPA, and a third member appointed by the two other members for
disposition and that the committee's decision shall be final.
(d)That in the event that engineering and inspection services to be furnished and performed by the LPA(including
personnel furnished by the ENGINEER)shall,in the opinion of the STATE be incompetent employed on such work at
the expense of the LPA.
(e)Inspection of all materials when inspection is not provided a the sources by the STATE Central Bureau of Materials,
and submit inspection reports to the LPA and STATE in accordance with the STATE Central Bureau of Materials
'Project Procedures Guide"and the policies of the STATE.
AGREEMENT SUMMARY
Prime Consultant(Firm)Name TIN/FEIN/SS Number Agreement Amount
Engineering Enterprises, Inc. 36-3150869 $216,475.00
Subconsultants TIN/FEIN/SS Number Agreement Amount
Rubino Engineering Inc. 80-0450719 $15,429.00
Subconsultant Total $15,429.00
Prime Consultant Total $216,475.00
Total for all work $231,904.00
Completed06/16/25 Page 5 of 10 BLR 05530(Rev.07/08/22)
AGREEMENT SIGNATURES
Executed by the LPA: Local Public Agency Type Local Public Agency
Attest: The City of Elgin
B Si•nature&Date B Si at &Date
.�i / Air « - & 8 13 25 8/13/25
Local Public Aeenc r vocal Public Agency Type Title
Elgin - City Clerk Richard G. Kozal, City Manager
;
Executed by the ENGINEER:
Prime Consultant(Firm)Name
Attest: Engineering Enterprises, Inc.
B Si nature& Date B Si nature&Da e)
Title I Title
Chief Operating Officer/President Project Manager
APPROVED:
Re ional Engineer,Department of Transportation(Signature&Date)
Completed06/16/25 Page 6 of 10 BLR 05530(Rev.07/08/22)
Local Public Agency Prime Consultant(Firm)Name County Section Number
Elgin [Engineering Enterprises, Inc. Kane 25-00214-00-RS J
EXHIBIT A
SCOPE OF SERVICES
To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before
described and enumerated below
The City of Elgin requires Construction Engineering Services for the City's 2025 Highland Woods Resurfacing
Project. A map of the roadways to be included in the project can be found in Exhibit E of this proposal. The
following streets will be included as part of this program:
• Bowes Creek Boulevard — Bowes Road to Tournament Drive
• Harmony Circle—Wetlands Drive to Wetlands Drive
• Hidden Fawn Drive—Slate Run to Slate Run
• Highland Woods Boulevard— US Route 20 to Coombs Road
• Flagpole Court—Weldwood Drive to Dead End
• Leith Court—Weldwood Drive to Dead End
• Nolan Road — Bowes Road to Hopps Road
• Peregrine Way— Bellamere Lane to Highland Woods Boulevard
• Prestwick Court—Wetlands Drive to Dead End
• Slate Run — Highland Woods Boulevard to Highland Woods Boulevard
•Weldwood Drive —Weld Road to South End
•Wetlands Court—Wetlands Drive to Wetlands Drive
• Wetlands Drive— Highland Woods Boulevard to Highland Woods Boulevard
Our scope of services will include the following:
Project Management and Administration
• Project Management
• Prepare for, Attend, and Facilitate the Preconstruction Meeting Including Preparation of Meeting Minutes
• QC Plan and Material Submittal Review
• Prepare and Distribute Bilingual (English and Spanish) Resident Notification Letters for the following
Occurrences:
o Overall Project Information and General Schedule
o Loss of Driveway Access for PCC Replacement
• Organize and Attend Weekly On-Site Construction Progress Meetings
Construction Layout
• Layout removal limits for PCC Sidewalk, Driveways & Curb and Gutter
• Layout removal limits for HMA Items
Construction Observation and Documentation
• Provide a resident engineer for full time on-site construction observation. An EEI representative will be on
site to inspect and observe all construction operations related to the project to ensure that work is in
concurrence with the project plans and specifications
• Monitor adherence to specifications and construction schedule
• Daily documentation of work tasks and calculation of installed pay items
• Gather material inspection and coordinate any required testing on behalf of the City
• Communicate daily construction activities to the City via email and via the City's Construction Command
Salesforce page
