HomeMy WebLinkAbout26-65 Resolution No. 26-65
RESOLUTION
AUTHORIZING EXECUTION OF A LOCAL PUBLIC AGENCY ENGINEERING
SERVICES AGREEMENT WITH HAMPTON, LENZINI AND RENWICK, INC. FOR
CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE HIGHLAND
AVENUE AND LYLE AVENUE INTERSECTION PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute a Local Public Agency Engineering Services Agreement
on behalf of the City of Elgin with Hampton, Lenzini and Renwick, Inc., for construction
engineering services in connection with the Highland Avenue and Lyle Avenue intersection
project,a copy of which is attached hereto and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: April 8, 2026
Adopted: April 8, 2026
Vote: Yeas: 7 Nays: I
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
Illinois Department Local Public Agency
of Transportation Engineering Services Agreement
Using Federal Funds? ® Yes ❑ No Agreement For Agreement Type
Federal CE Original
LOCAL PUBLIC AGENCY
Local Public Agency County Section Number Job Number
City of Elgin Kane 24-00209-00-CH C-91-103-25
Project Number Contact Name Phone Number Email
U44X(287) Mike Pubentz (847) 931-5968 Mike.Pubentz@elginil.gov
SECTION PROVISIONS
Local Street/Road Name Key Route Length Structure Number
Highland Avenue FAU 1308 0.3 miles N/A
Location Termini Add Location
At Lyle Avenue Remove Location
Project Description
Converting an all-way stop to a mini roundabout and sidewalk connection to the existing sidewalk on the south
side of Highland. east of Lyle.
Engineering Funding ® Federal ❑ MFT/TBP ❑ State ® Other Local
Anticipated Construction Funding ® Federal ❑ MFT/TBP ❑ State ® Other Local
AGREEMENT FOR
® Phase III -Construction Engineering
CONSULTANT
Prime Consultant(Firm) Name Contact Name Phone Number Email
Hampton, Lenzini and Renwick, Inc. Ryan Livingston (847) 697-6700 rivingston@hlreng.com
Address City State Zip Code
1707 N. Randall Road, Suite 100 Elgin IL 60123
THIS AGREEMENT IS MADE between the above Local Public Agency(LPA) and Consultant(ENGINEER) and covers certain
professional engineering services in connection with the improvement of the above SECTION. Project funding allotted to the LPA by the
State of Illinois under the general supervision of the State Department of Transportation, hereinafter called the"DEPARTMENT,"will be
used entirely or in part to finance ENGINEERING services as described under AGREEMENT PROVISIONS.
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 Contractor A full time LPA employee authorized to administer inherently governmental PROJECT activities
Company or Companies to which the construction contract was awards.
Page 1 of 14 BLR 05530(Rev. 10/24/25)
AGREEMENT EXHIBITS
The following EXHIBITS are attached hereto and made a part of hereof this AGREEMENT:
® EXHIBIT A: Scope of Services
® EXHIBIT B: Project Schedule
® EXHIBIT C: Qualification Based Selection (QBS) Checklist
® EXHIBIT D: Cost Estimate of Consultant Services(CECS)Worksheet(BLR 05513 or BLR 05514)
THE ENGINEER AGREES,
1. To perform or be responsible for the performance of the Scope of Services presented in EXHIBIT A for the LPA in connection
with the proposed improvements herein before described.
2. The Classifications of the employees used in the work shall be consistent with the employee classifications and estimated staff
hours. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are to be performed by
lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work
performed.
3. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or
corrections required as a result of the ENGINEER'S error, omissions or negligent acts without additional compensation.
Acceptance of work by the LPA or DEPARTMENT will not relieve the ENGINEER of the responsibility to make subsequent
correction of any such errors or omissions or the responsibility for clarifying ambiguities.
4. That the ENGINEER will comply with applicable Federal laws and regulations. State of Illinois Statutes, and the local laws or
ordinances of the LPA.
5. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LPA.
6. To invoice the LPA for Preliminary and/or Design Engineering:The ENGINEER shall submit all invoices to the LPA within three
months of the completion of the work called for in the AGREEMENT or any subsequent Amendment or Supplement.
7. To submit a completed BLR 05613, Engineering Payment Report, to the DEPARTMENT within three months of the completion of
the work called for in this AGREEMENT or any subsequent Amendment or Supplement.The form shall be submitted with the
final invoice.
8. The ENGINEER or subconsultant shall not discriminate on the basis of race, color, national origin or sex in the performance of
this AGREEMENT.The ENGINEER shall carry out applicable requirements of 49 CFR part 26 in the administration of US
Department of Transportation (US DOT) assisted contract. Failure by the Engineer to carry out these requirements is a material
breach of this AGREEMENT. which may result in the termination of this AGREEMENT or such other remedy as the LPA deems
appropriate.
9. That none of the services to be furnished by the ENGINEER shall be sublet assigned or transferred to any other party or parties
without written consent of the LPA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished
by the ENGINEER shall be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT.
10. For Construction Engineering Contracts:
(a)The ENGINEER shall be prequalified with the STATE in Construction Inspection.All employees of the ENGINEER
serving as the onsite resident construction supervisor or providing construction inspection shall have a valid
Documentation of Contract Quantities certification.
(b) For all projects where testing is required,the ENGINEER shall obtain samples according to the STATE Bureau of
Materials. "Manual of Test Procedures for Materials." submit STATE Bureau of Materials inspection reports: and
verify compliance with contract specifications.
11. That the engineering services shall include all equipment, instruments, supplies,transportation and personnel required to perform
the duties of the ENGINEER in connection with this AGREEMENT(See DIRECT COST tab in BLR 05513 or BLR 05514).
II. THE LPA AGREES,
1. To certify by execution of this AGREEMENT that the selection of the ENGINEER was performed in accordance with the following:
(a) Professional Services Selection Act(50 ILCS 510),The Brooks Act(40 USC 11), and the Procurement,
Management, and Administration of Engineering, and Design Related Services (23 CFR part 172). Exhibit C is
required to be completed with this AGREEMENT.
2. To furnish the ENGINEER all presently available survey data, plans, specifications, and project information.
3. For Construction Engineering Contracts:
(a)To furnish a full time LPA employee to be In Responsible Charge authorized to administer inherently governmental
PROJECT activities.
