Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25-18
Resolution No. 25-18 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WBK ENGINEERING, LLC FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE MCLEAN BOULEVARD AT SPORTS WAY/SPARTAN DRIVE INTERSECTION IMPROVEMENTS PHASE I ENGINEERING SERVICES 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 Agreement on behalf of the City of Elgin with WBK Engineering, LLC, for professional services in connection with the McLean Boulevard at Sports Way/Spartan Drive Intersection Improvements Phase I Engineering Services, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: January 22, 2025 Adopted: January 22, 2025 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 22 day of January , 2025, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY")and WBK Engineering, LLC, an Illinois Limited Lability Company(hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the McLean Boulevard at Sports Way/Spartan Drive Intersection Improvements Phase I Engineering Services(hereinafter referred to as the"PROJECT"); and WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Services of the CITY, herein after referred to as the "DIRECTOR". B. The scope of services for the project shall include but is not limited to preliminary engineering, including environmental clearances, and Project Development Report (BLR 22210),and roadway design that allows for efficient construction,minimizes environmental impacts and makes the most efficient use of available funding. C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A and incorporated into this Agreement by this reference. D. A Location Map for the PROJECT is attached hereto as Attachment D and incorporated into this Agreement by this reference. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. • Notice to Proceed Issued by City 02/01/2025 • IDOT Phase I Kickoff Meeting April 2025 • Utility Coordination Feb—Mar 2025 • Data Collection & Surveys Feb—April 2025 • Preliminary Geometry, ADA, and May—Sept 2025 Intersection Design Studies • Draft Project Development Report Jun 2025—Jan 2026 • Final Project Development Report May—June 2026 • Phase I Approval August 2026 B. A detailed project schedule for the PROJECT is included as Attachment B,attached hereto, and incorporated into this Agreement by this reference. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCT All work product prepared by the ENGINEER pursuant hereto including, but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right,title and interest,including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 3.06 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed One Hundred Forty-four Thousand and Three Hundred and Forty-six Dollars($144,346)regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR, and approved by way of written amendment to this Agreement executed by the parties. A detailed Cost Estimate for the PROJECT is attached hereto as Attachment C and incorporated into this Agreement by this reference. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER. The cost of any such outside services is included within the total not-to-exceed amount of One Hundred Forty- four Thousand and Three Hundred and Forty-six Dollars ($144,346) provided for in Section 4A above. -2- C. Other components of the fee may include reimbursable expenses such as travel mileage and tollway fees, document filing fees, lab services, traffic control, and database subscription fees. The cost of any such reimbursable expenses is included within the total not-to-exceed amount of One Hundred Forty-four Thousand and Three Hundred and Forty-six Dollars($144,346)provided for in Section 4A above. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Date Estimated % Estimated Value of Work Estimated Invoice Completion Completed Value 3/1/2025 5% $7,217.30 $7,217.30 4/1/2025 25% $36,086.50 $28,869.20 5/1/2025 40% $57,738.40 $21,651.90 6/1/2025 50% $72,173.00 $14,434.60 7/1/2025 60% $86,607.60 $14,434.60 8/1/2025 70% $101,042.20 $14,434.60 9/1/2025 80% $115,476.80 $14,434.60 10/1/2025 85% $122,694.10 $7,217.30 11/1/2025 90% $129,911.40 $7,217.30 12/1/2025 92% $132,798.32 $2,886.90 1/1/2026 93% $134,241.78 $1,443.50 2/1/2026 94% $135,685.24 $1,443.50 3/1/2026 95% $137,128.70 $1,443.50 4/1/2026 96% $138,572.16 $1,443.50 5/1/2026 97% $140,015.62 $1,443.50 6/1/2026 98% $141,459.08 $1,443.50 7/1/2026 99% $142,902.54 $1,443.50 8/1/2026 100% $144,346.00 $1,443.20 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY -3 - to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen(15)days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under section 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to section 6, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to section 4 hereof, no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including,but not limited to,the Local Government Prompt Payment Act(50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree -4- that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. The provisions of this section shall survive any expiration,completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify,defend and hold harmless the CITY,its officers, employees,agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith,including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY, its officers,employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this section shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE The ENGINEER shall provide, maintain and pay for during the term of this Agreement the following types and amounts of insurance: A. Comprehensive Liability. A policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled "Indemnification"shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively,if the insurance states that it is excess or prorated,it shall be endorsed to be primary with respect to the CITY. -5 - B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30)days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION/AFFIRMATIVE ACTION The ENGINEER will not discriminate against any employer or applicant for employment because of race,color,religion,sex,national origin,age,ancestry,order of protection status,familial status, marital status, physical or mental disability, military status, sexual orientation, or unfavorable discharge from military service which would not interfere with the efficient performance of the job in question. ENGINEER shall take affirmative action to comply with the provisions of Elgin Municipal Code Section 5.02.040 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. ENGINEER shall distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants and prospective subcontractors. ENGINEER agrees that the provisions of Section 5.02.040 of the Elgin Municipal Code, 1976, as amended, is hereby incorporated by reference, as if set out verbatim. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of race, color, religion,sex,national origin,age,ancestry,order of protection status,familial status,marital status, physical or mental disability, military status, sexual orientation, or unfavorable discharge from military service. Any violation of this paragraph shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. -6- 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership.joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agree that, if any section, sub-section,phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several sections of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitute the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof,or change order as herein provided. 21. APPLICABLE LAW - 7- This Agreement shall be deemed to have been made in and shall be construed in accordance with the laws of the State of Illinois.Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ, or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request(775 ILCS 5/2-105). 26. SUBSTANCE ABUSE PROGRAM. -8 - As a condition of this agreement, ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the DIRECTOR prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. NOTICES All notices,reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid, addressed as follows: A. As to CITY: B. As to ENGINEER: Mike Pubentz, P.E. Greg Chismark, P.E. Public Services Director President City of Elgin WBK Engineering, LLC 150 Dexter Court 116 W. Main St., Suite 201 Elgin,Illinois 60120-5555 St. Charles, IL 60174 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement,it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing,ENGINEER hereby certifies,represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legally authorized to work in the United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such audit. 30. COUNTERPARTS AND EXECUTION -9- This Agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same agreement. This Agreement may be executed electronically, and any signed copy of this Agreement transmitted by facsimile machine or email shall be treated in all manners and respects as an original document. The signature of any party on a copy of this Agreement transmitted by facsimile machine or email shall be considered for these purposes an original signature and shall have the same legal effect as an original signature. IN WITNESS WHEREOF, the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE Y: FOR THE ENGINEER: I3y By: ,r City Manager Name/P 'it: Yemi Oyewole, PE Title: Transportation Practice Lead/Board Member Att .t: City Clerk Legal Dept\Agreement\WBK Engineering Agr-S.McLean-Spartan Dr-Clean-1-10-25.docx - 10- Attachment A Scope of Services WBK " ENGINEERING MCLEAN BOULEVARD AND SPORTS WAY/SPARTAN DRIVE Intersection Improvements December 4,2024 Mr Mike Pubentz City of Elgin— Public Services Director 1900 Holmes Road Elgin, IL 60123-1200 Dear Mr. Pubentz, WBK Engineering,LLC(WBK)is pleased to provide this proposal to the City of Elgin(known hereafter as"the City")for Phase I engineering services for the McLean Boulevard at Sports Way/Spartan Drive Intersection Improvements project located in Kane County,Illinois.WBK looks forward to the opportunity to assist the City with the Phase I Study Included below is our understanding of the assignment,scope of services,project assumptions,and estimate of fee PROJECT UNDERSTANDING WBK understands that the City is looking to construct at southbound right-turn lane at the intersection of McLean Boulevard and Sports Way/Spartan Drive to accommodate the proposed redevelopment in the northwest quadrant of the intersection associated with Elgin Community College WBK has previously aided the City in applying for Shared Transportation Program (STP) local funding through the Kane Kendall Council of Mayors (KKCOM),and the program has been added to the Draft FFY 2025-2029 STP— L Contingency Program. The project scope includes constructing a dedicated southbound right turn lane, resurfacing the existing pavement within the project limits, sidewalk and ADA improvements including accessible pedestrian signals (APS), LED-illuminated mast arm-mounted street name signs,drainage improvements, high-visibility crosswalks and signal backplates,traffic signal relocation,and lighting evaluation SCOPE OF SERVICES TASK 1 I Data Collection and Utility Coordination Early on in the Phase I process,WBK will coordinate with the City and local agencies to collect project pertinent data 1.1 Review Existing Data Available information will be obtained and reviewed that will include existing right-of- way and property limit data,GIS files,existing roadway plans,aerial mapping,existing crash data,previously completed traffic studies,etc. 1.2 Site Visit. Pertinent design staff will visit the site to familiarize themselves with the existing topography and assessment of existing site issues.These conditions will be documented and prepared in a photo log for consideration when designing the roadway improvements 1.3 Utility Investigation. Pertinent utility information will be collected for the project area to determine locations of all utilities that may or will affect design or construction of the improvements Coordination with utility St Charles Office Battle Creek Office WBK Engineering,LLC 116 W Main Street,Suite 201 68 E Michigan Avenue Part otBodwE Professional Services St Charles,IL 60174 Battle Creek,MI 49017 WBK Opportunity No.2023.0118 companies and a JULIE design ticket for existing facilities will be performed and documented Information provided by the utility companies will be reviewed and incorporated into the base drawing TASK 2 I Topographic Survey Topographic survey will be required to properly document existing field conditions that will serve as the basis for the preliminary engineering and design in this phase. 2.1 Topographic Survey American Surveying&Engineering(ASE)will serve as a sub-consultant to WBK to perform topographic survey Refer to ASE's attached proposal for a detailed description of their scope of services. a) WBK will coordinate with ASE early in the Phase I process to determine a start date for topographic survey b) Once the survey has been completed,WBK will download the data received from ASE and review it for completeness. c) A base drawing with contours will be created using the field survey data collected.The drawing will include all physical features within the project limits. d) WBK will perform a field check to determine if any extra field survey is needed to accurately depict the project e) The topographic survey will include only RIM elevations of all existing drainage and utility structures No inverts or pipe sizing will be collected TASK 3 I Geotechnical Investigation Wang Engineering, Inc (Wang)will serve as a sub-consultant to WBK to perform soil borings and pavement cores A Roadway Geotechnical Report will be prepared and used in the design of the project. Geotechnical work and the report will conform to the requirements of the!DOT Geotechnical Manual. Refer to Wang's attached proposal for a detailed description of their scope of services 3.1 Coordination.WBK anticipates general coordination with the geotechnical firm to discuss questions and clarification for results of geotechnical program, review and preparation of the final engineering report and coordination for general administrative and scheduling items throughout the project TASK 4 I Concept Geometry WBK will discuss potential improvements with the City to determine the preferred design Based on our current understanding of the project,the following items will be considered during concept design 4.1 Preliminary Southbound Right-Turn Geometry.WBK will evaluate the preliminary right-turn lane geometry on the north leg of the intersection based on the BLRS design criteria. 4.2 Pedestrian Improvements. WBK will review the pedestrian crossings and path geometry at the intersection WBK will work with City staff to determine the desired pedestrian crossings 4.3 Preliminary ADA Improvements Once the preferred pedestrian crossings are determined,WBK will design preliminary ADA improvements at the corresponding intersection corners to improve pedestrian access Cross- slopes and longitudinal grades will be finalized during the IDS task,once the intersection layout has been finalized 4.4 Identify Utility Conflicts.WBK will coordinate on behalf of the City to assist utilities with determining their facility location,conflict determination with the proposed work items and resolution of those conflicts. Proposal for Phase I Engineering Services Page 2 of 7 December 4,2024 WBK Opportunity No.2023.0118 TASK 5 I Intersection Design Study Once the preferred improvements are identified during Concept Design,WBK will begin the intersection analysis task which will include the following items. Gewalt Hamilton Associates(GHA)will provide 24-hour traffic counts at the intersection. Refer to GHA's attached proposal for a detailed description of their scope of services 5.1 Development of project and Design Year Traffic Volumes. WBK will review GHA's 24-hour traffic count data, and obtain traffic model projections from CMAP for the project location 5.2 Crash Analysis(PDR Section 3). Crash data to be obtained from IDOT for the past five years will be summarized,including a spot map or a location map showing crash locations The types of crashes will be detailed and include collision diagrams 5.3 Intersection Design Study (IDS). An intersection design study will be complete for the intersection improvements and includes the following tasks The IDS will be submitted to the City and IDOT for review and approval. • Prepare IDS base sheets • Perform Optimum Phasing Analysis • Perform Capacity Analysis • Finalize intersection geometry(turn lane requirements) • Determine storage length for turn lane • Evaluate vertical geometric constraints(tie-down points) • Evaluate sight distance requirements • Develop preliminary traffic signal layout • Develop preliminary pavement marking plan • Prepare and submit IDS drawing to the City and IDOT for review • Address City/IDOT review comments and resubmit 5.4 ADA Details and Truck Turning Movements.To be submitted with the Intersection Design Studies,WBK will develop ADA details for the intersection corners receiving pedestrian crossings and truck turning movements for the design vehicle identified in BLRS Figure 34-1 G TASK 6 I Wetland Reconnaissance Based on our site reconnaissance,we did not observe any wetland type vegetation and a wetland delineation is not anticipated to be necessary. However,depending on IDOT's requirements,a wetland assessment and Wetland Impact Evaluation (WIE) identifying that there are no known wetlands that will be impacted may be required and is included in the scope of services This work will be performed by WBK and will involve the following 6.1 Data Collection Obtain preliminary information including aerial photos,wetland maps,USGS soils mapping, FEMA map, hydrologic atlas,and other data necessary for the wetland assessment. 