• Perform punch list inspections and coordinate punch list improvements with Contractor
Pay Estimates
• Prepare/verify pay estimates
• Process any required change orders
Completed 06/16/25 Page 7 of 10 BLR 05530(Rev.07/08/22)
Local Public Agency Prime Consultant(Firm)Name County Section Number
Elgin Engineering Enterprises, Inc. J Kane 125-00214-00-RS
Project Closeout
• Process required IDOT documents for MFT Construction Section
The following scope of services will be provided by EEI's subconsultants:
• Material Testing (Rubino)
o HMA Nuclear Density Testing
o PCC Air, Slump, and Compressive Strength Testing
EXCLUSIONS
The above scope of services excludes the following:
• Attendance at City Council Meeting
• Topographic Field Survey and/or Record Drawings
Completed06/16/25 Page 8 of 10 BLR 05530(Rev.07/08/22)
Local Public Agency Prime Consultant(Firm)Name County Section Number
Elgin Engineering Enterprises, Inc. Kane 25-00214-00-RS
EXHIBIT B
PROJECT SCHEDULE
1. Anticipate Final Approval of Construction Engineering Services Agreement at City Council: 7/9/25
2. Target Bid Opening: 6/12/25
3. Award Construction Contract: 6/25/25
4. Tentative Pre-Construction Meeting: 7/11/25
5. Start of Construction: 7/28/25
6. Construction Substantial Completion: 10/24/25
7. Construction Final Completion: 10/31/25
8. Project Closeout: May 2026
Completed 06/16/25 Page 9 of 10 BLR 05530(Rev.07/08/22)
Local Public Agency Prime Consultant(Firm)Name County Section Number
Elgin Engineering Enterprises, Inc. Kane _- —I 25-00214-00-RS
Exhibit C
Qualification Based Selection(QBS)Checklist
The LPA must complete Exhibit D. If the value meets or will exceed the threshold in 50 ILCS 510, QBS requirements must be followed.
Under the threshold, QBS requirements do not apply.The threshold is adjusted annually. If the value is under the threshold with federal
funds being used,federal small purchase guidelines must be followed.
❑ Form Not Applicable(engineering services less than the threshold)
Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when
using State funds and the QBS process is applicable.
No Yes
1 Do the written QBS policies and procedures discuss the initial administration(procurement, management a ❑
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 111
❑
specifically Section 5-5.06(e)of the BLRS Manual?
3 Was the scope of services for this project clearly defined? ❑x ❑
4 Was public notice given for this project? 0 ❑
5 Do the written QBS policies and procedures cover conflicts of interest? ❑x ❑
6 Do the written QBS policies and procedures use covered methods of verification for suspension and O ❑
debarment?
7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑x ❑
Project Criteria Weighting
Do the written QBS policies and procedures discuss the method of selection? ❑x ❑
Selection committee(titles)for this project
Top three consultants ranked for this project in order
1
2
3
9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑x ❑
10 Were negotiations for this project performed in accordance with federal requirements. ❑x ❑
11 Were acceptable costs for this project verified? Q ❑
12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding the 0 ❑
request for reimbursement to IDOT for further review and approval?
Do the written QBS policies and procedures cover ongoing and finalizing administration of the project
13 (monitoring, evaluation,closing-out a contract, records retention, responsibility,remedies to violations or 0 ❑
breaches to a contract,and resolution of disputes)?
14 QBS according to State requirements used? EI ❑
15 Existing relationship used in lieu of QBS process? ❑ 0
16 LPA is a home rule community(Exempt from QBS). ❑ x❑
Completed 06/16/25 Page 10 of 10 BLR 05530(Rev.07/08/22)
EXHIBIT D
Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
of Transportation
FIXED RAISE
Local Public Agency County Section Number
City of Elgin Kane 25-00214-00-RS
Prime Consultant(Firm)Name Prepared By Date
Engineering Enterprises,Inc. Christopher J.Ott 6/13/2025
Consultant/Subconsultant Name Job Number
Engineering Enterprises,Inc. N/A
Note: This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab.