(b)To submit approved forms BC 775 and BC 776 to the DEPARTMENT when federal funds are utilized.
4. To pay the ENGINEER:
Page 2 of 14 BLR 05530(Rev. 10/24/25)
(a) For progressive payments-Upon receipt of monthly invoices from the ENGINEER and the approval thereof by the
LPA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be
equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER.
(b) Final Payment- Upon approval of the work by the LPA but not later than 60 days after the work is completed and
reports have been made and accepted by LPA and DEPARTMENT, a sum of money equal to the basic fee as
determined in this AGREEMENT less the total of the amount of partial payments previously paid to the ENGINEER
shall be due and payable to the ENGINEER.
5. To pay the ENGINEER as compensation for all services rendered in accordance with the AGREEMENT on the basis of the
following compensation method as discussed in 5-5.10 of the BLR Manual.
Method of Compensation:
❑ Lump Sum
❑ Specific Rate
® Cost plus Fixed Fee: Fixed
Total Compensation = DL+ DC + OH + FF
Where:
DL is the total Direct Labor,
DC is the total Direct Cost,
OH is the firm's overhead rate applied to their DL and
FF is the Fixed Fee.
Where FF = (0.33+ R) DL+ %SubDL,where R is the advertised Complexity Factor and %SubDL is 10% profit
allowed on the direct labor of the subconsultants.
The Fixed Fee cannot exceed 15%of the DL+ OH.
Field Office Overhead Rates: Field rates must be used for construction engineering projects expected to exceed one
year in duration or if the construction engineering contract exceeds$1,000,000 for any project duration.
6. The recipient shall not discriminate on the basis of race, color. national original or sex in the award and performance of any US
DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26.The recipient shall take
all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of US
DOT-assisted contracts. The recipient's DBE program, as required by 49 CFR part 26 and as approved by US DOT, is
incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as violation of this AGREEMENT. Upon notification to the recipient of its failure to carry out its approved program,
the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for
enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S.0 3801 et seq.).
III. IT IS MUTUALLY AGREED,
1. No work shall be commenced by the ENGINEER prior to issuance by the IDOT of a written Notice to Proceed.
2. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to
verify the amount, recipients and uses of all disbursements of funds passing in conjunction with the contract; the contract and all
books. records and supporting documents related to the contract shall be available for review and audit by the Auditor General,
and the DEPARTMENT,the Federal Highways Administration (FHWA)or any authorized representative of the federal
government, and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents
required by this section shall establish a presumption in favor of the DEPARTMENT for the recovery of any funds paid by the
DEPARTMENT under the contract for which adequate books, records and supporting documentation are not available to support
their purported disbursement.
3. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LPA, the DEPARMTENT,
and their officers, agents, and employees from all suits, claims, actions or damage liabilities, costs or damages of any nature
whatsoever resulting there from.These indemnities shall not be limited by the listing of any insurance policy.
The LPA will notify the ENGINEER of any error or omission believed by the LPA to be caused by the negligence of the
ENGINEER as soon as practicable after the discovery. The LPA reserves the right to take immediate action to remedy any error
or omission if notification is not successful; if the ENGINEER fails to reply to a notification; or if the conditions created by the error
or omission are in need of urgent correction to avoid accumulation of additional construction costs or damages to property and
reasonable notice is not practicable.
4. This AGREEMENT may be terminated by the LPA upon giving notice in writing to the ENGINEER at the ENGINEER's last known
post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LPA all drawings, plats, surveys,
reports, permits, agreements, soils and foundation analysis, provisions, specifications, partial and completed estimates and data,
if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the
LPA. The LPA will be responsible for reimbursement of all eligible expenses incurred under the terms of this AGREEMENT up to
the date of the written notice of termination.
5. In the event that the DEPARMENT stops payment to the LPA, the LPA may suspend work on the project. If this agreement is
suspended by the LPA for more than thirty(30)calendar days, consecutive or in aggregate, over the term of this AGREEMENT,
the ENGINEER shall be compensated for all services performed and reimbursable expenses incurred as a result of the
Page 3 of 14 BLR 05530(Rev. 10/24/25)
suspension and resumption of its services, and the ENGINEER's schedule and fees for the remainder of the project shall be
equitably adjusted.
6. This AGREEMENT shall continue as an open contract and the obligations created herein shall remain in full force and effect until
the completion of construction of any phase of professional services performed by others based upon the service provided
herein.All obligations of the ENGINEER accepted under this AGREEMENT shall cease if construction or subsequent
professional services are not commenced within 5 years after final payment by the LPA.
7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or
negligent act in the prosecution of the ENGINEER's work and shall indemnify and have harmless the LPA. the DEPARTMENT,
and their officers, employees from all suits, claims, actions or damages liabilities, costs or damages of any nature whatsoever
resulting there from.These indemnities shall not be limited by the listing of any insurance policy.
8. The ENGINEER and LPA certify that their respective firm or agency:
(a) has not employed or retained for commission, percentage, brokerage, contingent fee or other considerations, any
firm or person (other than a bona fide employee working solely for the LPA or the ENGINEER)to solicit or secure
this AGREEMENT.
(b) has not agreed, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services
of any firm or person in connection with carrying out the AGREEMENT or
(c) has not paid, or agreed to pay any firm, organization or person(other than a bona fide employee working solely for
the LPA or the ENGINEER) any fee, contribution, donation or consideration of any kind for. or in connection with,
procuring or carrying out the AGREEMENT.
(d)that neither the ENGINEER nor the LPA is/are not presently debarred, suspended, proposed for debarment,
declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency,
(e) has not within a three-year period preceding the AGREEMENT been convicted of or had a civil judgment rendered
against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or
performing a public(Federal, State or local)transaction; violation of Federal or State antitrust statutes or commission
of embezzlement, theft,forgery, bribery,falsification or destruction of records, making false statements or receiving
stolen property,
(f) are not presently indicated for or otherwise criminally or civilly charged by a government entity(Federal, State or
local)with commission of any of the offenses enumerated in paragraph (e)and
(g) has not within a three-year period preceding this AGREEMENT had one or more public transaction (Federal, State or
local)terminated for cause or default.
Where the ENGINEER or LPA is unable to certify to any of the above statements in this certification, an explanation shall be
attached to this AGREEMENT.