6.2 Wetland Reconnaissance and Memorandum. Brief memorandum describing no anticipated impacts to existing wetlands 6.3 Wetland Impact Evaluation Prepare and submit the IDOT Wetland Impact Evaluation (WIE)form electronically Proposal for Phase I Engineering Services Page 3 of 7 December 4,2024 WBK Opportunity No 2023.0118 TASK 7 I Environmental Surveys 7.1 Environmental Survey Request The Environmental Survey Request(ESR)and all necessary supporting exhibits will be prepared and submitted electronically early on in the project The scope will include preparation of ESR attachments(BLRS Manual Section 20-2) 7.2 Preliminary Environmental Site Assessment. Huff&Huff will serve as a sub-consultant to WBK to perform the Preliminary Environmental Site Assessment(PESA),which will help establish clearer environmental expectations for the Phase I engineering and determine if a Preliminary Site Investigation (PSI) is required during Phase II engineering Once completed,the PESA will be submitted to IDOT for review/approval Refer to Huff& Huff's attached proposal for a detailed description of their scope of services. TASK 8 I Abbreviated Location Drainage Study An analysis will be performed to determine existing drainage patterns and the impact of the roadway rehabilitation 8.1 Evaluate Existing Conditions Existing drainage areas, patterns, and facilities (storm sewers, ditches/swales, etc.)will be conducted and analyzed for their capacity to convey required storm frequency drainage Coordination will be conducted with the City of Elgin to identify existing drainage problems and concerns within the project limits 8.2 Proposed Design. Based on an evaluation of the existing drainage conditions,a proposed drainage plan will be developed to accommodate the preferred roadway geometry drainage This would include any storm sewer sizing and sewer routing in the roadway approach areas. The scope assumes that stormwater detention will not be required. 8.3 Abbreviated Location Drainage Study.The abbreviated LDS will be produced and submitted to the City for review and then to IDOT,as required The study will follow the methodology per the latest edition of the IDOT Drainage Manual and will include a narrative,site photos,existing and proposed drainage plans at 1"=50 scale, floodplain encroachment,existing drainage system analysis,identified base floodplain,proposed drainage system,design criteria,outlet evaluation,right of way analysis,local and other agency coordination,and permit summary form.The abbreviated study does not include right of way analysis,outlet evaluation,or filling out form D1 PD0022(Location Drainage Study). TASK 9 I Permit Coordination During the preliminary engineering phase(Phase I)of the project,WBK will identify a list of permits required for the construction activities and contact the responsible agencies. TASK 10 I Project Development Activities and Report WBK will prepare a Project Development Report(PDR) — BLR Form 22210, including exhibits and documentation to obtain approval for the project 10.1 Geometric Activities.WBK will develop a preliminary roadway design in accordance with criteria prescribed in the IDOT BLRS Manual Aspects to be constructed at less than the design guidelines will be identified,and a clear description of required variances and appropriate justification will be provided (BLRS Manual 27-7).These items, if required,will be discussed at the FHWA coordination meeting. 10.2 Location and Existing Conditions(PDR Section 1).A description of the existing facility will be included Traffic data will be provided by our sub-consultant via 24-hour counts. Proposal for Phase I Engineering Services Page 4 of 7 December 4,2024 WBK Opportunity No.2023.0118 10.3 Proposed Improvement(PDR Section 2) The purpose and need of the project will be documented along with design guidelines,functional classification,regulatory or posted speed limit and design speed information Aspects to be constructed at less than the design guidelines will be identified,and a clear description of required variances and appropriate justification will be provided.The need for accommodating pedestrians,bicyclists, and the handicapped will be analyzed An Engineer's Opinion of Probable Cost will be prepared and submitted with the PDR 10.4 Crash Analysis(PDR Section 3).The crash analyses completed in Task 5 will be included in the PDR 10.5 Right-of-Way(PDR Section 4) Existing right-of-way widths and easements will be described Proposed right-of-way widths and easements will be described,including parcel numbers and acreage of required acquisition 10.6 Environmental Impacts(PDR Section 5-13) No additional thru lanes or significant alignment change will be proposed Therefore,no COSIM or noise analysis will be required (PDR Sections 12e and 13),thus,they are not within the scope of this project 10.7 Maintenance of Traffic(PDR Section 14).WBK will evaluate the maintenance of traffic operations based on the proposed improvements 10.8 Public Involvement(PDR Section 15) WBK anticipates no public involvement will be required for the Phase I engineering 10.9 Coordination and Commitments(PDR Section 16-8). Minutes of coordination meetings with the IDOT, FHWA,the City and other local agencies will be documented A summary of project-specific commitments will be included 10.10 PDR Exhibit Preparation.A location map to supplement the narrative description will be developed Plan and profile sheets will be developed based on the proposed elevation of the roadway improvements The roadway geometry and plans will be prepared in accordance with the applicable requirements of BLRS Section IV— Project Design. Existing and proposed typical section exhibits will be prepared Cross Sections will be created for the project corridor 10.11 Assemble,collate,and submit PDR(Draft and Final).The draft PDR Addendum memorandum with exhibits and documentation will be prepared and submitted to IDOT for comments. WBK will prepare a disposition of comments received for the Draft Project Development Report Addendum memorandum.The final PDR will be revised based on review comments from IDOT and submitted to IDOT for approval TASK 11 I Meetings and Coordination Meetings and coordination will serve to discuss and resolve issues in the preliminary design process Minutes of all meetings will be prepared by WBK and distributed within five(5)working days of the meeting WBK will be responsible for maintaining a list of action items that will be updated at each meeting • WBK will attend one(1)project initiation meeting with the City of Elgin • WBK will attend one(1)project initiation meeting with IDOT Proposal for Phase I Engineering Services Page 5 of 7 December 4,2024 WBK Opportunity No.2023.0118 • WBK anticipates and has allotted for one(1) FHWA coordination meeting. • WBK has estimated for four(4)additional coordination or progress meetings with the City • WBK will prepare an agenda and distribute meeting minutes for the aforementioned meetings TASK 12 I Administration and Management The successful management of a Phase I project requires scheduling and reporting of the progress of the project Work will include the following tasks. 12.1 Project Setup. WBK will initiate project setup WBK will manage tasks associated with work reviews,budget adherence, manpower,project meetings,contract administration and invoicing 12.2 Progress Reports. WBK will prepare and submit monthly progress reports during months when engineering activities occur and invoices are due 12.3 Project Schedule.WBK will prepare and monitor a project schedule and will update the schedule periodically as tasks or project scheduling change,as well as perform scope of work reviews,resource planning,internal team coordination and contract administration and invoicing. TASK 13 I Plats and Legal Descriptions WBK is working under the assumption that the City is currently coordinating with Elgin Community College to have the proposed right-of-way donated in exchange for no costs associated with the project. However,a Plat of Highways and Legal Descriptions will be developed in accordance with IDOT standards for official documentation 13.1 Plats and Legal Descriptions. WBK's sub-consultant,ASE,will complete a Plat of Highways and Legal Descriptions according to the guidelines outlined in the Illinois Department of Transportation,Division of Highways/District 1,and Bureau of Land Acquisition Plat of Highways&Legal Description Checklist.The Plats and Legal Descriptions will be prepared for a total of two(2)parcels by an Illinois Professional Land Surveyor experienced in preparing Plats of Highway for District 1 Land Acquisition Refer to ASE's scope of services for the work associated with this task EXCLUSIONS TO THE SCOPE OF SERVICES The foregoing outlines WBK's understanding of the Scope of Services required for the successful completion of the preliminary engineering phase(Phase I)for the project. The following tasks or items were deemed unnecessary for this project,excluded from the Scope,and would be considered as additional services if required by IDOT,FHWA,or any other agency for the successful completion of the project • Public Involvement • Traffic Impact Studies • Hydraulic Modeling • Stormwater Detention • Wetland Delineation • Noise and Air Quality Study • ROW Appraisals and Negotiations(Phase II) • Preliminary Site Investigation,if needed (Phase II) • Section 4(f),Section 6(f)and/or Section 106 involvement • Construction layout and/or construction observations • Attendance of any meetings not specifically listed herein Proposal for Phase I Engineering Services Page 6 of 7 December 4,2024 WBK Opportunity No.2023.0118 ESTIMATE OF FEES WBK has provided not-to-exceed budgets for the tasks outlined in the above scope of services.Actual invoices will be based on employees'records of time invested to accomplish each task and will not exceed the budget provided without prior written authorization from the Client.The Estimate of Fees is based on the award of the entire Scope of Services,and in general,individual tasks and accompanying budgets cannot be broken out and awarded separately. TASK# TASK NAME FEE TASK 1 DATA COLLECTION AND UTILITY COORDINATION $3,585 TASK 2 TOPOGRAPHIC SURVEY $45,617 TASK 3 GEOTECHNICAL INVESTIGATION $10,394 TASK 4 CONCEPT GEOMETRY $1,845 TASK 5 INTERSECTION DESIGN STUDY S13,881 TASK 6 WETLAND RECONNAISANCE $3,125 TASK 7 ENVIRONMENTAL SURVEYS $8,869 TASK 8 ABBREVIATED LOCATION DRAINAGE STUDY $15,637 TASK 9 PERMIT COORDINATION $222 TASK 10 PROJECT DEVELOPMENT ACTIVITIES AND REPORT $18,428 TASK 11 MEETINGS AND COORDINATION $6,481 TASK 12 ADMINISTRATION AND MANAGEMENT $2,902 TASK 13 PLATS AND LEGAL DESCRIPTIONS $12,419 Reimbursable Expenses/Direct Labor Costs $942 TOTAL S /1 3,16 Proposal for Phase I Engineering Services Page 7 of 7 December 4,2024 Attachment B - Project Schedule PROJECT SCHEDULE-MCLEAN BLVD AT SPORTS WAY/SPARTAN DR PH I WBK -Task Agency Review Nesting* e rpel�aa�lne 2026 2026 sn mm ��pp mm �p ��pp mm N m N m N N m N N N m m imV H N m N N m N m N mtl N m N m N m m ry a N a N V. if; N N „ . g N g N a N lV - N a N 1 N a N a N a N a N �j �! a N a a a z 44 . m w N. N. ao K. ? ? — a a a A a PROJECT MILESTONE SCHEDULE Phase I Notice to Proceed 2/1/2025 Project Management and QAQC Utility Coordination IDOT Phase I Kickoff Meeting _ Environmental Survey Request ■ 3 0 ; d...• ___1 FHWA Meeting Data Collection _ Topographic Survey _—---—-'--_ Preliminary Geometry and ADA Details Intersection Desi,n Studies Phase I Permittin• Draft Pro'. Develo•ment Re.ort 2/2026 PDR Review Meetings(assumed 1) City and IDOT Disposition of Comments Final Project Development Report 712026 .11111 Phase I Approval 6/2026 UMW ikla—81.d adOS,wis Attachment C - Cost Estimate Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number City of Elgin Kane Prime Consultant(Firm) Name Prepared By Date WBK Engineering, LLC Ryan Sikes, PE PTOE 12/4/2024 Consultant/ Subconsultant Name Job Number WBK Engineering, LLC Note: This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. Remarks McLean Blvd and Sports Way- Phase I PAYROLL ESCALATION TABLE CONTRACT TERM 24 MONTHS OVERHEAD RATE 144.54% START DATE 1/30/2025 COMPLEXITY FACTOR RAISE DATE 1/1/2026 %OF RAISE 2.00% END DATE 1/29/2027 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 1/30/2025 1/1/2026 11 45.83% 1 1/2/2026 1/1/2027 12 51.00% 2 1/2/2027 2/1/2027 1 4.34% The total escalation = 1.17% BLR 05514(Rev. 02/09/23) Printed 12/3/2024 4.02 PM ESCALATION Page 1 of 8 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number WBK Engineering. LLC J PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 1.17% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $78.00 $78.91 Engineer VI $73.82 $74.68 Engineer V $60.02 $60.72 Engineer IV $48.75 $49.32 Engineer III $39.57 $40.03 Engineer II $33.80 S34.19 Engineer I $30.17 S30.52 Urban Planner VI $78.00 $78.91 Urban Planner V Urban Planner IV $50.00 $50.58 Urban Planner III Urban Planner II ERS V ERS IV $38.37 $38.82 ERS III ERS II Technician IV Technician V $62.00 $62.72 Technician III $40.13 $40.60 Technician II Technician I Intern $18.13 $18.34 Administrative $26.55 $26.86 BLR 05514 (Rev. 02/09/23) Printed 12/3/2024 4:02 PM RATES Page 2 of 8 Local Public Agency County Section Number City of Elgin Kane Consultant/Subconsultant Name Job Number WBK Engineering, LLC SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS)WORKSHEET Contribution to Prime NAME Direct Labor Total Consultant American Surveying and Engineering. LTD 17.265.00 1,726.50 Wang Engineering 1,219.00 121.90 Huff& Huff 1,796.00 179.60 Total 20,280.00 2,028.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. Local Public Agency County Section Number City of Elgin Kane Consultant/Subconsultant Name Job Number WBK Engineering,LLC DIRECT COSTS WORKSHEET List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET CONTRACT ITEM ALLOWABLE QUANTITY RATE TOTAL Lodging Actual Cost (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) $0.00 Lodging Taxes and Fees (per GOVERNOR'S TRAVEL CONTROL BOARD) Actual Cost $0.00 Air Fare Coach rate,actual cost,requires minimum two weeks' $0 00 notice,with prior IDOT approval Vehicle Mileage (per GOVERNOR'S TRAVEL CONTROL BOARD) Up to state rate maximum 32 $0.67 $21.44 Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day $0.00 Vehicle Rental Actual Cost(Up to$55/day) $0.00 Tolls Actual Cost $0.00 Parking Actual Cost $0 00 Overtime Premium portion(Submit supporting documentation) $0.00 Shift Differential Actual Cost(Based on firm's policy) $0.00 Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost $0.00 Monuments(Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2-Way Radio(Survey or Phase III Only) Actual Cost $0.00 Telephone Usage(Traffic System Monitoring Only) Actual Cost $0.00 CADD Actual Cost(Max$15/hour) $0.00 Web Site Actual Cost(Submit supporting documentation) $0.00 Advertisements Actual Cost(Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00 Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0.00 Recording Fees Actual Cost $0.00 Transcriptions(specific to project) Actual Cost $0.00 Courthouse Fees Actual Cost $0.00 Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Utility Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Testing of Soil Samples Actual Cost $0.00 Lab Services Actual Cost(Provide breakdown of each cost) $0.00 Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 $0.00 $0.00 $0.00 LR 055 ( v 02/0C,/23) Prijted 12/3/2024 4.02 PM ibli4PCT CQBTS Pape 4 of 8 TOTAL DIRECT COSTS: $21.44 Local Public Agency County Section Number City of Elgin Kane Consultant/ Subconsultant Name Job Number WBK Engineering, LLC COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 144.54% 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 Data Collection and Utility Coordination 26 1.292 1,867 426 3,585 2.48% Topographic Survey 9 551 797 182 44,087 45,617 31.60% Geotechnical Investigation 4 224 324 74 9,772 10,394 7.20% Concept Design 16 665 961 219 1,845 1.28% Intersection Design Study 100 4.310 6.229 1.422 1,920 13.881 9.62% Wetland Reconnaissance 26 1.126 1.627 372 3.125 2.16% Environmental Surveys 20 980 1,416 323 6,150 8,869 6.14% Abbreviated Location Drainage Study 105 5,634 8.144 1.859 15,637 10.83% Permit Coordination 2 80 116 26 222 0 15% Project Development Report and Studies 129 6.640 9,597 2,191 18,428 12.77% Meetings and Coordination 40 2,335 3.375 771 6.481 4.49% Administration and Management 20 1.046 1.511 345 2,902 2.01% Plats and Legal Descriptions 2 99 143 33 12.144 12.419 8.60% Subconsultant DL $919.74 0.64% Direct Costs Total===> $0.00 $21.44 0.01% TOTALS 4991 24.982 I 36.107 I 8,243 I 74,073 144.346 100.00% 61.089 BLR 05514(Rev.02/09/23) Printed 12/3/2024 4.02 PM The subconsultant fee has been adjusted due to `t 'Sffx@$T Page 5 of 8 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number