Remarks
PAYROLL ESCALATION TABLE
CONTRACT TERM 12 MONTHS OVERHEAD RATE 176.13%
START DATE 7/1/2025 COMPLEXITY FACTOR 0
RAISE DATE 2/28/2026 % RAISE 3.0D%
END DATE 6/30/202A
ESCALATION PER YEAR
%of
Year First Date Last Date Months Contract
0 7/1/2025 2/28/2026 8 66.67%
1 3/1/2026 6/30/2026 4 34.33%
The total escalation= 1.00%
BLR 05514(Rev.02/08/25)
Printed 6/16/2025 8:47 AM ESCALATION
Page 1 of 1
Local Public Agency County Section Number
City of Elgin Kane 25-00214-00-RS
Consultant / Subconsultant Name Job Number
Engineering Enterprises, Inc. N/A
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATE 90.00
ESCALATION FACTOR 1.00%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
E-4 Senior Principal $99.76 $90.00
E-3 Principal $89.55 $90.00
E-2 Senior Project Manager $79.73 $80.53
E-1 Project Manager $62.09 $62.71
P-6 Senior Project Engineer II $52.65 $53.18
P-5 Senior Project Engineer I $47.96 $48.44
P-4 Project Engineer $40.18 $40.56
T-6 Senior Project Technician II $47.27 $47.74
T-5 Senior Project Technician I $48.95 $49.44
T-4 Project Technician $41.15 $41.56
T-3 Senior Technician $35.68 $36.04
T-2 Technician $26.55 $26.82
T-1 Associate Technician $24.00 $24.24
I-1 Engineering Intern $24.00 $24.24
A-4 Executive Administrative Assistant $56.60 $57.17
A-3 Administrative Assistant $35.28 $35.63
BLR 05514 (Rev.02/06/25)
Printed 6/16/2025 8:47 AM RATES
Page 1 of 1
Local Public Agency County Section Number
City of Elgin Kane 25-00214-00-RS
Consultant/Subconsultant Name Job Number
Engineering Enterprises, Inc. N/A
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.02/06/25)
Printed 6/16/2025 8:47 AM SUBS
Page 1 of 1
Local Public Agency County Section Number
ICityofElgin I IKane I 125-00214.00•RS 1
Consultant J Subconsultant Name Job Number
IEngineenng Enterprises,Inc I IN/A
DIRECT COSTS WORKSHEET
Uet 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 GOVERNORS TRAVEL CONTROL BOARD) (Up to state rate mardmum)
Lodging Taxes and Fees Actual Cost $0.00
(per GOVERNORS TRAVEL CONTROL BOARD)
Coach rate,actual cost,requires minimum two weeks'
Air Fare $0.00notice,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/hall day(4 hours or less)or$65/full day 125 $65.00 $8,125.00
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 firms policy) $0.00
Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00
Copies of Deliverabies/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00
Copies of Detverabies/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(specHlc 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
Utlilty Exploratory Trenching Actual Cost(Requires 2-3 quotes with lOOT approval) $0.00
Testing of Soil Samples Actual Cost $0.00
Lab Services Actual Cost(Provide breakdown of each cost) $0.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
$0.00
$0.00
$0.00
$0.00
TOTAL DIRECT COSTS: $5,125.00
BLR 05514(Rev.02/08/25)
Printed 6/18/2025 8:48 AM DIRECT COSTS
Page 1 of
Local Public Agency County Section Number
City of Elgin Kane 25-00214-00-RS
Consultant/Subconsultant Name Job Number
Engineering Enterprises, Inc. N/A
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET
OVERHEAD RATE 176.13% COMPLEXITY FACTOR 0
DIRECT COSTS
(not included it OVERHEAD& SERVICES BY %OF GRAND
TASK row totals) STAFF HOURS PAYROLL FRINGE BENEFITS FIXED FEE OTHERS TOTAL TOTAL
Project Management&Administration 110 6,244 10,998 2,061 19.303 8.32%
Construction Layout 88 3.747 6.599 1,236 11.582 4.99%
Construction Observation and Documentation 1246 52.706 92.831 17.393 15,429 178.359 76.91%
Pay Estimates 50 2.329 4,102 768 7,199 3.10%
Project Closeout 50 2.373 4,180 783 7,336 3.16%
Subconsultant DL $0.00