9. In the event of delays due to unforeseeable causes beyond the control of and without fault or negligence of the ENGINEER no
claim for damages shall be made by either party.Termination of the AGREEMENT or adjustment of the fee for the remaining
services may be requested by either party if the overall delay from the unforeseen causes prevents completion of the work within
six months after the specified completion date. Examples of unforeseen causes include but are not limited to: acts of God or a
public enemy; act of the LPA, DEPARTMENT, or other approving party not resulting from the ENGINEER's unacceptable
services;fire; strikes; and floods.
If delays occur due to any cause preventing compliance with the PROJECT SCHEDULE. the ENGINEER shall apply in writing to
the LPA for an extension of time. If approved, the PROJECT SCHEDULE shall be revised accordingly.
10. By execution of this AGREEMENT the LPA and ENGINEER certify compliance with the Drug Free Workplace Act(30 ILCS 580).
The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of
being awarded a contract for the procurement of any property or service from the DEPARTMENT unless that grantee or
contractor will provide a drug free workplace. False certification or violation of the certification may result in sanctions including.
but not limited or suspension of contract on grant payments,termination of a contract or grant and debarment of the contracting
or grant opportunities with the DEPARTMENT for at least one (1) year but not more than (5) years.
For the purpose of this certification. "grantee"or"Contractor" means a corporation, partnership or an entity with twenty-five (25)
or more employees at the time of issuing the grant or a department, division or other unit thereof, directly responsible for the
specific performance under contract or grant of$5,000 or more from the DEPARTMENT, as defined the Act.
The contractor/grantee certifies and agrees that it will provide a drug free workplace by:
(a) Publishing a statement:
(1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a
controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace.
(2) Specifying actions that will be taken against employees for violations of such prohibition.
(3) Notifying the employee that. as a condition of employment on such contract or grant.the employee will:
(a) abide by the terms of the statement; and
(b) notify the employer of any criminal drug statue conviction for a violation occurring in the workplace
no later than (5)days after such conviction.
(b) Establishing a drug free awareness program to inform employees about:
(1)The dangers of drug abuse in the workplace;
(2)The grantee's or contractor's policy to maintain a drug free workplace;
(3)Any available drug counseling, rehabilitation and employee assistance program; and
Page 4 of 14 BLR 05530(Rev. 10/24/25)
(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 and LPA agree to meet the PROJECT SCHEDULE outlined in EXHIBIT B. Time is of the essence on this project
and the ENGINEER's ability to meet the PROJECT SCHEDULE will be a factor in the LPA selecting the ENGINEER for future
project. The ENGINEER will submit progress reports with each invoice showing work that was completed during the last reporting
period and work they expect to accomplish during the following period.
11. Due to the physical location of the project, certain work classifications may be subject to the Prevailing Wage Act(820 ILCS
130/0.01 et seq.).
12. For Construction Engineering Contracts:
(a)That all services are to be furnished as required by construction progress and as determined by the LPA employee In
Responsible Charge. The ENGINEER shall complete all services herein within a time considered reasonable to the
LPA, after the CONTRACTOR has completed the construction contract.
(b)That all field notes, test records and reports shall be turned over to and become the property of the LPA and that
during the performance of the engineering services herein provided for, the ENGINEER shall be responsible for any
loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such
loss or damage shall be restored at the ENGINEER's expense.
(c)That any difference between the ENGINEER and the LPA concerning the interpretation of the provisions of this
AGREEMENT shall be referred to a committee of disinterested parties consisting of one member appointed by the
ENGINEER, one member appointed by the LPA, and a third member appointed by the two other members for
disposition and that the committee's decision shall be final.
(d)That in the event that engineering and inspection services to be furnished and performed by the LPA (including
personnel furnished by the ENGINEER) shall, in the opinion of the STATE be incompetent employed on such work
at the expense of the LPA.
(e) Inspection of all materials when inspection is not provided by the sources by the STATE Central Bureau of Materials.
and submit inspection reports to the LPA and STATE in accordance with the STATE Central Bureau of Materials
"Project Procedures Guide"and the policies of the STATE.
AGREEMENT SUMMARY
Prime Consultant(Firm) Name TIN/FEIN/SS Number Agreement Amount
Hampton, Lenzini and Renwick, Inc. 36-2555986 $138,811.00
Subconsultants TIN/FEIN/SS Number Agreement Amount
•
Rubino Engineering. Inc. 80-0450719 $18,257.00
Subconsultant Total $18,257.00
•
Prime Consultant Total $138,811.00
Total for all work $157,068.00
Page 5 of 14 BLR 05530(Rev. 10/24/25)
AGREEMENT SIGNATURES
Local Public Agency Type Local Public Agency
Attest: The of City of Elgin
By (Si nature& Date) By(Signat & Date)
k2A 8-26 / i8 26
Local Public Ag Local Public Agency Type Title
City of Elgin City Clerk Richard G. Kozal, City Manager
(SEAL)
iv s u
Executed by the ENGINEER:
Prime Consultant(Firm) Name
Attest: Hampton, Lenzini and Renwick, Inc.
By(Signa f e& Date) By(Signature& Date)
-. (t--4 7:26-- --' . 0\MALA___ M ILO a/Y\e—
Title Title
Asbisiz,A+ Cor forA k- G"-c(- l G)r p. -Tv-cos I)t X
For information about IDOTs collection and use of confidential information review the department's Identity Protection Policy.
Page 6 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
EXHIBIT A
SCOPE OF SERVICES
To perform or be responsible for the performance of the engineering services for the LPA, in connection with the PROJECT herein before
described and enumerated below
PROJECT DESIGNATION: Highland Avenue and Lyle Avenue Roundabout Reconstruction
CLIENT ENTITY: City of Elgin
WHEREAS. the City of Elgin (hereinafter referred to as the "Client") has formally solicited professional
engineering services pertinent to the reconstruction of the intersection located at Highland Avenue and Lyle
Avenue (hereinafter referred to as the "Project"); and
WHEREAS. the aforementioned improvement necessitates the conversion of the existing four-way stop-
controlled intersection into a single-lane modern roundabout;
NOW, THEREFORE. the following document delineates the proposed Scope of Services to be rendered for the
Project.
PROJECT UNDERSTANDING AND PREMISES
This Scope of Services has been prepared by Hampton, Lenzini and Renwick, Inc. (hereinafter referred to as the
"Consultant"), predicated upon a thorough analysis of the Project derived from the following sources:
The Scope of Service requirements articulated within the Request for Proposal.