WBK Engineering, LLC AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 3 Data Collection and Utility PAYROLL AVG TOTAL PROJ.RATES Coordination Topographic Survey _Geotechnical Investigation Concept Design Intersection Design Study HOURLY Hours °/ Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.91 8.0 1.60% 1.27 Engineer VI 74.68 21.0 4.21% 3.14 Engineer V 60.72 67.0 13.43% 8.15 Engineer IV 49.32 85.0 17.03% 8 40 4 15.38% 7.59 1 11.11% 5.48 2 50.00% 24.66 4 25.00% 12.33 40 40.00% 19 73 Engineer III 40.03 125.0 25.05% 10.03 Engineer II 34.19 74.0 14.83% 5.07 10 38.46% 13.15 10 62.50% 21.37 50 50.00% 17.10 Engineer I 30.52 0.0 Urban Planner VI 78.91 0.0 Urban Planner V 0.0 Urban Planner IV 50.58 0.0 Urban Planner III 0.0 Urban Planner II 0.0 ERS V 0.0 ERS IV 38.82 20.0 4.01% 1.56 ERS III 0.0 ERS II 0.0 Technician IV 0.0 Technician V 62.72 99.0 19.84% 12.44 12 46.157 28.95 8 88.89% 55.75 2 50.00% 31.36 2 12.50% 7.84 10 10.00% 6.27 Technician III 40.60 0.0 Technician II 0.0 Technician I 0.0 Intern 18.34 0.0 Administrative 26.86 0 0 00 0.0 0.0 0.0 TOTALS 499.0 100% $50.06 26.0 100.00% S49.69 9.0 100% $61.23 4.0 100% $56.02 16.0 100% S41.54 100.0 100% S43.10 Printed 12/3/2024 4:02 PM BLR 05514 (Rev. 02/09/23) Page 6 of 8 AVG 1 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number WBK Engineering, LLC AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 3 Abbreviated Location Project Development PAYROLL AVG Wetland Reconnaissance Environmental Surveys Drainage Study Permit Coordination Report and Studies Meetings and Coordination HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.91 6 15.00% 11.84 Engineer VI 74.68 21 20.00% 14.94 Engineer V 60.72 45 34.88% 21.18 22 55.00% 33.40 Engineer IV 49 32 2 7.69% 3.79 12 60.00% 29.59 Engineer III 40.03 53 50.48% 20.21 2 100.00% 40.03 60 46.51% 18.62 10 25.00% 10.01 Engineer II 34.19 4 20.00% 6.84 Engineer I 30.52 Urban Planner VI 78.91 Urban Planner V Urban Planner IV 50.58 Urban Planner III Urban Planner II ERS V ERS IV 38 82 20 76.92% 29.86 ERS III ERS II • Technician IV Technician V 62 72 4 15.38% 9.65 4 20.00% 12.54 31 29.52% 18.52 24 18.60% 11.67 2 5.00% 3.14 Technician III 40 60 Technician II Technician I Intern 18.34 Administrative 26.86 TOTALS 26.0 100% $43.30 20.0 100% S48.98 105.0 100% S53.66 2.0 100% S40.03 129.0 100% S51.47 40 0 100% S58.38 Printed 12/3/2024 4:02 PM BLR 05514 (Rev. 02/09/23) Page 7 of 8 AVG 2 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number WBK Engineering, LLC AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 3 OF 3 Administration and Plats and Legal PAYROLL AVG Management Descriptions HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 78.91 2 10.00% 7.89 _ Engineer VI 74.68 _ Engineer V 60.72 Engineer IV 49.32 18 90.00% 44.39 2 100.00% 49.32 Engineer III 40.03 Engineer II 34.19 Engineer I 30.52 Urban Planner VI 78.91 Urban Planner V Urban Planner IV 50.58 Urban Planner III Urban Planner II ERS V ERS IV 38.82 ERS III ERS II Technician IV Technician V 62.72 Technician III 40.60 Technician II Technician I Intern 18.34 Administrative 26.86 TOTALS 20.0 100%. S52.28 2.0 100% $49.32 0.0 0% $0.00 0.0 0% S0.00 0.0 0% $0.00 0.0 0% $0.00 BLR 05514 (Rev. 02/09/23) Printed 12/3/2024 4:02 PM AVG 3 Page 8 of 8 Scope of Work 0 AMERICAN SURVEYING &ENGINEERING. LTID. PROJECT SUMMARY Project Name: McLean Blvd&Sports Way Intersection Survey ASE Proposal No. 224063 Owner:City of Elgin Date:June 6, 2024 Agent:WBK Engineering Revision Date December 3, 2024 Project Description—ASE will provide professional services, including topographic survey and land acquisition surveys,for the proposed improvements to the intersection of McLean Boulevard and Sports Way. Project Location—Elgin, Illinois. Project Limits—The topographic limits are shown in the exhibit below.The lateral limits extend 25 feet beyond the existing right-of-way. ::= j 1 . clam on G_41 it 1. • _ , t * 40- s • • V It' '• e: e • , • ' ' 6 e" !1 a * 4 9 :i u=oartm:1t=Si- .axr.rout'` way �' y' _� - 4 ' ]yam,' ,, .1. r ,. 0. `` o f I ,•` - I _ ♦Q• i .", 4/ if ' !.:4.4-1'. t ' ' ; ''i• - Is. t .A. ' 1!? Viaopir 11A101' - ,. 11• . is - , A The land acquisition survey limits include two(2) parcels: PINs 06-22-301-019 and 06-22-328-003. GENERAL CONDITIONS AND SCOPE ASSUMPTIONS 1. All professional services will be performed to appropriate Minimum Standards of practice and Section 1270.56, Minimum Standards of Practice for surveys in Illinois. 2. All previous and relevant survey information such as pertinent site information including, but not limited to, previous horizontal and vertical survey control survey information, existing aerial photography, Right-of-Way plans, centerline alignment, construction plans and plats of highway will be furnished to ASE, at no cost to ASE, prior to commencement of field operations. 3. Owner/Agent will provide a Letter of Introduction to facilitate field operations. 4. American Surveying& Engineering shall not be responsible for any erroneous or missing information provided by underground utility providers. 5. Hazardous Waste sites designated as requiring protective equipment of"Class D" or greater will not be entered unless provided for otherwise in the Scope of Work Tasks. 6. American Surveying& Engineering is not signatory to any organized labor agreements. We will not provide services in any capacity where labor disputes may exist. We will not be responsible for costs or delays associated with labor disputes relevant to work on this project. 7. Field work performed on this project is subject to the vagaries of weather. In the event weather impairs our ability to perform any specified professional services,we will contact the Owner/Agent to determine changes in schedule or cost. No additional work will be performed until the owner/agent has reviewed and approved a revised cost or schedule. 8. This proposal assumes the flowlines of project drainage structures (culverts, manholes, inlets, etc.) will be surveyed as existing conditions. ASE will not clean, excavate, pump or otherwise remove debris, silt,trash or other material from project structures. 9. ASE will begin work after Notice to Proceed at a mutually agreed upon date. 10. This SOW shall become part of the contract between Owner/Agent and ASE. PROPOSED TASKS 1. Administration 1.1. Meetings with Owner or Agent, including in-house meetings. Progress Reports, scheduling, invoicing,and other project administrative tasks. 1.2. Technical direction of staff. 1.3. Project Management, resource coordination. 2. Document Compilation 2.1. Obtain relevant project documents from Owner/Agent. 2.2. Compile, review, and index information. 2.3. Prepare compiled information for field and office tasks. 3. Horizontal and Vertical Control NAD 83(2011)IL State Plane East Zone for horizontal datum and NAVD 88 GPS-Derived Elevations for vertical datum. 3.1. Search and reconnaissance for record control points. Recover and verify previous control points. 3.2. Set additional control points for Data Collection and provide swing tie sketches as required in field book format. 3.3. Traverse/GPS/level through found monuments to establish primary control. Traverse/GPS/level through secondary control to densify control. 2 3.4. Office calculations, adjustment,tabulations of coordinates, and working drawings. 4. Topographic Survey 4.1. Locate the following visible, marked,or available from record man-made topographic features within the survey limits: Point(s) of access to property(ies),sewers, culverts, and discharge pipes (including size and invert elevation), catch basins, inlets, drainage structures, fire hydrants, manholes, hand holes,traffic signals, wells,guardrails, retaining walls, large and/or overhead signs, railroad tracks, pavement,curbs and other manmade improvements. 4.1.1. Locate Buildings, if any. Dimension buildings with exterior dimensions at ground level. 4.1.2. Locate roadways, driveways, sidewalks, paved paths, and parking lots. 4.1.3. Locate fences and other evidence of occupation. 4.1.4. Locate trees (Assume 19 trees) 4.1.4.1. Obtain location of trees. Dense groups of trees may be located by representation/outline. 4.1.4.2. Measure and record tree diameter(in inches). Measure and record tree type (deciduous or coniferous). Tree genus and species, common name or health will not be determined. 4.2. Conduct elevation surveys at intervals and at locations necessary to create DTM (Note: Shots may be taken on random stationing and locations as required to create a Digital Terrain Model "DTM"). Elevations shall be obtained to provide client with a DTM with an appropriate accuracy to depict existing conditions. Hard surface elevations will be obtained to an equivalent of cross sections at 50-foot intervals. Cross sections will extend to the survey limits on either side (previously described in this scope). Locations may be obtained with terrestrial based, 3-D LiDAR scanning or conventional survey methods. 4.2.1. Site elevations shall be obtained to provide client with a DTM. Provide elevation data at apparent Right-of Way,edge of sidewalks, centerline of driveways, edge of pavement, centerline of pavement, edge of curb,flowline of curb and back of curb, and ground elevations at break points. 4.2.2. Elevations on paved surfaces shall be reported to 0.01 of a foot. 4.2.3. Elevations on other surfaces shall be reported to 0.1 of a foot. 4.3. Detail utility structures (Assume 39 utility structures to be located and detailed) ASE will complete details for manholes/drainage/utility structures. ASE will collect and record this data using in-house detail sheets. Manholes or other confined spaces(as defined by OSHA)will not be entered, pumped or cleaned. ASE shall not be responsible for underground topographic information not physically locatable or visible at the time of the survey;or any information provided by utility provider. ASE will only submit reduced field details of underground structures for this task. ASE will not map the underground structures and/or their connections with other underground structures. That underground mapping will be performed by others. 4.3.1. Detail utility features including: Manholes, handholes, culverts,catch basins,valve vaults or other surface indications of subsurface utilities. Measure inverts, pipe sizes and observed flow direction in manholes and other underground facilities. Pipe size/type details will be created but will be a check on plan information only. Electric/Communications vaults will be observed if accessible, with the number of observed cables and open or unoccupied conduits included. 4.3.2. Coordinate access to structures, manholes and vaults with utility owners;ASE will not be responsible for opening or accessing large or restricted manhole/utility vault covers. 4.4. Office calculations for data, downloading,and editing. 3 4.5. CADD drafting. Electronic drawings of survey limits in latest version of MicroStation OpenRoads designer to IDOT D1 standards. 5. Land Acquisition Surveys—assume 2 affected parcels 5.1. Review boundary and title information. ASE will order 2 title commitments. 5.2. Search and locate property boundary monumentation/evidence,and section/quarter corners as applicable. 5.3. Calculate property boundaries and existing Right-of-Way. 5.4. Calculate areas for proposed fee acquisitions, permanent and temporary easements. 5.5. Prepare legal descriptions for proposed acquisitions. 5.6. Prepare Plat of Highway(assume 2 parcels comprised of takes, permanent easements and temporary easements). 6. QA/QC 6.1. Review contract documents and survey requirements to verify ASE project QA/QC requirements. 6.2. Periodic project review to ensure compliance with policy and contract documents. 6.3. Final review and report of QA/QC compliance. ASE WILL DELIVER TO CLIENT: A. Copies of field notes with reductions made. B. Electronic versions of drawings in OpenRoads. C. Plat of Highway and Legal Descriptions to IDOT D1 Standards. D. Field detail drawing sheets of underground structures. DIRECT COST ITEMS 1. Courthouse research and recording fees,assume$500.00. 2. Title Commitments-$1,000 per commitment(assume 2) ITEMS SUPPLIED BY OTHERS A. Record plans, including any previous survey information (if available). B. All pertinent site information including, but not limited to previous horizontal and vertical survey control information, existing aerial photography, Right-of-Way plans, centerline alignment, construction plans and plats of highway will be furnished to ASE, at no cost to ASE, prior to commencement of field operations. C. Permission and access to closed or locked areas requiring access to complete the survey. D. Letter of Introduction and written authorization for access to subject property for ASE's services on subject site. 4 /� PROJECT McLean Blvd.6 Spobls Way Intersection Survey ti!".: I .ERICAi('/�.` LOCATION Elgin PROPOSAL No.. 224063 • walnno slA<:iel,uA.tut CLIENT.WOK DATE: 6el2024 /ASK 1A Administration Man Hours ITEMDescrpaon pic pm ra44 Pat3 Pit TIP sE7 GIm ST4 ST3 ST2 ST, a0W4T111ow3 nowt hour1 Kt SUE SUE3 SUE AC3 AC2 TOM 1.1 M••s30•,repprts,achMuleq do 2 2 , 2 1.2 Technical Deaden of Staff 3 4 1.3 Protect management&wordnancn 2 4 1.4 , 1.5 1.6 17 1.8 1.9 TOTAL HOURS 0 7 0 10 0 0 0 0 0 0 t 0 0 0 0 0 0 0 0 0 2 0 1 TASK 20 Document Compilation Man Hours ITEM Dimorphon PIC ►M r SAT 4►St3►3L2 PStI CAW ST4 an $72 811 POW 4 POW 3 nowt ROT,1 su4 SUE UM SUET ACT NC2 TOTAL 2.1 Obtain relevant protect documents 1 5 6 2.2 CrnOd,.Wow 6 Inez nlarmwon 3 34 , 6 23 PrMr•oompbd+Nr "re held 6 ce mein 2 4 6 24 0 2.5 0 2.6 0 27 0 28 0 29 0 0 TOTAL HOURS 0 6 0 12 0 0 0 0 0 0 0 00 CI Ot 0 0 0 0 0 0 18 TASK 3.0 Horizontal6 Vertical Control Min Hours ITEM Description PIC PM PII'Pl11 P54 k IWEI CAW ST4 1 8T34 ST3 W2 f ITI POW ROW 3 no ROW �yt4 M u;I A31 ACC1,, TOTAL 3.1 Search 8 recon for control pouts.verify 6 3.2 Addlanal control polls IO319 to sketch,. 3 3 6 3.3 TraverseIGPS 4 4 8 3.4 Office talcs 2 4 6 3.5 0 3.6 0 3.7 0 3.8 0 3.9 0 0 TOTAL HOURS 0 21 0 4 0 0 0 0 101 14 0 0 0 0 0' 0 0 0 0 0 0 26 'ASK 4A Topographic Survey Man Hours ITEM Descrptan PIC PM rat 4 r St 3►at 2 P St I GOD S14 STS ST2 ST7-POS 4 now 3 nOw2 now I SUE 4..,SUE 3 Sue SUE 1 AC 1 1 AC 2 TOTAL 4.1 Locate t0p0papnt Nantes n Survey Imts 24 24 48 4.2 Condud Mevwon wrvey* 16 16 32 4.3 Delat dilly atruclu•e 20 20 20 60 4.4 Office Calm 4 6 8 20 4.5 CADD 2 4 32 38 4.6 , 47 4.8 4.9 TOTAL HOURS 0 6 0 12 0 4 40 0 60 60 20 0 0 0 0 0 01 0 0 0 0 19 n*^^,wS w* PROJECT: McLean Blvd.IISpolrts Way Intersection Survey AMEll1WN LOCATION Elgin PROPOSAL No. 224063 � •�"""1•a ...ruwc. CLIENT WOK DATE: 6dR024 'ASK 5.0 Land Acqusnbn Surveys Man Hours ITEM Description • rk Pr 4 r Mt 4 P se 3 P St 2 P SE 1 G0D 8T4 ITS_ Sal 6T7 4 now 4 11w 0 3 WW2 now I 34t 4 SUE 3 tK4 L I 8C; NGj r TOTAL 5 5.1 Review boundary 6 tee n m fora:an 52 Search 6 locate boundary monumentalan 6*scion corners 18 16 36 5.3 Calculate propely bolndrs's 8 ensOng ROW 1 4 5 5.4 Calculate teas ler pr0poeed lee Iogosnena 6 ea4emersa 2 4 4 10 5.5 Prepare legal deecrp0o118 for proposed acquisitions 1 2 2 5 5.6 Prepare Acquisition 6 Subdewron Plats 2 4 10 16 5.7 0 5.8 0 5.9 _ 0, 0 TOTAL HOURS 0 6 0 17 0 0 16 0 18 18_ 01 0 0 0 0 01 0 0 0 0 0_ 77 ',ASK 6.0 OAfOC Man Hours ITEM Deecnpbon _ _ PIC, PSI Pea4 1St3 Pat3►SSEI 0.ep ST4 ST3 6n pi POW POW 3Itolu;HMV SUE SUES Sue ateI NC NC MTN. 8.1 Verdi protect OAIOC 2 4 82 Prladc Prgact renew 4 2 , 8.3 Fail reword end rayon 3 4 , 6.4 , 6.5 , 6.6 67 6.8 6.9 TOTAL HOURS I 0 9 0 10 0 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0_ 1 Prated on 5.602024 11 15 AM Fie N WROPOSAL-PROJEC TS7224063_WBn_Elgn_Mclean&Sports Way I tenecUon 5.30.24_AWorkng Mes1ASE_Cost ESbmreWannoursheet PROJECT: McLean Blvd.