Direct Costs Total===> $0.00 $8,125.00 3.50%
TOTALS 15441 67,3991 118,710 1 22,241 1 15,429 231,904_ 100.00%
186,109
BLR 05514(Rev.02/06/25)
Printed 6/16/2025 8:48 AM COST EST
Page 1 of 1
Local Public Agency County Section Number
City of Elgin _ Kane 25-00214 00 RS
Consultant I Subconsultant Name Job Number
Engineering Enterprises, Inc. N/A
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET
SHEET 1 OF 1
Project Management& Construction Observation
PAYROLL AVG TOTAL PROD.RATES Administration Construction Layout and Documentation Pay Estimates Project Closeout
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd
CLASSIFICATION RATES Part. Avg Part Avg Part. Avg Part. Avg Part. Avg Part. Avg
E4 Senior Principal 90.00 8.0 0.52% 0.47 4 3.64% 3.27 2 4.00% 3.60 2 4.00% 3.60
E-3 Principal 90 00 0.0
E-2 Senior Project Manager 80.53 0.0
E-1 Protect Manager 62.71 118.0 7.64% 4.79 72 65.45% 41.05 8 9 09% 5.70 16 1.28% 0.81 10 20.00% 12.54 12 24.00% 15.05
P-S Senior Project Engineer II 53.18 0.0
P-5 Senior Project Engineer I 48.44 230.0 14.90% 7.22 230 18.46% 8.94
P-4 Project Engineer 40.56 1,178.0 78.30% 30.95 32 29.09% 11.80 80 90.91% 36.87 1000 80.26% 32.55 34 68.00% 27.58 32 64.00% 25.96
T-6 Senior Project Technician It 47.74 0.0
T-5 Senior Project Technician I 49.44 0.0
T-4 Project 1echncian 41.56 0.0
T-3 Senior Technician 36.04 0.0
T-2 Technician 26.82 0.0
T-1 Associate Technician 24.24 0 0
I-1 Enginoenno Intern 24.24 0.0
A-4 Executive Administrative Assistant 57.17 0.0
A-3 Administrative Assistant 35.63 10.0 0.65% 0.23 2 1.82% 0.65 4 8.00% 2.85 4 8 00% 2.85
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
TOTALS 1544.0 100% S43.65 110.0 100.00% 556.77_ 88.0 100% $42.58 1246.0 100% $42.30 50.0 100% 546.57 50.0 100% $47.46
Printed 6/16/2025 8:48 AM BLR 05514(Rev.02/06/25)
Page 1 of 1 AVG 1
Tell 14tilt ,
Legend amen °_ n E Oob DI
P° Orr,
o, pa° ��°40
Pa
Z''Z cr°yon �a a z Q 9. ee D°I,:,
2025 Roadway Program Limits .: clan ;a „`ee, ya
?. 6 r,4 Country
Ud r M O oton,'S. s° C Knoll In
Pk" I o `4rr°n!(n o U` c, of \sa Rry rw/nd C Dr°!" c; o _ Lucu Cf
V //yyam�� P
¢ >, f_` a O°��yt \`-ar9tay, 2 Y. \ 6 Randall R° `3°>
C a O /y L° 1 O ,P,yya° . n `_--°m yar°`C �O°Rd `Bo Dr = g 3 1(notlwopq Or
n° •
o•c : 4 F' Tare Dr
• nlonrro
E ° Dq u°is'�/i°� .-<q'ig C,a p ; a / <h° 4 0 • 3
�> 3c ° <h Cr . f
as d v o.sk d ° T : 4 .17 T S . o 0
°°d alo°� `ct> 8: • :,, r 4, O Be?
1
VN .M4090, ° ,,a, dc'' USultan i ci 4C, • I K'oy B°
tl0, S, 4oy NUphau St aqa
\ Cr/N °2 Cr St,,„ Sr Oro 4� Maryhln In lrrldn
9 N`. O, C>° as C, Sr o,, Vole Marton S: `o 4 p C- _ Foolhlll P.O Ave
o q°tee r. 'onyc a° FJrrs/st o' 6. \ o o ,.��°S?O�F/
oC, o` ° P °0. Brldpeham St EI.. ,a,° W ^tlgr Rd°j
Juliet e9 0` 1- ° Ia,'.r�.` 4 JJJS O` 6 Po N
D, 4\ a v ,wu Q5'P' 4r o - P .ei } _ 11�L p O
F °et.- A e°'et„o Q �Oo 4.„ . be° S,o° sD etlord 1•0 4! SF,p
f Ue: 5^ y° w' 41 _ ' tri°51
t;o p r9 '''r O e °PVC yl\u °O° 3 ! I
°� °ji S .yy
,40
y/ -
_
o r °
y O. o � e C
c o \ JIWuar CI ` �
'
•; oo . o 6. p Y411.o TI•
F b S eGaleLn
%°?,
'
\° s'F yo g 'p
o Ranpe Rd Q94sr .*U "%d €
aP Sonora of 0° i ° - =G
?e P _5 • 4 0
><
,c
_R al , !� n E c�'
c South Si r sa si to
i i n Humoolt SI ::c o
am, Mdloton atarCreall"
Os a a ° -Friendahlp Holdon L1 Ia.mo"rol Uts.mAoryonCDir
a St
w au4pCI, 1j0od CA Wozlor rock I. , .e DNLearn
' HPo
OS, ,t C, om o S i.' 3,- , YO .oe - w Prtmroao St °e,r�F Va4°en Ste9,0R° M DW,icklow $$ °t\40
'Fu°a grr`hio, , O°ro,rtetd St r 4P° Y c �, o -O , Sporan O
,-- P4 / e. PDr
O` v
c'
Uaa° aYii° 1p O' - Sendplpar 3 V/.n 8e ctS
e°0 ..Ro 'Er1n - - Way r= O r Cr
C,o
�. Ph d o Y o O` •°IP
O o °
C ,,s
oon Co°a o aC D 6 :.c s n le To r� H _
oo, y ° °n i rc u $4 °e4 yYo 0
to ‘P.