A comprehensive review of the Phase II Plans and Special Provisions.
The Project Construction Schedule, established at fifty (50) Working Days.
The specific site context, encompassing the proximity of School District U-46 and the density of the adjacent
residential zones.
The subsequent section enumerates the fundamental project understandings and provides a summary of the
services and tasks to be executed.
Fundamental Project Understandings
Project Objective: The reconstruction of the intersection of Highland Avenue and Lyle Avenue (Section
24-00209-00-CH) shall be executed to augment traffic safety and optimize vehicular flow.
Scope of Improvements: The Project shall encompass earth excavation, aggregate subgrade improvement, Hot-
Mix Asphalt (HMA) pavement reconstruction, the removal and replacement of curb and gutter, sidewalk
replacement to ensure compliance with the Americans with Disabilities Act (ADA), the installation of storm sewer
infrastructure, the modernization of roadway lighting, and site restoration.
Funding Parameters: The Project utilizes Federal Aid Urban (FAU) funds, thereby mandating strict adherence to
the documentation standards of the Illinois Department of Transportation (IDOT) via the Construction and
Materials Management System (CMMS) and compliance with Buy America requirements.
Critical Constraints:
School District Coordination: Due to the proximity of Elgin Area School District U-46, strict coordination regarding
bus routes and noise attenuation is requisite.
Arboricultural Protection: The establishment of Tree Protection Zones constitutes a controlling item requisite prior
to the commencement of mobilization.
Utility Conflicts: Coordination with Nicor. ComEd, and municipal utility entities is deemed critical during the
installation of storm sewer infrastructure.
Summary of Project Services and Tasks
The Scope of Services detailed herein is strictly limited to the following Tasks as requested by the Client:
Construction Engineering Services
Pre-Construction Services
Construction Services
Post-Construction Services
Consultation and Coordination
Meetings (Kick-off, Pre-Construction, Weekly Progress)
Stakeholder Coordination (School District, Residents)
Utility Coordination
Quality Assurance and Project Administration
Page 7 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
Quality Assurance/Quality Control (QA/QC) Reviews
Project Management and Invoicing Procedures
Project Limits: The spatial limits of the Project are understood to encompass Highland Avenue from
approximately Station 11+58 to Station 18+85, and Lyle Avenue from Station 100+35 to Station 105+84,
constituting a net project length of approximately 1,700 feet (0.32 miles).
Schedule: Based upon the project understanding and the "Completion Date Plus Working Days" contract
structure. the following milestones are anticipated:
Estimated Duration: Fifty (50) Working Days.
Critical Path Items: Traffic Control, Arboricultural Protection. Storm Sewer Installation, Lighting Foundations,
Concrete Geometrics (Curb/Sidewalk). and Final Paving.
DETAILED SCOPE OF SERVICES
Based upon the understanding of the Project and the requirements of the Client, the following services shall be
included within the Scope of Service:
CONSTRUCTION ENGINEERING
Construction Engineering services shall be furnished by the Consultant to verify that all items within the contract
are constructed in strict accordance with the plans and bid documents. It is acknowledged that the construction
schedule remains outside the direct control of the Consultant; therefore, timeframes represented within this
agreement are based upon the most current available information.
At this juncture, it is estimated by the Consultant that the duration from the commencement of construction to
completion shall be ten (10) weeks (50 Working Days). For the purposes of this agreement. "Full Time" shall be
defined as a duration not exceeding forty (40) hours per week. Should the duration of construction exceed these
estimates based on the level of on-site construction engineering desired by the Client, such extensions shall
constitute additional work. The Client shall be notified by the Consultant in the event the contractor falls behind
schedule, as this may necessitate additional work not anticipated by this agreement.
Final project close-out, inclusive of punch lists, documentation, agreement to final quantities, and final
acceptance of the improvements, is assumed to require a duration not exceeding seventy-six (76) hours. In the
event that an agreement remains unreachable with the contractor following this effort, the project shall be closed
out by the Consultant, and final documentation shall be provided to the Client. Any additional efforts requested
by the Client to reach an agreement with the contractor may constitute additional work.
The following list articulates the basic project understandings:
Daily observation of construction activities shall be performed to verify compliance with the intent of the Plans
and Specifications.
Documentation shall be maintained in accordance with IDOT requirements for Federal Aid Improvements
regarding recommendations for payment of the improvements within the scope of the project documents.
Review of the contractor's layout for work identified in the project documents shall be conducted.
Review and routing of contractor submittals to the appropriate agencies shall be performed.
Coordination shall be maintained with Project Stakeholders, including the Client, related agencies (School
Districts, First Responders, Park Districts. County, Adjacent Communities), the Contractor, residents, and
businesses within the project limits, and the Illinois Department of Transportation for items relating to the scope
of this Project.
Regular communication with Project Stakeholders shall be conducted at the required intervals relating to the
scope of this Project.
Coordination with the Sub-consultant shall be undertaken for material testing services.
Coordination with public utilities shall be conducted for relocation as identified in the project documents.
The locating of Private or Public Utilities is hereby excluded from this scope.
The evaluation of excavated materials for the presence of contaminants is hereby excluded from this scope.
Training or mentoring of Village Staff is hereby excluded from this scope.
It is premised that the contract plans provide an accurate representation of existing conditions and constitute an
accurate representation of the standard of care of Engineering in Illinois.
It is premised that the awarded contractor possesses experience with IDOT policies and procedures, and staff
shall not be required to train, mentor, or assist with required contractor submittals.
Based upon anticipated construction activities and the anticipated contractor schedule, the following personnel
Page 8 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
allocations shall be provided:
Resident Engineer (RE): (Full Time) 140 Hours Per Week during active construction
Project Manager: (Part-Time) 110 Hours Per Week during active construction
The following items are included in the construction engineering scope of services:
Pre-Construction Services
The Consultant shall provide the following pre-construction services to ensure readiness for the commencement
of construction activities:
State Funded Project Pre-Construction Meeting: For State or Federally funded projects, attendance at a pre-
construction meeting led by IDOT shall be required. Active participation in the meeting shall be undertaken to
discuss community and Client needs, utility coordination, safety, Maintenance of Traffic plans. project goals,
potential conflicts/issues, and the schedule. Any issues deemed necessary for group discussion shall be raised
to provide a clear understanding of expectations and the schedule.