&Spoirts Way Intersection Survey ,O AMERICAN '(010.1WG a l NCINI1KING rill LOCATION: Elgin PROPOSAL No.:224063 CLIENT: WBK DATE: 6/6/2024 SUMMARY OF TASKS MANHOURS TASK PIC PM P SE 4 P SE 3 P WE 2 P S/E 1 CR00 ST4 ST3 ST2 STt ROW a ROW 3 ROW2 ROW,' SUE 4 SUE 3 SUE 2 SUE I NC 3 NC 2 TOTAL 1 0 Administration 0 7 0 10 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 19 2.0 Document Compilation 0 6 0 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 18 3 0 Horizontal&Vertical Control 0 2 0 4 0 0 0 0 10 10 0 0 0 0 0 0 0 0 0 0 0 26 4 0 Topographic Survey 0 6 0 12 0 0 40 0 60 60 20 0 0 0 0 0 0 0 0 0 0 198 5 0 Land Acqusition Surveys 0 8 0 17 0 0 16 0 18 18 0 0 0 0 0 0 0 0 0 0 0 77 6.0 QA/OC 0 9 0 10 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 19 7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ 10 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 11 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 13 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 14 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 15 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 16 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 17 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 __ 18 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 19 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 20 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total Hours 0 38 0 65 0 0 56 0 88 88 20 0 0 0 0 0 0 0 0 2 0 357 Printed on 6/6/2024 11 15 AM File:K.1PROPOSAL-PROJECTS l224063 WBK ElglnMcLean&Sports Way Intersection 5.30.24 JAVVoricing Nes1ASE Cost EstimatelManhoursheet EXHIBIT D 0 Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number City of Elgin Kane Prime Consultant(Firm) Name Prepared By Date WBK Ty Reynolds 6/6/2024 Consultant/ Subconsultant Name Job Number American Surveying & Engineering 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 16 MONTHS OVERHEAD RATE 178.20% START DATE 1/30/2025 COMPLEXITY FACTOR RAISE DATE 1/1/2026 % OF RAISE 2.00% END DATE _ 5/29/2026 ESCALATION PER YEAR of Year First Date Last Date Months Contract 0 1/30/2025 1/1/2026 11 68.75% 1 1/2/2026 6/1/2026 5 31.88% The total escalation = 0.63% BLR 05514(Rev. 11/04/22) Printed 12/3/2024 2.36 PM ESCALATION Page 1 of 1 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number American Surveying & Engineering PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 78.00 ESCALATION FACTOR 0.63% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE PRINCIPAL IN CHARGE $89.44 $78.00 PROJECT MANAGER $84 45 $78.00 PROJECT SURVEYOR/ENGINEER 4 $79 96 $78.00 PROJECT SURVEYOR/ENGINEER 3 $67.52 $67 94 PROJECT SURVEYOR/ENGINEER 2 $51.46 $51.78 PROJECT SURVEYOR/ENGINEER 1 $38.43 $38.67 CADD TECHNICIANS $45.52 $45.80 ENGINEERING/SURVEY TECHNICIAN 4 $67.12 $67.54 ENGINEERING/SURVEY TECHNICIAN 3 $43.72 $43.99 ENGINEERING/SURVEY TECHNICIAN 2 $33.04 $33.25 ENGINEERING/SURVEY TECHNICIAN 1 $22 79 $22.93 RIGHT-OF-WAY SPECIALIST 4 $64.32 $64.72 RIGHT-OF-WAY SPECIALIST 3 $44 75 $45.03 RIGHT-OF-WAY SPECIALIST 2 $35.11 $35.33 RIGHT-OF-WAY SPECIALIST 1 $22 50 $22.64 SUBSURFACE UTILITY ENGINEER 4 $50.00 $50.31 SUBSURFACE UTILITY ENGINEER 3 $44 72 $45.00 SUBSURFACE UTILITY ENGINEER 2 $31.75 $31.95 SUBSURFACE UTILITY ENGINEER 1 $25.26 $25.42 ADMINISTRATIVE/CLERICAL 3 $32.00 $32.20 ADMINISTRATIVE/CLERICAL 2 $21.63 $21.77 BLR 05514(Rev. 11/04/22) Printed 12/3/2024 2:39 PM RATES Page 1 of 1 Local Public Agency County Section Number ICity of Elgin I 'Kane Consultant/Subconsultant Name Job Number American Surveying&Engineering DIRECT COSTS WORKSHEET List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project. EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET CONTRACT ITEM ALLOWABLE QUANTITY RATE TOTAL Lodging Actual Cost $0 00 (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) Lodging Taxes and Fees (per GOVERNOR'S TRAVEL CONTROL BOARD) Actual Cost $0 00 Air Fare Coach rate,actual cost,requires minimum two weeks' $0 00 notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum $0 00 (per GOVERNORS TRAVEL CONTROL BOARD) Vehicle Owned or Leased $32 50/half day(4 hours or less)or$65/full day $0 00 Vehicle Rental Actual Cost(Up to$55/day) $0 00 Tolls Actual Cost $0 00 Parking Actual Cost $0 00 Overtime Premium portion(Submit supporting documentation) $0.00 Shift Differential Actual Cost(Based on firms policy) $0.00 Overnight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $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 Ill 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/Rendenngs&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 1 $500.00 $500.00 Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Testing of Soil Samples Actual Cost $0 00 Lab Services Actual Cost(Provide breakdown of each cost) $0 00 Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Title Commitments 2 $1,000.00 $2,000.00 $0 00 $0 00 $0 00 TOTAL DIRECT COSTS: $2,500.00 BLR 05514(Rev.11/04/22) Pnnted 12/3/2024 2.40 PM DIRECT COSTS Page 1 of 1 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number American Surveying & Engineering COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 178.20% 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 1.0 Administration 19 1,290 2.298 426 : 4.014 7.14% 2.0 Document Compilation 18 1,283 2,287 423 . 3.993 7.10% 3.0 Horizontal&Vertical Control 26 1.200 2.139 396 3.735 6.64% 4.0 Topographic Survey 198 8.209 14.628 2,709_ 25.546 45.43 _ % 5.0 Land Acqusition Surveys 2.500 77 3.902 6.954 1,288 12,144 21.60% 6.0 QA/QC 19 1.381 2,462 456 _ 4.299 7.65% 7 - - - - 0.00% 8 - - - - 0.00% 9 - - - 0.00% 10 - - - 0.00% 11 - - - - 0.00% 12 - - - 0.00% 13 - - - - 0.00% 14 - - - - - 0.00% 15 - - - - 0.00% 16 - - - 0.00% 17 - - - - 0.00% 18 - - - - 0.00% 19 - - - - 0.00% 20 - - - - 0.00% Subconsultant DL $0.00 Direct Costs Total=__> $2.500.00 $2,500.00 4 45% TOTALS 3571 17,265 1 30.768 I 5,698 1 - 56,231 95 55% 48.033 BLR 05514 (Rev 11/04/22) Printed 12/3/2024 2:40 PM COST EST Page 1 of 1 Local Public Agency County Section Number Pity of Elgin Kane Consultant / Subconsultant Name Job Number American Surveying & Engineering AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 2 2.0 Document 3.0 Horizontal&Vertical 5.0 Land Acqusition PAYROLL AVG TOTAL PROJ.RATES 1.0 Administration Compilation Control 4.0 Topographic Survey Surveys HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PRINCIPAL IN CHARGE 78.00 0 0 0 0 0 0 0 PROJECT MANAGER 78 00 38 0 10.64% 8.30 7 36 84% 28 74 6 33 33% 26 00 2 7 69% 6 00 6 3 03% 2.36 8 10.39% 8.10 PROJECT SURVEYOR/EN 78.00 0.0 0 0 0 0 0 PROJECT SURVEYOR/EN 67.94 65.0 18.21% 12 37 10 52.63% 35.76 12 66 67% 45 29 4 15.38% 10 45 12 6.06% 4 12 17 22 08% 15.00 PROJECT SURVEYOR/EN 51.78 0 0 0 0 0 0 0 PROJECT SURVEYOR/EN 38.67 0.0 0 0 0 0 0 CADD TECHNICIANS 45 80 56 0 15 69% 7 19 0 0 0 40 20 20% 9 25 16 20 78% 9 52 ENGINEERING/SURVEY- 67.54 0.0 0 0 0 0 0 ENGINEERING/SURVEY- 43.99 88 0 24.65% 10 84 0 0 10 38 46% 16 92 60 30 30% 13 33 18 23 38% 10 28 ENGINEERING/SURVEY- 33.25 88.0 24 65% 8 20 0 0 10 38.46% 12 79 60 30 30% 10 07 18 23 38% 7 77 ENGINEERING/SURVEY- 22.93 20.0 5.60% 1 28 0 0 0 20 10.10% 2.32 0 RIGHT-OF-WAY SPECIAL 64 72 0.0 0 0 0 0 0 RIGHT-OF-WAY SPECIAL 45 03 0 0 0 0 0 0 0 RIGHT-OF-WAY SPECIAL 35 33 0.0 0 0 0 0 0 RIGHT-OF-WAY SPECIAL 22 64 0.0 0 0 0 0 0 SUBSURFACE UTILITY E 50 31 0 0 0 0 0 0 0 SUBSURFACE UTILITY E 45 00 0 0 0 0 0 0 0 SUBSURFACE UTILITY E 31.95 0 0 0 0 0 0 0 SUBSURFACE UTILITY E 25 42 0 0 0 0 0 0 0 ADMINISTRATIVE/CLERIC 32 20 2.0 0 56% 0.18 2 10 53% 3 39 0 0 0 0 ADMINISTRATIVE/CLERIC 2177 0.0 0 0 0 0 0 0.0 0.0 0.0 _ 0.0 0.0 0.0 TOTALS 357 0 100% 548 36 19 0 100 00% $67 89_ 18 0 100% $71 29 26 0 100% $46.16 198 0 100% $41 46 77 0 100% $50 68 Printed 12/3/2024 2:41 PM BLR 05514(Rev. 11/04/22) Page 1 of 1 AVG 1 Local Public Agency County _ Section Number City of Elgin Kane _ Consultant/ Subconsultant Name Job Number American Surveying & Engineering AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 2 OF 2 PAYROLL AVG 6.0 QA/QC 7 8 9 10 11 HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg PRINCIPAL IN CHARGE 78.00 0 0 0 0 0 0 PROJECT MANAGER 78.00 9 47 37% 36 95 0 0 0 0 0 PROJECT SURVEYOR/ENG` 78.00 0 0 0 0 0 0 PROJECT SURVEYOR/ENGI 67.94 10 52 63% 35 76 0 0 0 0 0 PROJECT SURVEYOR/ENGI 51.78 0 0 0 0 0 0 PROJECT SURVEYOR/ENGI 38 67 0 0 0 0 0 0 CADD TECHNICIANS 45 80 0 0 0 0 0 0 ENGINEERING/SURVEY TE( 67 54 0 0 0 0 0 0 ENGINEERING/SURVEY TE( 43.99 0 0 0 0 0 0 ENGINEERING/SURVEY TE( 33 25 0 0 0 0 0 0 ENGINEERING/SURVEY TE( 22.93 0 0 0 0 0 0 RIGHT-OF-WAY SPECIALIS" 64.72 0 0 0 0 0 0 RIGHT-OF-WAY SPECIALIS- 45.03 0 0 0 0 0 0 RIGHT-OF-WAY SPECIALIS 35.33 0 0 0 0 0 0 RIGHT-OF-WAY SPECIALIS" 22.64 0 0 0 0 0 0 SUBSURFACE UTILITY ENG 50.31 0 0 0 0 0 0 SUBSURFACE UTILITY ENG 45.00 0 0 0 0 0 0 SUBSURFACE UTILITY ENG 31.95 0 0 0 0 0 0 SUBSURFACE UTILITY ENG 25 42 0 0 0 0 0 0 ADMINISTRATIVE/CLERICAL 32 20 0 0 0 0 0 0 ADMINISTRATIVE/CLERICAI1 21.77 0 0 0 0 0 0 TOTALS 19 0 100% 572 71 0 0 0% 50 00 0 0 0% S0 00 0 0 04 SO 00 0.0 0% S0 00 0.0 0% S0 00 Printed 12/3/2024 2 41 PM BLR 05514 (Rev 11/04/22) Page 1 of 1 AVG 2 Hutl&Hutt. A Subsidiary of GZA November 22, 2024 via email: rsikes@bodwegroup.com Mr. Ryan Sikes, PE, PTOE—Transportation Project Manager WBK Engineering, LLC 116 W. Main Street—Suite 201 St. Charles, IL 60174 Re: Phase I Environmental Services- PESA McLean Boulevard and Sports Way Intersection Improvements Project Elgin, Kane County, Illinois GEOTecr.NIGT_ Proposal No. 81.P013053.25 ENVIRONMENTAL ECOLOGICAL WATER Dear Mr. Sikes: CONSTRUCTION MANAGEMENT Huff & Huff, Inc., a subsidiary of GZA, Inc. (H&H), is pleased to submit this proposal to WBK Engineering, LLC (Client) to provide Phase I Environmental Services for the proposed intersection improvements at McLean Boulevard and Spartan Drive/Sports Way in Elgin, Kane County, Illinois. Project background and understanding is identified in Section 1. This proposal presents our project approach, scope of services, cost, and schedule for completing the 915 Harger Road project. Specifically,this scope, per Client request,includes tasks for performing a Preliminary SuIEe33o Environmental Site Assessment (PESA). The proposed scope to complete Phase I activities is Oak Brook,IL 60523 presented in Section 2, the project schedule is included in Section 3 and proposal acceptance T:63o.684.9ioo information is included in Section 4 with proposed costs attached to this document. F:63o.684.9izo ww..huffnhuff.com 1. PROJECT BACKGROUND www.gza.com Client has provided H&H with the attached figure depicting concept geometry of the intersection improvements, which shall serve as our basis of understanding to develop this scope and fee. 2. SCOPE OF SERVICES TASK 1—Preliminary Environmental Site Assessment(PESA) A PESA will be completed for local roads portions of the project corridor and the process will follow general protocols contained within: • A Manual for Conducting Preliminary Environmental Site Assessments for Illinois Department of Transportation (IDOT) Highway Projects (Erdmann et al., 2012). • ASTM International (ASTM) standard 1527-21. • Chapter 27-3 of the IDOT Bureau of Design and Environment (BDE) (December 2019) Manual. The IDOT BDE Manual was published September 2012 and Revised August 2023. • IDOT Bureau of Local Roads and Streets (BLRS) Manual, Chapter 20-12, Special Waste, July 2013. • Public Act 96-1416. • Clean Construction or Demolition Debris Fill Operations (CCDD) and Uncontaminated Soil Fill Operations:Amendments to 35 Illinois Administrative Code 1100. Effective on August 27, 2012. An Equal Opportunity Employer M/r/V/H 1�--•i November 22, 2024 ;"xl lull&I lull WBK Engineering, LLC—Preliminary Environmental Site Assessment McLean Boulevard at Spartan Drive/Sports Way Intersection Improvements—Elgin, Illinois n s(.us,d:,rw of 6LA Page 12 Sub-Task A. Historical Research The site's historical land use/ownership record will be developed from standard historical sources. Historic aerial photographs will be reviewed to identify land use over time and potential areas of environmental concern, such as areas of surface disturbance and outside storage. Sub-Task B. Site Evaluation Current environmental features and conditions of sites adjacent to the right-of-way/project area will be evaluated. A site walkover of potential right-of-way/project areas designated for excavation and/or acquisition will be conducted for first- hand evaluation of current environmental conditions within the project limits. All of the features and conditions listed above will be investigated and,as appropriate,documented in photographs. The land-use and housekeeping practices of adjacent properties also will be evaluated in accordance with ASTM protocols. Sub-Task C. Records Review Since the Village-wide database on file with H&H is from March 2022, we propose to obtain a corridor specific database for this project.A records review will be conducted to determine potential environmental concerns within the study area. It will include a search of standard state and federal environmental record databases in accordance with the specifications of ASTM standards. This search is based on the outline of the study area. Specifically, H&H will search each database to identify any potential sources requiring further investigation. As appropriate,Freedom of Information Act(FOIA)requests will be filed with the IEPA to obtain additional data pertaining to identified sites. Sub-Task D. Report Preparation One report summarizing the results of the evaluation will be prepared, including the following information: a) The project location and description b) Historical uses of corridor. c) The area geology and hydrology. d) The environmental status of sites adjacent to the corridor regarding chemical use and storage, underground and aboveground storage tanks, solid waste,special waste,and hazardous waste,and PCBs. e) An analysis of the site inspection. f) A summary of the findings regarding environmental concerns. This will include IDOT's BDE Manual Chapter 27-3, Special Waste Procedures,and identification of Potentially Impacted Properties(PIPs)per Subpart F,Section 1100, 35 IAC, related to Clean Construction or Demolition Debris management. Sub-Task E. Project Administration and QAQC Time under this task includes project administration activities that includes cost and schedule tracking;coordination with Client on authorized activities;report/memo production and other in-house management activities;and project closeout. Time under this task also includes QA/QC time for field investigations, resource reviews, health, and safety plans, and reports as described above. 3. LEVEL OF EFFORT AND SCHEDULE We propose to complete the work on a time and materials(T&M)with a not to exceed fee of$5,963.90 for the currently proposed scope of services is included on the attached IDOT BLR 05514 CPFF worksheets. The PESA will commence within two(2) days of the notice to proceed (NTP)and will require five (5)weeks to complete. P:\FY2025\P013-Transportation\WBK\Elgin\81.P013053.25 R1 WBK McLean Sports Elgin PESA.docx G" N-�---� November 22, 2024 "�I Illll I Bill WBK Engineering, LLC—Preliminary Environmental Site Assessment McLean Boulevard at Spartan Drive/Sports Way Intersection Improvements—Elgin, Illinois A s u•;—;:,n of 6/11 Page 13 4. PROPOSAL ACCEPTANCE Conditions of Engagement The conditions of engagement are described in the attached Terms and Conditions for Professional Services. H&H's report will be prepared on behalf of and for the exclusive use of Client. Client acknowledges and agrees that the report and the findings in the report shall not,in whole or in part,be disseminated or conveyed to any other party,or used or relied upon by any other party,in whole or in part,except for the specific purpose and to the specific parties alluded to above,without the written consent of H&H.H&H would be pleased to discuss the conditions associated with any additional dissemination, use,or reliance by other parties. Acceptance This agreement may be accepted by signing in the appropriate space below and returning one complete copy to H&H.This proposal is valid for a period of 30 days from the date of issue. We appreciate the opportunity to submit this proposal. Please feel free to contact the undersigned at (630) 684-4425 with any questions. Very truly yours, H&H,Inc. Jeremy J. Reynolds, P.G. Associate Principal/Vice President Attachments: Terms and Conditions Client Provided Figures Cost Sheets This Proposal for Services, Schedule of Fees and Terms and Conditions for Professional Services are hereby accepted and executed by a duly authorized signatory, who by execution hereof, warrants that he/she has full authority to act for, in the name,and on behalf of By: Title: Printed/Typed Name: Date: The Proposal for Services, Schedule of Fees and Terms and Conditions for Professional Services may be executed in two or more counterparts, each of which together shall be deemed an original, but all of which together shall constitute one and the same instrument. In the event that any signature is delivered by facsimile transmission or by an e-mail delivery of a document in ".pdf"format,each such signature shall create a valid and binding obligation of the party executing the document, or on whose behalf each document is executed, with the same force and effect as if each such facsimile or ".pdf"signature were an original thereof. P:\FY2025\P013-Transportation\WBK\Elgin\81.P013053.25 Ri WBK McLean Sports Elgin PESA.docx "? Si November 22, 2024 1 1 I I I :II WBK Engineering, LLC—Preliminary Environmental Site Assessment McLean Boulevard at Spartan Drive/Sports Way Intersection Improvements—Elgin, Illinois ATTACHMENTS ATTACHMENT 1 TERMS AND CONDITIONS P•\FY2025\P013-Transportation\WBK\Elgin\81.P013053.25 R1 WBK McLean Sports Elgin PESA.docx TERMS AND CONDITIONS FOR PROFESSIONAL SERVICES ©2023 by Huff&Huff,Inc.,a Subsidiary of GZA GeoEnvironmental,Inc. Client("You"): WBK Engineering,LLC Proposal No: 81 Po1305.325 Site: McLean&SpartaNSports Elgin These Terms and Conditions,together with Huff&Huff,Inc.'s(H&H's)Proposal,make up the Agreement between H&H and you,Client,named above. BEFORE SIGNING THE PROPOSAL, BE SURE YOU READ AND UNDERSTAND THE PARAGRAPHS ENTITLED "INDEMNIFICATION" AND "LIMITATION OF REMEDIES"WHICH DEAL WITH THE ALLOCATION OF RISK BETWEEN YOU AND H&H. i. Services.H&H will perform the services set forth in its Proposal and any amendments or change orders authorized by you(the"Services"). Any request or direction from you that would require extra work or additional time for performance or would result in an increase in H&H's costs will be the subject of a negotiated amendment or change order z. Standard of Care;Warranties. a H&H will perform professional Services with the degree of skill and care ordinarily exercised by qualified professionals performing the same type of services at the same time under similar conditions in the same or similar locality c. EXCEPT AS SET FORTH IN SUBSECTIONS 2a ABOVE,NO WARRANTY,EXPRESS OR IMPLIED,INCLUDING WARRANTY OF MARKETABILITY OR FITNESS FOR A PARTICULAR PURPOSE,IS MADE OR INTENDED BY H&H'S PROPOSAL OR BY ANY OF H&H'S ORAL OR WRITTEN REPORTS. d. H&H assigns to you any manufacturers'warranties of equipment or materials purchased from others,to the extent they are assignable,and your sole recourse will be against the manufacturer.Full risk of loss of materials and equipment will pass to you upon delivery to the Site,and you will be responsible for insuring and otherwise protecting them against theft and damage 3. Payment. a Except as otherwise stated in the Proposal,you will compensate H&H for the Services at the rates set forth in the applicable Proposal,amendment or change order,reimburse its expenses,which will include a communication fee calculated as a percentage of labor invoiced;and pay any sales or similar taxes thereon. b. Any retainer specified in H&H's Proposal shall be due prior to the start of Services and will be applied to the final invoice for Services c. H&H will submit invoices periodically,and payment will be due within 20 days from invoice date.Overdue payments will bear interest at it/:percent per month or,if lower,the maximum lawful rate.H&H may terminate the Services upon io days'written notice anytime your payment is overdue on this or any other project and you will pay for all Services through termination, plus termination costs. You will reimburse H&H's costs of collecting overdue invoices, including reasonable attorneys'fees(including costs for time expended by in-house counsel,which will be charged to you at the prevailing market rate for attorneys of similar experience practicing in the jurisdiction). 