a r4,o a;. R Df 'eta yCo E Vordo Vista CI
' o, 0` e c S
oy Nopa Hapi Ln u o°° U` �oyvo ,0 , r- -E s Coronado CI‘
A n H! sf W o/ry/n i 8 m.
a o r n, ShoollnW
° \o o wr w P°`ttt 9 Deacon Point Cif �� Ci « �c Slu Ct Carlsbad
o°ra P Rd5e It' e2 Ct Mto,tun
P°°opt 100
v eto`\ 40 - o Rldpe -:.g., Mountain HUte DI
v' laurel CI
Lou In P °do\ .Ry°dy 4-O eb° s, f c 3`. Harvest Vly. qJ SneoU t
yF°4c S _ 4.ov°, (Alin t.f Cascade 0 it Venetian In y�oC ,q p.Ot Da.°y Lt nG
dr,Ga mLL Falls Cu f , a
PCt b,d
Op, I Nantucket0,
Buwes Rd i
a V 1 I
Delta
kcaVt awr°,° imI Q. o, if
° o oral Lv
2 >� Dolt,CI e
Ut
0r n90 6
1 Ot F Annandato 0'
ai/ Centonninl Way ! C [btj dla°� z 1 4� L ° - 4
Oa
« ynrnl b Pi i, C`°'� n P°' C\ Crandon m
< , o' S,v Say!
°
4;S.pr K q.- °t .e 4ke°Dr c 2 pnn>WO
of St.
q — Emily Ln z
4,4 a I Country
°oc4y Wale/CI
° it‘ Coda'
z O 3 Point CI 0
rVemko DI o a }8
m c
0
- U
Benwect In Hopp,Rd p$.. c I
o
0,.
''uI 9yo% , A � �4t cRh .
COseNa°f oe9 Rickard DI c cortm $ `Sa 4O c° • $
e UI: .
DATE: N
Engineering Enterprises, Inc. FEBRUARY 2024 ATTACHMENT E
52 Wheeler Road PROJECT NO.' EG2408 LOCATION MAP
kir
Sugar Grove, Illinois 60554 BY MJT I,
(630) 466-6700 PATH L
H'4ig•DUBtiC[lLn:,:u:c E LG I NI
www.eeiweb.com FILE:
Lb:so.to.:4Y.Road..,Program Mz0 THE CI,Iry THE SU BUHU
e
Qa
O
n
I
P
i1
�.'o. gggg t'iG
I Ablbn.7t! �`�o ,.'.
i, G
42/
fr
t.
Cr,.
t
I1 E
4 s: .0 Brinaow.pd; n o
0
.n t' -- - _ McQueen �°; , ,...
N
el J
Margate In 'a Wal.rsup.Tv 17
3 ` n• 0tj'
L1
Peret. grine Way 1.3 -, , n l \
nv 4.. \
V.a F.wllow.r CI \\
1. 'ter>, e° jt I e'wfbwer Ct ,rop.w.
m /// . , n i N P, a
tt." 1/ Cr Ancient Oak Dr �D•' a
0, (sze,`t� AnclentOakDr i�! I :3
_ pp`��� (�j , Z it i Enynan o` i
•
.. Vv:9 �a l��leK C1 1 '! � Prairie Fd � I
ck
3
9 tr c \ i- I
Ho
U u
w, x
rN a-
0
C`rc 6
I
a
t"`,„....
Legend
2025 Roadway Program Limits U dingy
I 2 1 Plan Rd i�
DATE N
Engineering Enterprises, Inc. NOVEMBER2024 ATTACHMENT E
52 Wheeler Roadkir
PROJECT NO.: EG2408 LOCATION MAP
Sugar Grove, Illinois 60554 BY MJT /,
(630) 466-6700 PATH
:, �_..,.� �s.: E LG I N
www.eeiweb.com FILE.i
16:.ee Lan 2025 a.»..,Vwy.T L\1 THE C.TY IN T I-L./0,M -