Kick-off Meeting: A kick-off meeting is not anticipated.
Stakeholder Meetings: A stakeholder meeting is not anticipated.
Plan and Quantity Review: A site visit shall be performed with the Client to identify any inconsistencies in the
plans or modifications that may be necessitated based on bid documents provided. contractor requests, or
changes to existing conditions.
ADA/PROWAG Coordination: A pre-construction site walk-through to review ADA facilities is not anticipated.
Project Setup: All project files shall be organized, and submittal and catalog cut/shop drawing reviews shall be
performed. The geotechnical sub-consultant shall review and comment on the contractor-submitted Quality
Control Plans for Asphalt and Concrete production.
CONSTRUCTION SERVICES
Resident Engineer/Technician: Full-time. on-site resident engineering and inspection services shall be provided
to verify that the improvements are constructed, recorded, and quantified in accordance with the IDOT Project
Procedures Guide, IDOT Construction Manual, project standards, Client requirements, engineering plans, and
construction documents. This shall include the rejection and non-payment of any work that is found deficient,
liaison functions. and coordination with all stakeholders. Resident engineering services shall be provided as
detailed in the public relations section above.
Documentation: Daily records of contractor activities in the desired Municipal format, Inspector Daily Reports,
Weekly Reports, and Pay Estimates shall be maintained throughout the duration of construction. Prior
Authorization forms shall be submitted to the Client for any/all work encountered that necessitates budget
changes. In addition. BC-635 Extra Work Daily Report forms shall be utilized to track any work that does not
possess an Agreed Unit Price. All documentation shall be prepared by staff trained in IDOT's Documentation of
Contract Quantities (Class S-14).
Verify Construction Layout: Line/grade assistance shall be provided, and the layout for the work shall be
confirmed. This shall also include on-site coordination regarding accessible ramp layout in accordance with the
engineering plans, which shall include the completion of a Resident Engineer Ramp Accessibility Check Sheet
for each ramp installed as part of this contract. Ramps identified in the plans for improvements which do not
have complete line/grade layout information may be designed in the field during construction, but such services
shall be considered additional work.
Material Tracking / Yield Checks: Scheduling and coordination with the geotechnical sub-consultant shall be
undertaken to provide soil, concrete, and asphalt testing in accordance with IDOT policies. Yield checks shall be
performed on all materials. Payment shall not be recommended for material that has not been properly inspected
and/or does not meet yield check requirements.
Erosion and Sediment Control Inspections: Compliance with IDOT and IEPA standards shall be ensured
throughout all phases of construction, focusing on regular inspections, documentation, and issue resolution.
Initial assessments shall confirm the correct installation of erosion controls as per the SWPPP, with routine
inspections conducted weekly and post-rainfall events to monitor for deficiencies. Using IDOT's standardized
checklists. inspectors shall identify non-compliance areas, prompt corrective actions, and record these actions
for accuracy and traceability. Final inspections shall ensure all disturbed areas are permanently stabilized, and
closeout documentation shall include a comprehensive report of findings and resolutions. Additional services
include training for the contractor's personnel on best practices and rapid response capabilities following
Page 9 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
significant storm events.
Traffic Control and Site Cleanliness Monitoring: All traffic control and signage for roadway and sidewalk closures
shall be monitored. Area routes shall be monitored to ensure traffic control is effectively maintained through and
around all active work zones without conflict. In addition, daily checks shall include inspection of site cleanliness
to ensure that construction dust is mitigated, all debris is removed from driving surfaces, and removed sidewalks
and roadways are ramped with temporary aggregate or asphalt depending on the estimated time until
replacement can occur.
Progress Meetings/Status Updates: Progress meetings shall be conducted to discuss project status and look-
ahead schedules. Updates and minutes shall be transmitted to the Village weekly. If it is determined that the
contractor has deviated from the approved project schedule. they shall be directed to resubmit a catch-up
schedule to ensure that the project completion date is not compromised.
Public Relations: Presence on-site shall be maintained during construction, as dictated by the contract. and
coordination with local residents, businesses, and other affected stakeholders shall be conducted throughout the
project. In addition, the following public relations measures shall be provided:
Daily stakeholder Coordination services shall be provided to establish clear, effective communication with all
project stakeholders via the Clients 311 Construction Command page. This will include daily updates, responses
to stakeholder and Client requests, with particular attention to residents with mobility issues. The following
stakeholders shall be included:
Elgin Area School District U-46
Local Residents/Businesses
Provision of 24-hour contact information to the Client and specified Stakeholders.
Construction notifications shall be coordinated with the contractor to provide to stakeholders for anything relating
to pending construction operations.
Weekly construction status updates to the Village via email and posted on Elgin's 311 Construction Command
Page
Post-Construction Services
Final Inspection: Regular punch lists shall be presented to the contractor regarding items requiring correction, in
addition to a final punch list at the conclusion of the improvements. Subsequent to correction, the final inspection
shall be performed with the contractor and Client. Recommendation of final acceptance shall occur only after all
deficient items have been rectified.
Final Quantities: Measured quantities shall be provided with the contractor on a regular basis and at the
conclusion of the project.
As-Built Drawings: Hand-drawn/drafted final as-built drawings that document changes shall be prepared. The as-
built plans shall include surveys of critical elevations and pipe inverts. These shall also be provided in
Microstation format.
Permit Closing: Final permit closing documents shall be prepared and submitted per the requirements of the
receiving agency for the permits listed in the Permitting section of this agreement.
Project Closeout: Final pay estimates and change orders shall be submitted. In addition, all project files, records,
quantities, etc., shall be assembled, organized, and submitted per the Client's requirements.
CONSULTATION AND COORDINATION
Meetings
Status Meetings: Status meetings shall be conducted (Estimate: 10 meetings) to track sCchedule adherence and
resolve field issues.
Public Outreach
Monthly Status Report to Client: A monthly status report shall be prepared and submitted to the Client regarding
the project's progress, budget, and schedule.
Utility Coordination
Coordination with utilities shall be undertaken to determine their facility location, potential conflict determination,
and the resolution of said conflicts. The major work items under this task shall include:
Efforts to verify the accuracy of utilities located within the project limits shall constitute additional work. The Client
shall be contacted to approve additional costs.