4. Your Responsibilities a. Except as otherwise agreed in writing,you will secure the access agreements,approvals,permits,licenses and consents necessary for performance of the Services. If you are the owner or operator of the Site, you will provide H&H with all documents, plans, information concerning underground structures(including but not limited to utilities, conduits, pipes, and tanks), information related to hazardous materials or other environmental or geotechnical conditions at the Site(including, if applicable,asbestos containing materials("ACM"])and other information that may be pertinent to the Services or,if you are not the owner or operator of the Site,you agree to make reasonable efforts to obtain these same documents and provide them to H&H.Unless otherwise indicated in writing,H&H will be entitled to rely on documents and information you provide. b. If you use the services of a contractor or construction manager at the Site,you agree to use best and reasonable efforts to include in your agreement(s) with the construction contractor provisions obligating the latter (i) to defend,indemnify and hold harmless,to the fullest extent permitted by law,you and H&H and its officers,directors,members,partners,agents, employees,and subconsultants(the"H&H Indemnitees"),for or on account of any claims,liabilities,costs and expenses,including attorneys'fees, arising out of or relating to the design or implementation of construction means, methods, procedures, techniques, and sequences of construction,including safety precautions or programs,of the contractor,or any of its subcontractors or any engineer engaged by it; (ii) to name you and H&H as additional insureds under general liability and builder's risk insurance coverages maintained by the contractor,or any of its subcontractors,and to ensure that such policies are primary and noncontributory with regard to the above indemnity obligations;and (iii) to require that all of its subcontractors agree and be bound to the obligations set forth in(i)and(ii)above. c. In the event that you are unable to secure such provisions in the agreement(s)with the construction contractor, you shall promptly(but in any event prior to the commencement of the Services)notify H&H and H&H shall have the opportunity to negotiate with you reasonable substitute risk allocation and insurance indemnities and protections 5. Right of Entry;Site Restoration.You grant H&H and its subcontractor(s)permission to enter the Site to perform the Services.If you do not own the Site, you represent and warrant that the owner has granted permission for H&H to enter the Site and perform the Services,you will provide reasonable verification on request;and you will indemnify the H&H Indemnitees for any claims by the Site owner related to alleged trespass by H&H or its subcontractors.Although H&H will exercise reasonable care to limit damage to landscaping,paving,systems and structures at the Site,you acknowledge that some damage may occur even with the exercise of due care and you agree to compensate H&H for any restoration it is asked to perform,unless otherwise indicated in the Proposal 6. Underground Facilities. H&H's only responsibility under this Agreement will be to provide proper notification to the applicable state utility"Call- Before-You-Dig"program You further agree to assume responsibility for and to defend,indemnify and hold harmless H&H with respect to personal injury and property damages due to H&H's interference with subterranean structures including but not limited to utilities,conduits,pipes,and tanks (i) that are not correctly shown on any plans and information you or governmental authorities provide to H&H,or (ii) that are not correctly marked by the appropriate utility. (02/23-Edition/o5-goio) February 28,2023 111 Terms and Conditions Page I2of4 7. Reliance. The services,information,and other data furnished by you shall be at your expense,and H&H may rely upon all information and data that you furnish,including the accuracy and completeness thereof.You acknowledge that the quality of the Services provided by H&H is directly related to the accuracy and completeness of the information and data that you furnish to H&H.H&H's REPORTS ARE PREPARED FOR AND MADE AVAILABLE FOR YOUR SOLE USE.YOU ACKNOWLEDGE AND AGREE THAT USE OF OR RELIANCE UPON THE REPORT OR THE FINDINGS IN THE REPORT BY ANY OTHER PARTY,OR FOR ANY OTHER PROJECT OR PURPOSE,SHALL BE AT YOUR OR SUCH OTHER PARTY'S SOLE RISK AND WITHOUT ANY LIABILITY TO H&H. YOU SHALL INDEMNIFY AND HOLD HARMLESS THE H&H INDEMNITEES FROM ALL CLAIMS, DAMAGES, LOSSES, AND EXPENSES,INCLUDING ATTORNEYS'FEES,ARISING OUT OF OR RESULTING FROM ANY USE,REUSE,OR MODIFICATION OF THE DOCUMENTS WITHOUT WRITTEN VERIFICATION,COMPLETION,OR ADAPTATION BY H&H AND SUCH LIMITED LICENSE TO YOU SHALL NOT CREATE ANY RIGHTS IN THIRD PARTIES. 8. Lab Tests and Samples.H&H is entitled to rely on the results of laboratory tests using generally accepted methodologies H&H may dispose of samples in accordance with applicable laws 3o days after submitting test results to you unless you request in writing for them to be returned to you or to be held longer,in which case you will compensate H&H for storage and/or shipping beyond 3o days. 9. H&H Professionals H&H employees or consultants may act as licensed, certified or registered professionals (including but not limited to Professional Engineers,Licensed Site or Environmental Professionals,Certified Hazardous Materials Managers„or Certified Industrial Hygienists collectively referred to in this section as"H&H Professionals")whose duties may include the rendering of independent professional opinions You acknowledge that a federal,state or local agency or other third party may audit the Services of H&H or other contractor/consultant(s),which audit may require additional Services, even though H&H and such H&H Professionals have each performed such Services in accordance with the standard of care set forth herein.You agree to compensate H&H for all Services performed in response to such an audit,or to meet additional requirements resulting from such an audit, at the rates set forth in the applicable Proposal,amendment or change order io. Hazardous Materials; H&H "Not a Generator". Before any hazardous or contaminated materials, including, if applicable, ACMs (the "Wastes")are removed from the Site,you will sign manifests naming you as the generator of the Wastes(or,if you are not the generator,you will arrange for the generator to sign).You will select the treatment or disposal facility to which any Wastes are taken.H&H will not be the generator or owner of,nor will it possess,take title to,or assume legal liability for any Wastes at or removed from the Site. H&H will not have responsibility for or control of the Site or of operations or activities at the Site other than its own. H&H will not undertake,arrange for or control the handling,treatment,storage,removal,shipment, transportation or disposal of any Wastes at or removed from the Site, other than any laboratory samples it collects or tests You agree to defend, indemnify and hold the H&H Indemnitees harmless for any costs or liability incurred by H&H in defense of or in payment for any legal actions in which it is alleged that H&H is the owner,generator,treater,storer or disposer of any Wastes ii. Limits on H&H's Responsibility. H&H will not be responsible for the acts or omissions of contractors or others at the Site,except for its own subcontractors and employees. H&H will not supervise, direct or assume control over or the authority to stop any contractor's work, nor shall H&H's professional activities nor the presence of H&H or its employees and subcontractors be construed to imply that H&H has authority over or responsibility for the means,methods,techniques,sequences or procedures of construction,for work site health or safety precautions or programs,or for any failure of contractors to comply with contracts,plans,specifications or laws. Any opinions by H&H of probable costs of labor, materials,equipment or services to be furnished by others are strictly estimates and are not a guarantee that actual costs will be consistent with the estimates 12. Changed Conditions. a. You recognize the uncertainties related to the Services(including,without limitation,environmental and geotechnical Services),which often require a phased or exploratory approach,with the need for additional Services becoming apparent during the initial Services. You also recognize that actual conditions encountered may vary significantly from those anticipated,that laws and regulations are subject to change, and that the requirements of regulatory authorities are often unpredictable. b. If changed or unanticipated conditions or delays make additional Services necessary or result in additional costs or time for performance,H&H will notify you and the parties will negotiate appropriate changes to the scope of Services,compensation and schedule c. If no agreement can be reached,H&H will be entitled to terminate the Services and to be equitably compensated for the Services already performed H&H will not be responsible for delays or failures to perform due to weather,labor disputes,intervention by or inability to get approvals from public authorities, acts or omissions on your part,or any other causes beyond H&H's reasonable control,and you will compensate H&H for any resulting increase in its costs. 13. Documents and Information.All documents,data,calculations and work papers prepared or furnished by H&H are instruments of service and will remain H&H's property Designs,reports,data and other work product delivered to you are for your use only,for the limited purposes disclosed to H&H.Any delayed use, use at another site, use on another project, or use by a third party will be at the user's sole risk, and without any liability to H&H. Any technology, methodology or technical information learned or developed by H&H will remain its property. Provided H&H is not in default under this Agreement, H&H's designs will not be used to complete this project by others,except by written agreement relating to use,liability and compensation 14. Electronic Media.In accepting and utilizing any drawings,reports and data on any form of electronic media generated by H&H,you covenant and agree that all such electronic files are instruments of service of H&H,who shall be deemed the author and shall retain all common law, statutory law and other rights, including copyrights. In the event of a conflict between the signed documents prepared by H&H and electronic files, the signed documents shall govern. You agree not to reuse these electronic files, in whole or in part, for any purpose or project other than the project that is the subject of this Agreement Any transfer of these electronic files to others or reuse or modifications to such files by you without the prior written consent of H&H will be at the user's sole risk and without any liability to H&H 25. Confidentiality;Subpoenas.Information about this Agreement and H&H's Services and information you provide to H&H regarding your business and the Site,other than information available to the public and information acquired from third parties, will be maintained in confidence and will not be disclosed to others without your consent,except as H&H reasonably believes is necessary (a)to perform the Services, (b)to comply with professional standards to protect public health, safety and the environment; and (c)to comply with laws, regulations, court orders and professional obligations. H&H will make reasonable efforts to give you prior notice of any disclosure under(b)or(c)above. Information available to the public and information acquired from third parties will not be considered confidential. You will reimburse H&H for responding to any subpoena or governmental inquiry or audit related to the Services,at the rates set forth in the applicable Proposal,amendment or change order. (o2/23-Edition/o5-goao) February 28,2023 •'!4 Terms and Conditions Page 13 of 4 3.6. Insurance. During performance of the Services, H&H will maintain workers' compensation, commercial general liability, automobile liability, and professional liability/contractor's pollution liability insurance.H&H will furnish you certificates of such insurance on request. 17. Indemnification.You agree to hold harmless,indemnify,and defend the H&H Indemnitees against all claims,suits,fines and penalties,including mandated cleanup costs and attorneys'fees and other costs of settlement and defense, which claims, suits, fines, penalties or costs arise out of or are related to this Agreement or the Services,except to the extent they are caused by H&H's negligence or willful misconduct a8. Limitation of Remedies. a. To the fullest extent permitted by law and notwithstanding anything else in this Agreement to the contrary,the aggregate liability of H&H and its affiliates and subcontractors and their employees,officers,directors and agents(collectively referred to in this paragraph as"H&H")for all claims arising out of this Agreement or the Services is limited to s5o,000 or,if greater,io%of the compensation received by H&H under this Agreement. b. You may elect to increase the limit of liability by paying an additional fee,such fee to be negotiated prior to the execution of this Agreement. c. Any claim will be deemed waived unless written notice of such claim is received by H&H within one year of substantial completion of the Services d. H&H will not be liable for lost profits, loss of use of property, delays, or other special, indirect, incidental, consequential, punitive, exemplary, or multiple damages. e. H&H will not be liable to you or the Site owner for injuries or deaths suffered by H&H's or its subcontractors'employees. f. You will look solely to H&H for your remedy for any claim arising out of or relating to this Agreement,including any claim arising out of or relating to alleged negligence or errors or omissions of any H&H principal,officer,employee or agent To the extent damages are covered by property insurance or any other insurance,both you and H&H waive all rights against each other and against the contractors,consultants,agents,and employees of the other,for damages,except such rights as they may have to the proceeds of such insurance as set forth in this Agreement The you or H&H,as appropriate,shall require of the contractors,consultants,agents,and employees of any of them,similar waivers in favor of the other parties enumerated herein 19. Disputes. a. All disputes between you and H&H shall be subject to non-binding mediation. b. Either party may demand mediation by serving a written notice stating the essential nature of the dispute,the amount of time or money claimed,and requiring that the matter be mediated within forty-five(45)days of service of notice. c. The mediation shall be administered by the American Arbitration Association in accordance with its most recent Construction Mediation Rules,or by such other person or organization as the parties may agree upon. d. No action or suit may be commenced unless mediation has occurred but did not resolve the dispute,or unless a statute of limitation period would expire if suit were not filed prior to such forty-five(45)days after service of notice However,where non-payment of an invoice has occurred and H&H sends you a final demand letter for payment,your failure to respond within ten(io)days of receipt(or,for certified mail,the date of the first attempt to deliver the letter to your address of record if you ultimately do not accept receipt of the letter)of such letter will be deemed to be a waiver of your right to enforce this mediation clause and H&H may immediately file suit to enforce the terms of this Agreement. zo. Miscellaneous. a. This Agreement and all claims relating thereto shall be governed by the substantive and procedural laws of the State of Illinois,as they presently exist or may hereafter be amended,without regard to principles of conflict of laws b. The above terms and conditions regarding Limitation of Remedies and Indemnification shall survive the completion of the Services under this Agreement and the termination of the contract for any cause. c. Any amendment to these Terms and Conditions must be in writing and signed by both parties. No modification of these Terms and Conditions will be binding against H&H unless specifically approved in writing by a Principal of H&H d Having received these Terms and Conditions,your oral authorization to commence Services,your acceptance of performance of the Services,your actions,or your use of the Report or Work Product constitutes your acceptance of them. e This Agreement supersedes any contract terms,purchase orders or other documents issued by you,even if signed by an authorized representative of H&H f. Neither party may assign or transfer this Agreement or any rights or duties hereunder without the written consent of the other party. g. Your failure or the failure of your successors or assigns to receive payment,reimbursement,insurance proceeds or grant funds from any other party for any reason whatsoever shall not absolve you,your successors or assigns of any obligation to pay any sum to H&H under this agreement h. These Terms and Conditions shall govern over any inconsistent terms in H&H's Proposal. i. The provisions of this Agreement are severable; if any provision is unenforceable it shall be appropriately limited and given effect to the extent it is enforceable. j. The covenants and agreements contained in this Agreement shall apply to,inure to the benefit of and be binding upon the parties hereto and upon their respective successors and assigns. k. Any reports generated by H&H will be subject to H&H's standard report limitations for that particular type of report. 