Page 10 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
Efforts to revise the design of proposed improvements based on conflicts for which the utility is unwilling or
untimely in their efforts shall constitute additional work. The Client shall be contacted to approve additional costs
for the redesign.
Utility Coordination During Construction: Coordination shall be conducted with utilities (Nicor, ComEd. AT&T,
etc.) regarding facility location and potential conflicts during construction.
QUALITY ASSURANCE AND PROJECT ADMINISTRATION
Quality Assurance
Review of all Inspectors Daily Reports will be performed throughout the project.
An internal Documentation Audit will be conducted at substantial completion of construction.
Project Administration
Project Management and Administration shall continue throughout the expected duration of the project.
Management and administration are deemed necessary to ensure the successful completion of the project. The
expected activities within this task include:
Project schedule/progress monitoring.
Staffing monitoring, including allocating staff as needed.
Budget monitoring.
Document management.
Staff coordination.
Invoicing.
Upon completion, this task also includes project close-out. which includes the delivery of the electronic files.
Submission of necessary project files as requested by the Client.
Submission of the Final Invoice and project closure letter.
Page 11 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
EXHIBIT B
PROJECT SCHEDULE
1 IDOT Letting April 24, 2026 Contract Start Trigger
2 Award of Contract June 5, 2026 Approx. 45 days after Letting
3 Execution of Contract June 19, 2026 Approx. 14 days after Award
4 Pre-construction Meeting July 2, 2026 Prior to mobilization
5 Construction Start July 6, 2026 Day 1 of Working Day Count
6 Stage 1: Removals & Earthwork July 6 - July 31, 2026 Tree removal, excavation, storm sewer
7 Stage 2: Curb, Sidewalk & Base August 31 - Sept 4, 2026 Subgrade, C&G, Sidewalks (Critical Path)
8 Stage 3: Paving & Restoration Sept 7 - Sept 18. 2026 HMA Binder/Surface, Landscaping
9 Substantial Completion September 18. 2026 All lanes open; Paving complete (Approx. 50 WD)
10 Punch-list Corrections Sept 21 - Oct 2, 2026 Final cleanup, minor repairs
11 Final Construction Completion October 2, 2026 Final Inspection & Acceptance
12 Project (Engineering) Completion December 24, 2027 Final paperwork, material certification, & closeout
Page 12 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
Exhibit C
Qualification Based Selection (QBS) Checklist
The LPA must complete Exhibit C. If the value meets or will exceed the small dollar threshold in 50 ILCS 510, QBS requirements must be
followed.Under the threshold, QBS requirements do not apply. The small dollar threshold is adjusted annually and can be found in IDOT
Circular Letters.lf the value is under the threshold with federal funds being used,federal small purchase guidelines must be followed.
❑ Form Not Applicable(engineering services less than the threshold)
Items 1-13 are required when using federal funds and QBS process is applicable.Items 14-16 are required when using
State funds and the QBS process is applicable.
No Yes
1 Do the written QBS policies and procedures discuss the initial administration (procurement, management and ❑
administration) concerning engineering and design related consultant services?
2 Do the written QBS policies and procedures follow the requirements as outlined in Section 5-5 and specifically ❑
El
Section 5-5.06 (e) of the BLRS Manual?
3 Was the scope of services for this project clearly defined? ❑ ZI
4 Was public notice given for this project? ❑ El
If yes, Due date of submittal: 01/05/26
Method(s) used for advertisement and dates of advertisement
Daily Herald newspaper and City website; 12/16/2025 to 1/5/2026
5 Do the written QBS policies and procedures cover conflicts of interest? ❑ El
6 Do the written QBS policies and procedures use covered methods of verification for suspension and debarment? ❑ El
7 Do the written QBS policies and procedures discuss the methods of evaluation? ❑ El
Project Criteria Weighting
Technical Approach 20%
Firm Experience 20%
Specialized Expertise 10%
Staff Capabilities (Prime/Sub) 20%
Past Performance 30%
ri Do the written QBS policies and procedures discuss the method of selection? ❑ El
Selection committee (titles)for this project
Procurement manager, public services director
Top three consultants ranked for this project in order
1 Hampton, Lenzini and Renwick, Inc.
2 Thomas Engineering Group
3 Environmental Design International. Inc.
9 Was an estimated cost of engineering for this project developed in-house prior to contract negotiation? ❑ El
10 Were negotiations for this project performed in accordance with federal requirements. ❑ El
11 Were acceptable costs for this project verified? ❑
12 Do the written QBS policies and procedures cover review and approving for payment, before forwarding the requestIZ
❑
for reimbursement to IDOT for further review and approval?
Do the written QBS policies and procedures cover ongoing and finalizing administration of the project(monitoring,
13 evaluation, closing-out a contract, records retention, responsibility, remedies to violations or breaches to a contract, ❑ Ej
and resolution of disputes)?
14 QBS according to State requirements used? ❑ ❑
15 Existing relationship used in lieu of QBS process? ❑ ❑
Page 13 of 14 BLR 05530(Rev. 10/24/25)
Local Public Agency Prime Consultant(Firm) Name County Section Number
City of Elgin Hampton, Lenzini and Renwick, Kane 24-00209-00-CH
16 LPA is a home rule community (Exempt from QBS). ❑ ❑
Page 14 of 14 BLR 05530(Rev. 10/24/25)
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 24-00209-00-CH
Prime Consultant(Firm) Name Prepared By Date
Hampton, Lenzini and Renwick, Inc. A. McSwane 1/6/2026
Consultant/ Subconsultant Name Job Number
Hampton, Lenzini and Renwick, Inc. C-91-103-254
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 8 MONTHS OVERHEAD RATE 199.06%
START DATE 4/1/2026 COMPLEXITY FACTOR 0
RAISE DATE 1/1/2027 %OF RAISE 3.00%
END DATE 11/30/2026
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
0 4/1/2026 11/30/2026 8 100.00%
The total escalation = 0.00% BLR 05514 (Rev. 11/21/25)
Printed 1/9/2026 ESCALATION
Local Public Agency County Section Number
City of Elgin Kane 24-00209-00-CH
Consultant / Subconsultant Name Job Number
Hampton, Lenzini and Renwick, Inc. C-91-103-254
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATE 90.00
ESCALATION FACTOR 0.00%
JOB SPECIFIC-Classifications and Average Payrates need to match current payrolls submitted to the Department.