21. Asbestos Abatement Services(If Applicable).If the Services include asbestos abatement services,then the following terms and conditions will apply and will supersede any conflicting terms contained elsewhere in this Agreement. a. You acknowledge that conditions can vary from those encountered at the times and locations of explorations and data collection,and that the limitation on available data may result in some level of uncertainty with respect to the interpretation of those conditions,despite due professional care.H&H therefore cannot guaranty specific results such as the identification or removal of all asbestos or other contamination. (o2/23-Editionfo5-goio) February 28,2023 Terms and Conditions Page I4of4 22. Microbial Services(If Applicable).If the Services include microbial services,then the following terms and conditions will apply and will supersede any conflicting terms contained elsewhere in this Agreement. a. You recognize that meeting the standard of care does not establish an assurance that corrective procedures will be permanent. Because Microbial infestations are created by near-omnipresent living microscopic spores, grows very quickly and are influenced by nanoclimatological conditions that are very difficult to detect and sources of water intrusion,elevated moisture or relative humidity over which H&H has neither control or responsibility,H&H cannot and does not claim that its Services will eliminate the risk of a Microbial infestation recurring b. You acknowledge that the Services entail risk of personal injury and property damage (including cross-contamination)that cannot be avoided, even with the exercise of due care. You also acknowledge that environmental conditions can vary from those encountered at the times and locations of explorations and data collection,and that the limitation on available data may result in some level of uncertainty with respect to the interpretation of these conditions,despite due care.H&H therefore cannot guaranty specific results such as the identification of all contamination or other environmental conditions or problems nor their resolution c. You acknowledge that Microbial infestations may be hidden from view and concealed in locations that are difficult to discover.Accordingly,you agree that despite H&H's efforts, some Microbial locations may remain undetected. In such situations, you agree that you will have no claim against H&H provided H&H followed all applicable laws and regulations pertaining to the Work d. For purposes of this Agreement, Microbial is defined as any and all fungal and/or bacterial growth including but not limited to mold, mildew, yeast, fungus, fungi, bacteria, spores, odors, particulates, vapors, gas, or other emissions produced by or arising out of or toxins emanating therefrom. e. You further agree that where H&H shall performs Services intended to minimize the risk of Microbial infestations, H&H shall not be liable for damages resulting from Microbial contamination including but not limited to fungal or bacterial infestations and water damage or dry or wet rot and you agree to waive any Microbial infestation claim(s)against H&H,and you agree to indemnify,defend and hold the H&H lndemnitees harmless from any claim alleging that H&H's Services caused or aggravated a Microbial infestation or did not prevent a Microbial infestation from re-occurring (02/23-Edition/o5-goso) February 28,2023 November 22, 2024 Hu11&Huff WBK Engineering,LLC—Preliminary Environmental Site Assessment McLean Boulevard at Spartan Drive/Sports Way Intersection Improvements—Elgin, Illinois A Subsidiary of GZA ATTACHMENTS ATTACHMENT 2 CLIENT PROVIDED INFORMATION P:\FY2025\P013-Transportation\WBK\Elgin\81.P013053.25 R1 WBK McLean Sports Elgin PESA.docx 4111 „...i4.4 a ..3 /—DgtlP RESIRIPING LIMIT / jym ' 3 IX PAVEMENTCHANGE,RESURFACING LIMB 14 N . Q I i PROP 5'SIDEWALK / PROP PAVEMENT WIDENING-- AL ALT AND RIGHT TURN LANE �' J \ ��[ t, 4 f IN r[TI �' i p/RFOFLTIOPMEA( - - �. I `/ GIS WETLAND BOUNDARY J I) :J.-A.... _ •EX DRAINAGESFG�ICIIIR�- 7/((/ _ - ' 1,V (PROP CLOSED 1S M I -� I 1 _ . PROP TRAFFIC SIGNAL HEAD- ' -- 'PROP TRAFFIC SIGNAL POSTS I ill , PROP 5'SIDFWAIK � / .y:� J (RELOCATTOHS)&APS • THRWGX�(GAP -. ' IMPROVEMENTS \. I J - -.. _.-• - Na' 9J J! ---. ._-- - '. ._mot-.�� EX ROW' ... ;' - �_ +.,� w_ Y CROSSWAULSTRI%VG ,�'`� <\\i!' - PROP RE-STRIDINGOMD SPARTAN DR �"'+� • - I.I - --_/�P.L l y lir RESURFACING AREA(T P _) - ! ED DRAM _ • • .._-'...''APS IMPROVEMENTS(TYP) (RETROITT TO CLOSED w y MODERNIZE IXSI POST. � L•PROD HIGH-VISIBILITY PUSH BUTTON Aa�LN at CROSSWALK STRIPING ' PROP SIGNAL II D-- ,x MODERNIZED(SIGNAL POST.ADD PED +s. - : PUSH BUTTON AND SIGNAL NERD PROP ADA IMPROVEMENTS(TYP) • PROP SIDEWALK TUB II (FUTURECONNEgTION) - I 1. WS HETIAND BOUYDAR)' IX PAVEMENTCHANGE.RESURFAC GUMIR-.- Iiii ,..- CONCEPT GEOMETRY • (NOTFOR CONSTRUCTION) IX STRUCTURE(NO IMPAC ) 0 I,/ - - -__, ` • , I T ZT x I 4. i a. �^ °Io °R1NO - � o- - cEnzco - - -- -- STATE OF ILLINOIS Ej(HIBR T-MCIFAN BOULEVARD 6 SPARTAN DR 1 i ? RM������� �" '�^���^ nR e.n <TTT wcuo RAmFo INTERSECTION IMPROVEMENTS `""I +lnnvT' wn wmco DEPARTMENT OF TRANSPORTATION soar.r-4O a e'� ,n Ioz*� CONTRACT flimpi.. November 22, 2024 Hull&I Ill WBK Engineering, LLC—Preliminary Environmental Site Assessment _ McLean Boulevard at Spartan Drive/Sports Way Intersection Improvements—Elgin, Illinois A Subsidiary of GZA ATTACHMENTS ATTACHMENT 3 COST SHEETS P:\FY2025\P013-Transportation\WBK\Elgin\81.P013053.25 R1 WBK McLean Sports Elgin PESA.docx 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 Prime Consultant (Firm) Name Prepared By Date WBK Engineering, LLC JR 11/22/2024 Consultant / Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. Note This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. Remarks Phase I PESA - McLean Blvd at Spartan Drive/Sports Way, Elgin, IL PAYROLL ESCALATION TABLE CONTRACT TERM 6 MONTHS OVERHEAD RATE 190.00%' START DATE 1/30/2025 COMPLEXITY FACTOR 0 RAISE DATE 3/1/2025 % OF RAISE 2.00% END DATE 7/29/2025 ESCALATION PER YEAR % of Year First Date Last Date Months Contract 0 1/30/2025 3/1/2025 1 16.67% 1 3/2/2025 8/1/2025 5 85.00% The total escalation = 1.67% BLR 05514 (Rev. 02/09/23) Printed 11/22/2024 3:22 PM ESCALATION Page 1 of 13 Local Public Agency County Section Number City of Elgin Kane Consultant / Subconsultant Name Job Number Huff& Huff. Inc , a subsidairy of GZA. Inc. PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 1.67% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal $85.96 $86.00 Architectural Historian $40.87 $41.55 Associate Principal II $76.57 $77.85 Associate Principal I $71 92 $73 12 Senior Project Manager III $73 19 $74.41 Senior Project Manager I $56 56 $57 50 Senior Landscape Architect $61 47 $62 49 Senior Planning PM $59.03 $60.01 Senior Technical Specialist II $62 64 $63.68 Senior Technical Specialist I $55 79 $56.72 Senior Scientist PM II $61 17 $62.19 Senior Technical Scientist $57 15 $58.10 Scientist PM II $53.34 $54.23 Scientist PM I $46 97 $47.75 Assistant PM Scientist $39.32 $39.98 Environmental Engineer PM II $49 99 $50.82 Environmental Engineer PM I $47.00 $47.78 Assistant PM Engineer I $41 15 $41.84 Engineer II $31.75 $32.28 Engineer I $35 69 $36.28 Scientist SI $34.50 $35.08 Scientist SII $30.16 $30.66 Technical Graphics Technician $27 73 $28.19 Administrative Executive $52 42 $53.29 Senior Administrative Assistant $36.31 $36.92 Billing Administrator $25 00 $25 42 BLR 05514(Rev. 02/09/23) Printed 11/22/2024 3.22 PM RATES Page 2 of 13 Local Public Agency County Section Number City of Elgin Kane Consultant 1 Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. SUBCONSULTANTS EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET Contribution to NAME Direct Labor Total Prime Consultant Total 0.00 0.00 NOTE: Only subconsultants who fill out a cost estimate that splits out direct labor may be listed on this sheet. BLR 05514(Rev.02/09/23) Printed 11/22/2024 3:22 PM SUBS Page 3 of 13 Local Public Agency County Section Number !City of Elgin I 'Kane I Consultant/Subconsultant Name Job Number Huff&Huff,Inc.,a subsidairy of GZA,Inc. DIRECT COSTS WORKSHEET List ALL direct costs required for this project. Those not listed on the form will not be eligible for reimbursement by the LPA on this project EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET CONTRACT ITEM ALLOWABLE QUANTITY RATE TOTAL Lodging Actual Cost $0 00 (per GOVERNORS TRAVEL CONTROL BOARD) (Up to state rate maximum) Lodging Taxes and Fees Actual Cost $0.00 (per GOVERNORS TRAVEL CONTROL BOARD) Air Fare Coach rate,actual cost,requires minimum two weeks' $0 00 notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum 65 $0 67 $43 55 (per GOVERNORS TRAVEL CONTROL BOARD) Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day $0 00 Vehicle Rental Actual Cost(Up to$55/day) $0.00 Tolls Actual Cost 2 $3 00 $6 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 Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0 00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0 00 Project Specific Insurance Actual Cost $0 00 Monuments(Permanent) Actual Cost $0 00 Photo Processing Actual Cost $0 00 2-Way Radio(Survey or Phase III Only) Actual Cost $0.00 Telephone Usage(Traffic System Monitoring Only) Actual Cost $0 00 CADD Actual Cost(Max$15/hour) $0.00 Web Site Actual Cost(Submit supporting documentation) $0 00 Advertisements Actual Cost(Submit supporting documentation) $0 00 Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0 00 Public Meeting Exhibits/Renderings&Equipment Actual Cost(Submit supporting documentation) $0 00 Recording Fees Actual Cost $0 00 Transcriptions(specific to project) Actual Cost $0.00 Courthouse Fees Actual Cost $0 00 Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Aenal Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Utliity Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Testing of Soil Samples Actual Cost $0.00 Lab Services Actual Cost(Provide breakdown of each cost) $0 00 Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Database Package ERIS Actual Cost 1 $300 00 $300 00 $0 00 $0.00 $0 00 TOTAL DIRECT COSTS: $349.55 BLR 05514(Rev 02/09/23) Printed 11/22/2024 3 22 PM DIRECT COSTS Page 4 of 13 Local Public Agency County Section Number City of Elgin Kane Consultant/ Subconsultant Name Job Number Huff& Huff, Inc., a subsidairy of GZA, Inc. COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 190.00% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD& SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL FRINGE BENEFITS FIXED FEE OTHERS TOTAL TOTAL Task 1: Ph I PESA 350 50 1,796 3,411 593 5,800 94.31% Subconsultant DL $0.00 Direct Costs Total===> $349.55 $349.55 5.68% TOTALS 501 1,796 I 3,4111 593I - 6,150 99.99% 5,207 BLR 05514(Rev. 02/09/23) Printed 11/22/2024 3:22 PM COST EST 1 Page 5 of 13 Local Public Agency County Section Number City of Elgin Kane Consultant/ Subconsultant Name Job Number Huff& Huff. Inc.. a subsidairy of GZA. Inc. AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ.RATES Task 1:Ph I PESA HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal 86.00 0.0 Architectural Historian 41.55 0.0 Associate Principal II 77 85 1 0 2.00% 1 56 1 2.00% 1.56 Associate Principal I 73.12 2 0 4.00% 2 92 2 4 00% 2.92 Senior Project Manager III 74.41 0 0 Senior Protect Manager II 61.45 0 0 +Senior Project Manager I 57.50 0 5 1.00% 0 58 0 5 1.00% 0.58 Senior Landscape Architect 62 49 0 0 Senior Planning PM 60 01 0 0 Senior Technical Specialist II 63 68 0 0 Senior Technical Specialist I 56.72 0 0 Senior Scientist PM II 62 19 0 0 Senior Technical Scientist 58 10 0 0 Scientist PM II 54.23 0 0 Scientist PM I 47.75 0 0 Assistant PM Scientist 39.98 8 0 16 00% 6 40 8 16 00% 6 40 Environmental Engineer PM II 50.82 0 0 Environmental Engineer PM I 47 78 0 0 Assistant PM Engineer I 41 84 0 0 Engineer II 32 28 5 0 10 00% 3.23 5 10 00% 3 23 Engineer I 36 28 0.0 Scientist SI 35 08 6 0 12.00% 4.21 6 12 00% 4 21 Scientist SII 30 66 20 5 41.00% 12.57 20.5 41 00% 12 57 Technical Graphics Technician 28 19 6 0 12 00°% 3 38 6 12 00% 3 38 Administrative Executive 53 29 1 0 2 00% 1 07 1 2 00% 1 07 Senior Administrative Assistant 36.92 0 0 Billing Administrator 25.42 0 0 TOTALS 50 0 100% S35.91 50.0 100.00% $35.91 0 0 0% SO 00 0 0 0% $0 00 0.0 0 = S0 00 0 0 0% SO 00 Printed 11/22/2024 3:22 PM BLR 05514(Rev 02/09/23) Page 6 of 13 AVG 1 Wang 1145 North Main Street Engineering Lombard,Illinois 60148 Phone(630)953-9928 A ilerracon Company www wangeng corn November 22,2024 Mr. Ryan Sikes Project Manager WBK Engineering Re: Proposal—Geotechnical Engineering Services McLean Boulevard and Spartan Drive Intersection Improvements Elgin, Kane County,Illinois Wang No.: PKE245273 Dear Mr. Sikes: Wang Engineering, Inc., a Terracon Company (Wang) is pleased to submit this proposal for the subsurface investigation and geotechnical services to support the Phase I engineering design, of McLean Boulevard and Spartan Drive Intersection. The project is located in Elgin, Kane County, Illinois. SCOPE OF WORK The purpose of our geotechnical investigations will be to determine the soil, groundwater, and existing pavement conditions, perform geotechnical engineering analyses, and provide recommendations for the design, resurfacing, and reconstruction of McLean Boulevard and Spartan Drive Intersection. As member of WBK team, Wang will drill within the roadway right-of-way (ROW) one soil boring to 10 feet below ground surface and collect four pavement cores from locations provided by WBK. To accomplish these objectives, Wang will complete the following tasks: Geotechnical Drilling Services—Wang will provide equipment, labor, and associated materials to drill and sample one soil borings to 10 feet. The boring will be drilled mainly along the roadway at provided location.The boring will be drilled by hollow stem augers and soil samples will be collected with split-barrel samplers continuous in 2-foot intervals. The sampling will be performed in accordance with AASHTO T206 "Penetration Test and Split-Barrel Sampling of Soils."Soil samples will be transported to our laboratory for soil index testing. Geotechnical • C'onstrarction Environmental Quality Engineering Services Since 1982 McLean Blvd&Spartan Dr Intersection Improvements PKE245273 W Wang November 22,2024 Engineering Page 2 of 3 A rrtKraea+co npwny As-drilled boring locations will be surveyed by Wang using a mapping grade handheld GPS unit. Pavement Coring— Wang will provide equipment, labor, and associated materials to obtain four pavement cores, one from each leg of the intersection as shown in the attached Exhibit 1. The cores would be measured for thickness, photographed, and will be delivered to our in-house laboratory in Lombard, Illinois. Field Supervision — Prior to drilling, Wang will locate the boring in the field and clear utilities through the JULIE one-call system. A field engineer will monitor drilling activities, maintain daily field notes, and soil boring log, as well as receive, classify, and prepare soil samples for laboratory analysis. The field engineer will monitor the groundwater level during drilling and at the completion of drilling operations. Soil samples will be classified according to the IDH Textural Classification System. Laboratory Testing—Upon completion of the drilling phase,the samples will be transported to our in-house laboratory. The general soil testing program will include natural moisture content (AASHTO T265), Atterberg limits (AASHTO T89 & T90), and particle size analyses (AASHTO T88),and organic content(AASHTO T194). Engineering Analysis and Recommendations—A Geotechnical Letter Report will be prepared and will include a description of the project,field and laboratory testing procedures, a characterization of the soil and groundwater conditions, and geotechnical recommendations for the roadway reconstruction. The report will include a site location map, gINT boring logs, and a summary of laboratory test results. SCHEDULING Wang will start the project expediently upon prior authorization to proceed. We anticipate that utility clearance through JULIE will require 2 days. The drilling phase of the project will take one day to complete. The laboratory-testing program will proceed at the completion of the sampling activities and will be completed within 15 working days after the drilling completion. The Letter Report will be submitted 15 working days after completion of laboratory-testing. COST ESTIMATE The cost estimate has been prepared and the project field and reporting for the amount shown in attached cost estimate. We assumed the following conditions: • The boring location are accessible to a truck-mounted drill. • Private property access will be coordinated by others. • Drilling and pavement coring requires lane closure protection. • Boring will be backfilled with soil cuttings and as needed bentonite chips • Pavement will be restored with cold patching asphalt. McLean Blvd&Spartan Dr Intersection Improvements PKE245273 W Wang November 22,2024 Engineering Page 3 of 3 A liIIU$con Company Wang Engineering, Inc. appreciates the opportunity to present this proposal and we look forward to working with WBK on this project. If you have questions, or if you require additional information, please contact us at(630) 953-9928. Sincerely. Wang Engineering, Inc. A Terracon Company C62Lift2% Cedun L 7 1a'i,z Corina T. Farez,P.L!P.G. Cornelia L. Marin, P.G. Senior Engineering Consultant Senior Engineering Geologist Attachments: Cost Estimate Exhibit 1: Proposed Boring and Pavement Cores location plan EXHIBIT D 6 Illinois Department COST ESTIMATE OF CONSULTANT SERVICES(CECS)WORKSHEET of Transportation FIXED RAISE Local Public Agency County Section Number City of Elgin Kane I NA Prime Consultant (Firm) Name Prepared By Date WBK Engineering C. Marin 11/22/2024 Consultant/Subconsultant Name Job Number Wang Engineering, Inc. PKE235273 Note This is name of the consultant the CECS is being completed for. This name appears at the top of each tab. Remarks PAYROLL ESCALATION TABLE CONTRACT TERM 6 MONTHS OVERHEAD RATE 202.39% START DATE 1/30/2025 COMPLEXITY FACTOR RAISE DATE 4/1/2025 %OF RAISE - 2.00% END DATE 7/29/2025 ESCALATION PER YEAR %of Year First Date Last Date Months Contract 0 1/30/2025 4/1/2025 2 33 33% 1 4/2/2025 8/1/2025 4 68.00% The total escalation = 1.33% BLR 05514(Rev. 02/09/23) Printed 11/22/2024 2:53 PM ESCALATION Page 1 of 6 Local Public Agency County Section Number City of Elgin Kane NA Consultant / Subconsultant Name Job Number Wang Engineering, Inc. PKE235273 PAYROLL RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET FIXED RAISE MAXIMUM PAYROLL RATE 86.00 ESCALATION FACTOR 1.33% IDOT CLASSIFICATION PAYROLL RATES CALCULATED RATE ON FILE Principal in Charge $86.00 $86.00 Project Manager $71.23 $72.18 Senior Engineer $71.23 $72.18 Project Engineer/Project Geologist $47.64 $48.28 Assistant Engineer/Assistant Geologist $34.11 $34.56 Laboratory Technician $36.61 $37.10 Administrative Assistant $31.70 $32.12 QC/QA Reviewer $82.82 $83.92 BLR 05514 (Rev. 02/09/23) Printed 11/22/2024 2:53 PM RATES Page 2 of 6 Local Public Agency County Section Number City of Elgin Kane NA J Consultant/Subconsultant Name Job Number Wang Engineenng,Inc. PKE235273 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[RAC( ITEM ALLOWABLE QUANTITY RATE TOTAL Lodging Actual Cost (per GOVERNOR'S TRAVEL CONTROL BOARD) (Up to state rate maximum) $0.00 Lodging Taxes and Fees Actual Cost $0.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Air Fare Coach rate,actual cost,requires minimum two weeks' $0.00 notice,with prior IDOT approval Vehicle Mileage Up to state rate maximum 2 $68.00 $136.00 (per GOVERNOR'S TRAVEL CONTROL BOARD) Vehicle Owned or Leased $32.50/half day(4 hours or less)or$65/full day $0.00 Vehicle Rental Actual Cost(Up to$55/day) $0 00 Tolls Actual Cost $0 00 Parking Actual Cost $0 00 Overtime Premium portion(Submit supporting documentation) $0 00 Shift Differential Actual Cost(Based on firm's policy) $0 00 Ovemight Delivery/Postage/Courier Service Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(In-house) Actual Cost(Submit supporting documentation) $0.00 Copies of Deliverables/Mylars(Outside) Actual Cost(Submit supporting documentation) $0.00 Project Specific Insurance Actual Cost $0.00 Monuments(Permanent) Actual Cost $0.00 Photo Processing Actual Cost $0.00 2-Way Radio(Survey or Phase III Only) Actual Cost $0 00 Telephone Usage(Traffic System Monitoring Only) Actual Cost $0 00 CADD Actual Cost(Max$15/hour) $0.00 Web Site Actual Cost(Submit supporting documentation) $0.00 Advertisements Actual Cost(Submit supporting documentation) $0.00 Public Meeting Facility Rental Actual Cost(Submit supporting documentation) $0.00 Public Meeting Exhibits/Rendenngs&Equipment Actual Cost(Submit supporting documentation) $0 00 Recording Fees Actual Cost $0 00 Transcriptions(specific to project) Actual Cost $0.00 Courthouse Fees Actual Cost $0.00 Storm Sewer Cleaning and Televising Actual Cost(Requires 2-3 quotes with IDOT approval) $0 00 Traffic Control and Protection Actual Cost(Requires 2-3 quotes with IDOT approval) 1 $2,200 00 $2,200 00 Aerial Photography and Mapping Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Utility Exploratory Trenching Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 Testing of Soil Samples Actual Cost 1 $3,000.00 $3,000.00 Lab Services Actual Cost(Provide breakdown of each cost) 1 $350.00 $350.00 Equipment and/or Specialized Equipment Rental Actual Cost(Requires 2-3 quotes with IDOT approval) $0.00 $0 00 $0 00 $0 00 BLR OiPIQQRev.02/09/23) Printed-i U1Q1uza 1:o5 vm UIKtI,I ,OSTS Page 3 of 6 TOTAL DIRECT COSTS: $5,686.00 Local Public Agency County Section Number City of Elgin Kane NA Consultant / Subconsultant Name Job Number Wang Engineering, Inc. PKE235273 COST ESTIMATE WORKSHEET EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET OVERHEAD RATE 202.39% COMPLEXITY FACTOR 0 DIRECT COSTS (not included in OVERHEAD&FRINGE SERVICES BY %OF GRAND TASK row totals) STAFF HOURS PAYROLL BENEFITS FIXED FEE OTHERS TOTAL TOTAL Boring Layout and Utilities 136 3 104 210 34 348 3.56% Drilling and Sampling 3,000 7 256 517 84 857 8.77% Laboratory Testing -Geo 350 0.5 24 49 8 81 0.83% Engineering -Geo 15.5 763 1,543 252 2,558 26.18% Project Management 1 72 146 24 242 2.48% Traffic Control 2,200 - - - - 0.00% Subconsultant DL $0.00 Direct Costs Total=__> S5.686.00 $5,686.00 58.19% TOTALS 27j 1,219 I 2,465 I- 402 I - 9.772 100 00% 3.684 BLR 05514 (Rev. 02/09/23) Printed 11/22/2024 2 53 PM COST EST Page 4 of 6 Local Public Agency County Section Number ,City of Elgin Kane NA Consultant / Subconsultant Name Job Number Wang Engineering, Inc. PKE235273 AVERAGE HOURLY PROJECT RATES EXHIBIT D COST ESTIMATE OF CONSULTANT SERVICES (CECS) WORKSHEET SHEET 1 OF 1 PAYROLL AVG TOTAL PROJ.RATES Boring Layout and Utilities Drilling and Sampling Laboratory Testing-Geo Engineering-Geo Project Management HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Principal in Charge 86.00 0 0 Project Manager 72.18 0 0 Senior Engineer 72 18 2 0 7 41% 5 35 1 6.45% 4.66 1 100.00Y. 7218 Project Engineer/Project Geologist 48.28 13 5 50.00% 24 14 1 14 29% 6 90 0 5 100.00% 48 28 12 77 42% 37 37 Assistant Engineer/Assistant Geologist 34.56 11 0 40 74% 14 08 3 100.00% 34 56 6 85.71% 29 63 2 12 90% 4 46 Laboratory Technician 37.10 0 0 Administrative Assistant 32.12 0.0 OC/QA Reviewer 83 92 0 5 1.85% 1.55 0 5 3 23% 2.71 00 00 00 0.0 0.0 0.0 00 0.0 00 0.0 0.0 00 0.0 0.0 0.0 0.0 00 00 00 TOTALS 27 0 100% $45.12 3.0 100 00% $34 56 7 0 100% $36 52 0 5 100% $48 28 15.5 100% $49.20 1.0 100% $72.18 Printed 11/22/2024 2:53 PM BLR 05514 (Rev. 02/09/23) Page 5 of 6 AVG 1 NfWang GEOTECHNICAL SERVICES Engineering UNIT PRICES A atwraeen Co.”oary Ky A,,MO 2024 Name: McLean Blvd Intersection Improvement Date: 11222024 RFP/PTB/PSB/Item:NA Wang No.:PKE245273 Contract/Job: NA V02 Task Descri tion I nits Unit Price Extended Cost DRILLING,SAMPLING&INSITU TESTING Drilling Coordination,Utilities Clearance,Site Access,Pennittmg I 0 Hours $I50 00'Hour $150.00 Mobilization(ATV mounted) 0 $1.700 00'Each $0 00 Stand-by I lourly Rate 0 0 Hours $485 00/Hou SO 00 Drilling&Sampling-Hourly fSPT,Penetrometer,Runac,Visual Classification Included) Two-man crew-normal working hrs 8 0 Hours $533 00/Hour S4.264 00 Two-man crew-overtime(2 hrs per day) 0 0 Hours $615 00/Hour $0 00 S4,414.00 LABORATORY TESTING T265 D2216 Water Content 5 Tests $15 20!Test S76 00 Particle Si a Distribution T88 D422 Sieve Analysis 0 Tests $99 00!Test $0 00 T88 D422 Combined Sieve and Hydrometer I Tests $170 00!rest $170 00 — D 1140 Percent Finer than No.200 Sieve 0 Tests $66.00'Test $0 00 Atterberg Limits T89,T90 D4318 Liquid and Plastic Limits I Tests $104 00!Test $104 00 T92 D427 Shrinkage Factors 0 Tests $120 00!Test $0 00 $350.00 I TRAFFIC CONTROL Impact Attenuator with Driver Post-to-Port 8.0 Hours $275 00/Hour $2,200.00 Hnodreac Flagmen(two-man crew) Port-to-Port 0 0 Hours $250 00/Hour $0.00 $2,200.00 I Note. Prices are for weekday only(Monday though Friday) Weekend rates(Saturdays and Sundays)are higher and will be provided per project FIELD VEHICLES&MILEAGE Field Vehicle Field Vehicle Mileage(>100 Miles per Day) 0.0 Miles $0 675/Mile SO 00 Field Vehicle Daily(<100 Miles per Day) 2 Days $68.00/Day $136.00 S136.00 I SUM VARV DRILLING,SAMPLING&INSITU TESTING (Discounted) $3,000 00 LABORATORY TESTING $350 00 TRAFFIC CONTROL $2,200 00 FIELD VEHICLES&MILEAGE $136 00 OUT-OF-TOWN EXPENSES $0.00 $5,686.00 1145 N Main Street https1/servecon4-my.sharepolnCtort/personas/dmartn terracon_coin/Documents/Desktop/Cornelte/2024 Terracon Office&HomeO4/0I Propose Is/PKE245273 WBK-Masan Blvd/PA P_Wang-IXM PKE245273WBK- Lombard,IL 60148 MCLeenBlvd DCW2 20241122.xlsa Page I of 1 630 953-9928 r • GEV/ALT HAMILTON a ASSOCIATES, INC. CONSULTING ENGINEERS 625 Forest Edge Drive•Vernon Hills,IL 60061 May 30,2024 847.478.9700■GHA-Engineers.com Mr. Ryan Sikes, PE, PTOE Project Manager Bodwe Professional Services Group 116 West Main Street, Suite 201 St. Charles, IL 60174 Re: Proposal for Traffic Data Collection Professional Services Elgin, IL GHA Proposal No. 2024.D294 Dear Mr. Sikes: Thank you for your consideration of Gewalt Hamilton Associates, Inc. (GHA) to provide Data Collection Services for the above-mentioned project. This proposal is based on GHA's understanding of the project as per your recent request. If our proposal is acceptable, please sign one copy and return it to our office. We are pleased to have the opportunity to make our services available to you and look forward to assisting you on this project. Sincerely, Gewalt Hamilton Associates, Inc. Jarett M. Giesey Data Collection Project Manager JGiesey@gha-engineers.com Enc.: GHA Proposal No. 2024.D294 re ! Vi) GEWALT HAMILTON l 1 . ASSOCIATES, INC. Proposal for Professional Services CONSULTING ENGINEERS Traffic Data Collection Elgin, IL 625 Forest Edge Drive•Vernon Hills,IL 60061 GHA Proposal No. 2024.D294 847.478.9700 ■GHA-Engineers.com Bodwe Professional Services Group (Client), 116 West Main Street, Suite 201, St. Charles, IL 60174, and Gewalt Hamilton Associates, Inc. (GHA), 625 Forest Edge Drive, Vernon Hills, IL 60061,agree and contract as follows: I. Project Understanding The Client is requesting one(1)traffic count in Elgin, IL. II. Traffic Data Collection Services GHA will provide the following services: A. Turning Movement Count(TMC) Location(s): 1. South McLean Boulevard &Sports Way Collection Details a. Typical Weekday(Tuesday,Wednesday and/or Thursday) b. 24-hours at each location c. 12AM-12AM CDT d. Motorcycles/Cars & Light Goods/Buses/Single-Unit Trucks/Articulated Trucks w/bicycles on roadway 1. Classification Grouping includes Premium Rate Classification 2. Bicycles and Pedestrians in Crosswalks are included. 3. Bicycles on the Roadway are included. Deliverable a. Data will be processed with a normal processing turnaround time and will be shared with the Client as soon as it is available. III. Project Schedule GHA will schedule the work as soon as possible after written authorization to proceed. IV. Services Not Included Should additional services be required or expanded beyond those outlined in Section II:Traffic Data Collection Services of this Agreement, GHA will request written authorization prior to commencing the work and the Client will be billed on a time-and-materials (T&M) basis in accordance with the current GHA Professional Services Hourly Rate Guide. V. Key Personnel Mr.Jarett M.Giesey will serve as the Data Collection Project Manager. Mr.Zach J. Hubb will serve as the Data Collection Team Leader and Mr. Patrick M. Oster will serve as the Data Collection Processing Team Leader. The team will work with additional professional staff. May 30,2024 GHA Proposal No.2024.D294 Page 2 of 4 VI. Compensation for Services Based upon the scope of services and understanding of the requested work, GHA proposes to complete the work as described above for a lump sum fee as outlined below: Item Description Qty Unit Qty Unit Total Unit Fee Unit Fee A.1 TMC 24-Hours or More 1 ea 24.0 hr 24.0 hr $80.00 hr $1,920.00 A 2 Crosswalks(pedestrians&bicycles) 1 ea 24 0 hr 24.0 hr $4.00 hr $96.00 A.3 Premium Classification-TMC 1 ea 24.0 hr 24.0 hr $4.00 hr $96.00 A.4 TMC 24-Hours 10%Incentive 1 ea 24.0 hr 24.0 hr ($8.00) hr ($192.00) Sub-total Professional Service Fees(A): $1,920.00 Total for Professional Service Fees: S1,920.00 The proposed lump sum fee includes all necessary personnel, equipment, deployment, and processing to complete the data collection as described. Reimbursable expenses, including items such as photos, postage, messenger services, printing, truck usage and/or mileage, etc., are included in the lump sum fee. GHA assumes the study will be completed within one deployment. If additional deployments are requested, an adjustment to the fee may be necessary. GHA will provide the Client with a written estimate of any additional fees prior to commencing such work. Recounts will be completed at no charge to the Client for equipment failures. Cancellations shall be made within 24-hours of the scheduled deployment to avoid fees. The Client shall be responsible for delayed or cancelled work that is out of GHA's control such as construction, road closures,accidents,vandalism, or theft of equipment. The Client shall be responsible for obtaining all required permits and notifying the applicable regulatory agencies prior to the scheduled deployment. An invoice will be submitted upon completion of the study and will detail charges made against the project and services provided. VII. General Conditions The delineated services provided by Gewalt Hamilton Associates, Inc., (GHA) under this Agreement will be performed as reasonably required in accordance with the generally accepted standards for civil engineering and surveying services as reflected in the contract for this project at the time when and the place where the services are performed. Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the Client or GHA. GHA's services under this Agreement are being performed solely for the Client's benefit, and no other party or entity shall have any claim against GHA because of this Agreement or the performance or nonperformance of services hereunder. In no event shall GHA be liable for any loss of profit or any consequential damages. The Client and GHA agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to nonbinding mediation in Chicago, Illinois unless the parties mutually agree otherwise. This Agreement, including all subparts and Attachment A, which is attached hereto and incorporated herein as the General Provisions of this Agreement, constitute the entire integrated agreement between the parties which may not be modified without all parties consenting thereto in writing. May 30,2024 GHA Proposal No.2024.D294 Page 3 of 4 VIII. Authorization of Services By signing below,you indicate your acceptance of this Agreement in its entirety. G walt Hamilton Associates, Inc. Bodwe Professional Services Group J rett M. Giesey Ryan Sikes, PE, PTOE Data Collection Project Manager Project Manager Enc.: https://datalink.miovision.com/data_requests/45873? Attachment A GHA Hourly Rates May 30,2024 GHA Proposal No.2024.D294 Page 4 of 4 ATTACHMENT A TO GEWALT HAMILTON ASSOCIATES, INC. PROFESSIONAL SERVICES AGREEMENT 1. Standard of Care. The services provided by Gewalt Hamilton Associates, Inc., (GHA) under this Agreement will be reasonably performed consistent with the generally accepted standard of care for the Scope of Basic Services called for herein at the time when and the place where the services are provided. GHA will use reasonable care to comply with applicable codes and laws in effect at the time its services are provided. 2. Duration of Proposal. The terms of this Agreement are subject to renegotiation if not accepted within 60 calendar days of the date indicated on this Agreement. Requests for extension beyond 60 calendar days shall be made in writing prior to the expiration date. The fees and terms of this Agreement shall remain in full force and effect for one year from the date of acceptance of this Agreement, and shall be subject to revision at that time, or any time thereafter if GHA gives written notice to the other party at least 60 calendar days prior to the requested date of revision. In the event that the parties fail to agree on the new rates or other revisions,either party may terminate this Agreement as provided for herein. 3. Client Information. Client shall provide GHA will all project criteria and full information for its Scope of Basic Services.GHA may rely,without liability,on the accuracy and completeness of the information Client provides, including that of its other consultants, contractors and subcontractors, without independently verifying that information. 4. Payment. Payments are due within 30 calendar days after a statement is rendered. Statements not paid within 60 calendar days of the end of the calendar month when the statement is rendered will bear interest at the rate of one percent (1.0%) per month until paid. The provision for the payment of interest shall not be construed as authorization to pay late. Failure of the Client to make payments when due shall, in GHA's sole discretion, be cause for suspension of services without breach or termination of this agreement. Upon notification by GHA of suspension of services, Client shall pay in full all outstanding invoices within 7 calendar days. Client's failure to make such payment to GHA shall constitute a material breach of the Agreement and shall be cause for termination by GHA. GHA shall be entitled to reimbursement of all costs actually incurred by GHA in collecting overdue accounts under this Agreement, including, without limitations, attorney's fees and costs. GHA shall have no liability for any claims or damages arising from either suspension or termination of this Agreement due to Client's breach The Client's obligation to pay for GHA's services is in no way dependent upon the Client's ability to obtain financing, rezoning, payment from a third party, approval of governmental or regulatory agencies or the Client's completion of the project. 5. Instruments of Service. The Client acknowledges GHA's plans and specifications, including field data, notes, calculations, and all documents or electronic data, are instruments of service. GHA shall retain ownership rights over all original documents and instruments of service. All instruments of service provided by GHA shall be reviewed by Client within 10 calendar days of receipt. Any deficiencies, errors, or omissions the Client discovers during this period will be reported to GHA and will be corrected as part of GHA's Basic Services. Failure to provide such notice shall constitute a waiver. The Client shall not reuse or make, or permit to be made, any modifications to the instruments of service without the prior written authorization of GHA. The Client waives all claims against GHA arising from any reuse or modification of the instruments of service not authorized by GHA. The Client agrees, to the fullest extent permitted by law, to defend and indemnify and hold GHA harmless from any liability, damage, or cost, including attorneys' fees, arising from the unauthorized reuse or modification of the instruments of service by any person or entity. The parties agree that if elements of the Scope of Basic Services identified in this Agreement are reduced and/or eliminated by Client, then Client waives, releases and holds GHA harmless from all claims and damages arising from those reduced and/or eliminated services. If GHA's Scope of Basic Services does not include construction administration phase services, Client assumes responsibility for interpretation of the instruments of service and construction observation, and waives all claims against GHA for any act, omission or event connected thereto. Unless included in GHA's Scope of Basic Services, GHA shall not be liable for coordination with of the services of Client's other design professionals. 6. Electronic Files.The Client acknowledges that differences may exist between the electronic files delivered and the printed instruments of service. In the event of a conflict between the signed/sealed printed instruments of service prepared by GHA and the electronic files, the signed/sealed instruments of service shall control. GHA's electronic files shall be prepared in the current software GHA uses and will follow GHA's standard formatting unless the Scope of Basic Attachment A,July,2018 Page 1 of 3 Services requires otherwise. Client accepts that GHA makes no warranty that its software will be compatible with other systems or software. 7. Applicable Codes. The Client acknowledges that applicable laws, codes and regulations may be subject to various, and possibly contradictory, interpretations. Client accepts that GHA does not warrant or guarantee that the Client's project will comply with interpretations of applicable laws, codes, and regulations as they may be interpreted to the project. Client agrees that GHA shall not be responsible for added project costs, delay damages, or schedule changes arising from unreasonable or unexpected interpretations of the laws, codes, or regulations applied to the project, nor for changes required by the permitting authorities due to changes in the law that became effective after completion of GHA's instruments of service. Client shall compensate GHA for additional fees required to revise the instruments of service to comply with such interpretations. Client shall also compensate GHA for additional fees required to revise the instruments of service if Client changes the project scope after GHA's completes its instruments of service. 8. Utilities and Soils. When the instruments of service include information pertaining to the location of underground utility facilities or soils, such information represents only the opinion of the engineer as to the possible locations. This information may be obtained from visible surface evidence, utility company records or soil borings performed by others, and is not represented to be the exact location or nature of these utilities or soils in the field. Client agrees that GHA may reasonably rely on the accuracy and completeness of information furnished by third parties respecting utilities, underground conditions and soils without performing any independent verification. Contractor is solely responsible for utility locations,their markings in the field and their placement on the plans based on information they provided. Client agrees GHA is not liable for damages resulting from utility conflicts, mistaken utility locates, unfavorable soils, and concealed or unforeseen conditions, including but not limited to added construction costs and/or project delays. If the Client wishes to obtain the services of a contractor to provide test holes and exact utility locations, GHA may incorporate that information into the design and reasonably rely upon it. If not included in the Scope of Basic Services, such work will be compensated as additional services. 9. Opinion of Probable Construction Costs. GHA's Scope of Basic Services may include the preparation of an opinion of probable construction costs.Client acknowledges that GHA has no control over the costs of labor, materials, or equipment, or over the contractor's methods of determining prices, or over competitive bidding or market conditions. Opinions of probable costs, shall be made on the basis of experience and qualifications applied to the project scope contemplated by this Agreement as well as information provided by Client (the accuracy and completeness of which GHA may rely upon), and represent GHA's reasonable judgment. Client accepts that GHA does not guarantee or warrant that proposals, bids, or the actual construction costs will not vary from opinions of probable cost prepared for the Client. GHA shall not be liable for cost differentials between the bid and/or actual costs and GHA's opinion of probable construction costs. Client agrees it shall employ an independent cost estimator if, based on its sole determination, it wants more certainty respecting construction costs. 10.Contractor's Work. Client agrees that GHA does not have control or charge of and is not responsible for construction means, methods, techniques, sequences or procedures, or for site or worker safety measures and programs including enforcement of Federal, State and local safety requirements, in connection with construction work performed by the Client or the Client's construction contractors. GHA is not responsible for the supervision and coordination of Client's construction contractors, subcontractors, materialmen, fabricators, erectors, operators, suppliers, or any of their employees, agents and representatives of such workers, or responsible for any machinery, construction equipment,or tools used and employed by contractors and subcontractors.GHA has no authority or right to stop the work. GHA may not direct or instruct the construction work in any regard. In no event shall GHA be liable for the acts or omissions of Client's construction contractors, subcontractors, materialmen, fabricators, erectors, operators or suppliers, or any persons or entities performing any of the work, or for failure of any of them to carry out their work as called for by the Construction Documents.The Client agrees that the Contractor is solely responsible for jobsite and worker safety and warrants that this intent shall be included in the Client's agreement with all prime contractors. The Client agrees that GHA and GHA's personnel and consultants (if any) shall be defended/indemnified by the Contractor for all claims asserted against GHA which arise out of the Contractor's or its subcontractors' negligence, errors or omissions in the performance of their work, and shall also be named as an additional insured on Attachment A,July,2018 Page 2 of 3 the Contractor's and subcontractors' general liability insurance policy. Client warrants that this intent shall be included in the Client's agreement with all prime contractors. If the responsible prime contractor's agreement fails to comply with the Client's intent, then the Client agrees to assume the duty to defend and indemnify GHA for claims arising out of the Contractor's or subcontractors' negligence, errors or omissions in the performance of their work. 11.Contractor Submittals. Shop drawing and submittal reviews by GHA shall apply only to the items in the submissions that concern GHA's scope of Basic Services and only for the purpose of assessing if, upon successful incorporation in the project,they are generally consistent with the GHA's Instruments of Service.Client agrees that the Contractor is solely responsible for the submissions and for compliance with the Instruments of Service.Owner agrees that GHA's review and action in relation to the submissions does not constitute the provision of means, methods, techniques, sequencing or procedures of construction or extend to jobsite or worker safety. GHA's consideration of a component does not constitute acceptance of an assembled item. 12. Hazardous Materials. Client agrees that GHA has no responsibility or liability for any hazardous or toxic materials, contaminants or pollutants. 13. Record Drawings. If required by the Scope of Basic Services, record drawings will be prepared which may include unverified information compiled and furnished by others, the accuracy and completeness of which GHA may reasonably rely upon. Client accepts that GHA shall not verify the information provided to it and agrees GHA will not be responsible for any errors or omissions in the record drawings due to incorrect or incomplete information furnished by others to GHA. 14.Disputes. Client agrees to limit GHA's total aggregate liability to the Client for GHA's alleged acts, errors or omissions to $50,000 or the amount of GHA's paid fees for its services on the project, whichever is greater. GHA's liability to Client shall be limited to twelve months from the last invoice submitted to Client by GHA, regardless of payment by Client. GHA makes no guarantees or warranties, either expressed or implied, including any warranty of habitability or fitness for a particular purpose. The parties agree to waive all claims against the other for any and all consequential damages, including attorneys' fees. The parties agree to waive against each other all rights and claims otherwise covered by property insurance, by builder's risk insurance or by all risk insurance, including but not limited to subrogation rights regardless of whether the claims arise during or post-construction and regardless of final payment to GHA. All disputes arising out of or relating to this Agreement shall first be negotiated between the parties. If unresolved, the dispute shall be submitted to mediation as a condition precedent to litigation. Mediation shall take place in Chicago, Illinois unless the Client and GHA mutually agree otherwise. The fees and costs of the mediator shall be apportioned equally between the parties. If mediation is unsuccessful, litigation shall be the form of dispute resolution and shall be filed in the jurisdiction where the project was pending. The controlling law shall be the law of the jurisdiction where the project was located. Client agrees that all causes of action under this Agreement shall be deemed to have accrued and all statutory limitations periods shall commence no later than the date of GHA's services being substantially completed. Client agrees that any claim against GHA arising out of this Agreement shall be asserted only against the entity and not against GHA's owners, officers, directors, shareholders, or employees, none of whom shall bear any liability and may not be subject to any claim. 15. Miscellaneous. Either Client or GHA may terminate this Agreement without penalty at any time with or without cause by giving the other party ten (10) calendar days prior written notice. The Client shall, within thirty (30) calendar days of termination pay GHA for all services rendered and all costs incurred up to the date of termination in accordance with compensation provisions of this Agreement. Client shall not assign this Agreement without GHA's prior written consent. There are no third-party beneficiaries to this Agreement. Attachment A,July,2018 Page 3 of 3 r . ril GEWALT HAMILTON L. 1 In ASSOCIATES, INC. An Lmployee-Ouwed Company GHA PROFESSIONAL SERVICES HOURLY RATE GUIDE: 2024 The following rates will remain in effect until December 31, 2024, at which time they are subject to anannual increase: PRINCIPAL $264.00 ENGINEERING TECHNICIAN V $200.00 SENIOR PROJECT MANAGER II $240.00 ENGINEERING TECHNICIAN IV $166.00 SENIOR PROJECT MANAGER I $220.00 ENGINEERING TECHNICIAN III $150.00 PROJECT MANAGER II $202.00 ENGINEERING TECHNICIAN II $126.00 PROJECT MANAGER I $178.00 ENGINEERING TECHNICIAN I $92.00 ENGINEER VI $212.00 LANDSCAPE ARCHITECT $180.00 ENGINEER V $192.00 ENGINEER IV $182.00 DATA MANAGER $160.00 ENGINEER III $170.00 DATA TECHNICIAN III $148.00 ENGINEER II $152.00 DATA TECHNICIAN II $132.00 ENGINEER I $142.00 DATA TECHNICIAN I $100.00 LAND SURVEYOR IV $214.00 CAD MANAGER $220.00 LAND SURVEYOR III $176.00 CAD TECHNICIAN III $154.00 LAND SURVEYOR II $154.00 CAD TECHNICIAN II $128.00 LAND SURVEYOR I $136.00 CAD TECHNICIAN I $100.00 GIS TECHNICIAN IV $186.00 ADMINISTRATIVE II $114.00 GIS TECHNICIAN III $160.00 ADMINISTRATIVE I $92.00 GIS TECHNICIAN II $130.00 ACCOUNTING MANAGER $194.00 GIS TECHNICIAN I $110.00 ACCOUNTING II $144.00 ENVIRONMENTAL CONSULTANT II $150.00 ACCOUNTING I $130.00 ENVIRONMENTAL CONSULTANT I $138.00 Services provided under this Agreement will be billed according to the rates in effect at the time services are rendered. GEWALT HAMILTON ASSOCIATES, INC.-625 FOREST EDGE DRIVE-VERNON HILLS,IL 60061 847.478.9700 GHA-Engineers.com Attachment D - Location Map I /, POP RE-STRIPING LIMIT 5 / D PAVEMENT CHANGE,RESURFACING LIMIT / \ /c1 CPROP 5'SIDEWALK PROP PAVEMENT WIDENING n AND RIGHT TURN LANE /; •• I. / AREA OfREDEVELOPMfNT / ..' I l� J 1 ) ..• EX DRAINAGE STRVAC- (PROPCLOSED LID) �\i ���-- I I ry I I, PROPTRAFFIC SIGNAL HEAD PROPS'SI�EWALK M iT PROP TRAFFIC SIGNAL POSTS - THROUGH IX GAP (RELOCATIONS)&APS '` -.i ri/ , /J — ——i--' 7 s IMPROVEMENTS • _ �R ,.,' ) f a PROP HIGH-VISIBILITY CROSSWALK STRIPING i!`.C-------- tPARTAN DR —v ' ��' %p� i O�5 • D( ORW ------ I.- _ RESURFACING AREA(TYP.) ~ r / .- $ _ �, EX DRAINAGESTRUCTURES. ` - �►�'�/ RQP APS IMPROVEMENTS(TYP) (RETROFIT TO CLOSED LIDS) �,. MODERNIZE EX SIGNAL POST,ADD P -- , PROP HIGH-VISIBILITY PUSH BUTTON AND SIGNAL HEAD 8 I l.l ! ' ' CROSSWALK STRIPING A / PROP TRAFFIC SIGNAL H D MODERNIZE EX SIGNAL POST,ADD PED i PUSH BUTTON AND SIGNAL HEAD - PROP ADA IMPROVEMENTS(TYP) - I PROP SIDEWALK TUB (FUTURE CONNE ION) + I NDARY 1 CONCEPT GEOMETRY EX PAVEMENT CHANGE.RESURFACI G LIMIT T ,• . - 1 I I R (NOT FOR CONSTRUCTION) IX STRUCTURE(NO IMPA ) n o I o 1 z -', . 1v... I f 1111111101*-Co R ,.. -