IDOT AVG
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Principal $87.20 $87.20
Engineer 6 $73.50 $73.50
Engineer 5 $67.67 $67.67
Engineer 4 $61.42 $61.42
Engineer 3 $45.00 $45.00
Engineer 2 $38.72 $38.72
Engineer 1 $35.75 $35.75
Structural 2 $81.50 $81.50
Structural 1 $67.00 $67.00
Technician 3 $55.13 $55.13
Technician 2 $42.92 $42.92
Technician 1 $33.40 $33.40
Intern/Temporary $20.00 $20.00
Land Acquisition $53.55 $53.55
Survey 2 $54 77 $54.77
Survey 1 $33.13 $33.13
Environmental 3 _ $60 50 $60.50
Environmental 2 $42.08 $42.08
Environmental 1 $29.00 $29.00
Administration 2 $55.80 $55.80
Administration 1 $33.14 $33.14
BLR 05514 (Rev. 11/21/25)
Printed 1/9/2026 RATES
Page 2 of 7
Local Public Agency County Section Number
City of Elgin ,Kane 24-00209-00-CH
Consultant/ Subconsultant Name Job Number
Hampton, Lenzini and Renwick, Inc. C-91-103-254
SUBCONSULTANTS
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
Contribution to Prime
NAME Direct Labor Total Consultant
(Payroll Only)
Rubino 5,165.00 516.50
Total 5,165.00 516.50
NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on
this sheet.
BLR 05514(Rev. 11/21/25)
Printed 1/9/2026 SUBS
Page 3 of 7
Local Public Agency County Section Number
!City of Elgin Kane 24-00209-00-CH
Consultant I Subconsultant Name Job Number
Hampton,Lenzini and Renwick.Inc. C-91-103-254
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
Per Diem
(per Federal GSA) Up to federal maximum $0.00
Lodging Actual Cost $0.00
(per Federal GSA) (Up to Federal rate maximum)
Lodging Taxes and Fees Actual Cost $0.00
(per Federal GSA)
Air Fare Coach rate. actual cost,requires minimum two weeks' $0.00
notice,with prior IDOT approval
Vehicle Mileage
(per Federal GSA) Up to Federal rate maximum $0.00
Vehicle Owned or Leased(no mileage charge allowed) $45.00/half day(4 hours or less)or$90/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) $0.00
Project Specific Insurance Actual Cost $0.00
Monuments(Permanent) Actual Cost $0.00
Photo Processing Actual Cost S0.00
2-Way Radio(Survey or Phase III Only) Actual Cost $0.00
Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00
CADD Actual Cost(Max$15/hour) $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) S0.00
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) 50.00
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
$0.00
S0.00
$0.00
TOTAL DIRECT COSTS: BLR 05010(Vev 1121
tw1 1/C1:'10')A hioFC`T CC:
e 4 of 7
.ocal Public Agency County Section Number
ity of Elgin Kane 24-00209-00-CH
:onsultant/ Subconsultant Name Job Number
ampton, Lenzini and Renwick, Inc. C-91-103-254
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
OVERHEAD RATE 199.06% COMPLEXITY FACTOR 0
DIRECT COSTS
(not included in OVERHEAD& SERVICES BY %OF GRAN
TASK row totals) MANHOURS PAYROLL FRINGE BENEFITS FIXED FEE OTHERS TOTAL TOTAL
reconstruction 42 2,093 4,165 691 6,949 4.42'
onstruction 594 25.814 51.386 8,519 85,719 54.57'
onstruction Materials Testing - - - 18,257 18,257 11.62'
ost Construction 192 9.010 17,935 2,973 29,918 19.05'
onsultation and Coordination 26 1,473 2,932 486 4,891 3.11'
uality Control and Project Administration 48 3.258 6,484 1,075 10.817 6.89'
ubconsultant DL 517.00 $517.00 0.33'
TOTALS - 9021 41,6481 82,902 14.261 18,257 157,068 100.00`
BLR 05514 (Rev. 11/21/
lted 1/9/2026 COST E
ocal Public Agency County Section Number
ity of Elgin Kane 24-00209-00-CH
:onsultant / Subconsultant Name Job Number
ampton, Lenzini and Renwick, Inc. C-91-103-254
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 2
Construction Materials Consultation and
PAYROLL AVG TOTAL PROJ.RATES _ Preconstruction Construction _ Testing Post Construction Coordination
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgti
'.LASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg ` Part. Avg Part. Avg
incipal 87.20 20.0 2 22% 1.93 _ 4 9.52% 8.30 _ 4 15.38% 13.4:
gineer 6 73.50 0.0
gineer 5 67.67 0.0 ._
.
gineer 4 61.42 240.0 26.61% 16.34 _ 12 28.57% 17.55 124 20 88% 12 82 56 29.17% 17.91 12 46.15% 28 3:
gineer 3 45.00 0.0 _ _ _
gineer 2 38.72 602.0 66 74% 25.84 26 61.90% 23.97 _ 470 79.12% 30.64 96 50.00% 19.36 10 38.46% 14.8'
gineer 1 35.75 0.0
.uctural2 81.50 0.0 _
-uctural1 67.00 0.0 _
chnician 3 55.13 24.0 2.66% 1.47 24 12.50% 6.89
chnician 2 42.92 0.0 _
chnician 1 33.40 0.0
em/Temporary 20.00 0.0
nd Acquisition 53.55 0.0
rvey 2 54.77 0.0 . ,
rvey 1 33.13 16.0 1 77% 0.59 16 8.33% 2.76
vironmental 3 60.50 0.0
vironmental 2 42.08 0.0 _
vironmental 1 29.00 0.0
ministration 2 55.80 0.0 _
ministration 1 33.14 0.0 _
0.0
0.0 _
0.0 _
00
00 _
00
TOTALS 902.0 100% $46.17 42.0 100.00% $49.82. 594.0 100% S43 46 0.0 0% S0.00 192.0 100% $46.93 26.0 100% $56.E
nted 1/9/2026 BLR 05514 (Rev. 11/21/;
.ocal Public Agency County Section Number
;ity of Elgin Kane 24-00209-00-CH
:onsultant / Subconsultant Name Job Number
lampton, Lenzini and Renwick, Inc. C-91-103-254
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 2 OF 2
Quality Control and Project
PAYROLL AVG 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
.incipal 87.20 12 25.00% 21.80
igineer 6 73.50
igineer 5 67.67
igineer 4 61.42 36 75.00% 46.07
igineer 3 45.00
igineer 2 38.72
igineer 1 35.75
:ructural 2 81.50
.ructural 1 67.00
chnician 3 55.13
•chnician 2 42.92
.chnician 1 33 40
tern/Temporary 20.00
and Acquisition 53 55
Jrvey 2 54.77
irvey 1 33.13
ivironmental 3 60.50
ivironmental 2 42.08
ivironmental 1 29.00
iministration 2 55.80
iministration 1 33.14
TOTALS 48 0 100% S67 87 0.0 0% S0.00 0.0 0% $0.00 0.0 0% $0.00 0.0 0% $0.00 0.0 0% $0.0C
nted 1/9/2026 BLR 05514 (Rev. 11/21/:
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 24-00209-00-CH
Prime Consultant (Firm) Name Prepared By Date
Hampton, Lenzini and Renwick, Inc. Michelle Lipinski 1/5/2026
Consultant/ Subconsultant Name Job Number
Rubino Engineering, Inc. C-91-103-25
Note. This is name of the consultant the CECS is being completed
for. This name appears at the top of each tab
Remarks
FAU 1308/ Highland Avenue - Intersection of Highland Avenue and Lyle Avenue
Following LR 1030-2 with nuclear gauge acceptance
PAYROLL ESCALATION TABLE
CONTRACT TERM 7 MONTHS OVERHEAD RATE 159.87%
START DATE 5/1/2026 COMPLEXITY FACTOR 0
RAISE DATE 3/1/2027 %OF RAISE 3.00%
END DATE 11/30/2026
ESCALATION PER YEAR
% of
Year First Date Last Date Months Contract
0 5/1/2026 11/30/2026 7 100.00%
The total escalation = 0.00% BLR 05514 (Rev. 02/06/25)
Printed 1/5/2026 1:59 PM ESCALATION
Local Public Agency County Section Number
City of Elgin Kane County 24-00209-00-CH
Consultant / Subconsultant Name Job Number
Rubino Engineering, Inc. C-91-103-25
PAYROLL RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE
MAXIMUM PAYROLL RATE 90.00
ESCALATION FACTOR 0.00%
IDOT
CLASSIFICATION PAYROLL RATES CALCULATED RATE
ON FILE
Material Tester 1 &2 $44.04 $44.04
Project Manager/Engineer $50 22 $50.22
Staff Engineer/Geologist/Soil Scientist $37.07 $37.07
Laboratory Staff $32.00 $32.00
Principal $74.00 $74.00
BLR 05514 (Rev. 02/06/25)
Printed 1/5/2026 1:59 PM RATES
Page 2 of 5
Local Public Agency County Section Number
City of Elgin Kane County 24-00209-00-CH
Consultant/ Subconsultant Name Job Number
Rubino Engineering, Inc. C-91-103-25
COST ESTIMATE WORKSHEET
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
OVERHEAD RATE 159.87% 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
Material Tester 1 &2 3,129 113 5,165 8,258 1,705 15,128 82.86%
Subconsultant DL $0.00
Direct Costs Total ===> $3.129.25 $3,129.25 17.14%
TOTALS _ 1131 5,165 I 8,258 I 1,705 [ - 18,257 100.00%
13.423 BLR 05514 (Rev. 02/06/:
nted 1/5/2026 1:59 PM COST E
Local Public Agency County Section Number
city of Elgin Kane County r24-00209-00-CH
Consultant/Subconsultant Name Job Number
Rubino Engineering.Inc. C-91-103-25
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
CON I RAC I
ITEM ALLOWABLE QUANTITY RATE TOTAL
Lodging Actual Cost $0.00
;per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum)
Lodging Taxes and Fees
;per GOVERNOR'S TRAVEL CONTROL BOARD) Actual Cost $0.00
4ir 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 13 $65.00 $845.00
Vehicle Rental Actual Cost(Up to$55/day) $0.00
Tolls Actual Cost $0.00
Parking Actual Cost $0.00
Dvertime Premium portion(Submit supporting documentation) $22.02 $0.00
Shift Differential Actual Cost(Based on firm's policy) $0.00
Dvernight Delivery/Postage/Courser 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
ADD Actual Cost(Max$15/hour) $0.00
✓/eb Site Actual Cost(Submit supporting documentation) $0.00
4dvertisements 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
4erial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Jtliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Testing of Soil Samples Actual Cost $0.00
_ab Services Actual Cost(Provide breakdown of each cost) 3 $468.25 $1,404.75
Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00
Nuclear Guage Inhouse Direct Cost 5 $50 00 $250.00
Standard Proctor Inhouse Direct Cost $267.00 $0 00
cylinders Inhouse Direct Cost 30 $19.50 $585.00
Dore Density Inhouse Direct Cost 1 $44.50 $44.50
TOTAL DIRECT COSTS: 129.25
F I R n S$3?d(Rav n7/nf
ted 1/5/2026 1.59 PM DIRECT CO:
e 4 of 5
ocal Public Agency County Section Number
ity of Elgin rKane County 24-00209-00-CH
:onsultant / Subconsultant Name Job Number
ubino Engineering, Inc. C-91-103-25
AVERAGE HOURLY PROJECT RATES
EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET
SHEET 1 OF 1
PAYROLL AVG TOTAL PROJ. RATES Material Tester 1 &2
HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgti
.3LASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg
aerial Tester 1 &2 44.04 94.0 83.19% 36.64 94 83 19% 36.64
Dject Manager/Engineer 50.22 16.0 14.16% 7.11 16 14.16% 7.11
3ff Engineer/Geologist/ 37.07 0 0
boratory Staff 32.00 0.0
ncipal 74.00 3.0 2.65% 1.96 3 2.65% 1.96
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
00
0.0
0.0
TOTALS 113.0 100% S45.71 113 0 100.00% $45.71 0.0 0% S0 00 0.0 0% S0.00 0.0 0% S0.00 0.0 0% SO Oi
nted 1/5/2026 1:59 PM BLR 05514 (Rev. 02/06/: