Loading...
15-56 Resolution No. 15-56 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WILLS, BURKE, KELSEY AND ASSOCIATES FOR DESIGN, ADMINISTRATION AND PLANNING ENGINEERING SERVICES IN CONNECTION WITH THE OAKWOOD PARK SUBDIVISION IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Sean R. Stegall, 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 Wills, Burke, Kelsey and Associates for design, administration and planning engineering services in connection with the Oakwood Park Subdivision Improvement Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 22, 2015 Adopted: Apri12, 2015 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 22 day of April ,2015 ,by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY") and Wills,Burke Kelsey Associates (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with Oakwood Park Subdivision Improvement Project(hereinafter referred to as the PROJECT); and WHEREAS, the ENGINEER represents that he 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 Works of the CITY, herein after referred to as the "DIRECTOR". B. An outline of the services to be provided by the Engineer include. • Topographic and Utility Survey • Survey to establish ROW • Existing Conditions Drawing/ Data • Utility Investigation—Televising sanitary sewer • Structural Inspection of Bode Road Culvert( Lords Park Lagoon • Geotechnical Investigation • Development of Roadway Cross Sectional Elements • Storm Sewer/Drainage Improvements • Water Main Replacement • Sanitary Sewer Rehabilitation(Point Repairs, Lining, Manholes, etc.) • Lords Park Parking Access Evaluation • Development of a Phase 1 —Ultimate Improvement Report and Cost Estimate • Development of Water Main Improvements Plans, Specifications and Estimate for 2015 /2016 Construction including Bid Assistance • Development of Interim Improvements Plans, Specifications and Estimate for 2015 /2016 Construction including Bid Assistance • Development of Ultimate Improvements Plans, Specifications and Estimate for future Construction C. A detailed Scope of Services is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. B. A detailed project schedule for the Project is included as Attachment B, attached hereto. 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 PRODUCTS 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 standard hourly rate of personnel employed on this PROJECT in accordance with Attachment C, with the total fee not to exceed $294,000.00 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. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee not to exceed$29,000.00 with no markup. C. For reimbursable expenses.the CITY shall pay the ENGINEER the invoiced amount not to exceed $3.000.00. - 2 - 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. April 1,2015—(10%) July 1, 2015—(50%) October 1,2015—(75%) January 1, 2016—(90%) April 1,2016—(100%) 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 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 Paragraph 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 Article 5,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 - 3 - 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 Paragraph 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 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 paragraph 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 paragraph 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. -4 - 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,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. 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 - 5 - In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex,age,race, color,creed,national origin,marital status,of the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. 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 sex, race,color,creed,national origin,age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision 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. 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 agreed that, if any paragraph, sub-paragraph, 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 -6 - The headings of the several paragraphs 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 constitutes 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 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; - 7 - 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. 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 City's Assistant City Manager 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: Joseph Evers City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 - 8 - B. As to ENGINEER: Greg Chismark Municipal Practice Principal 116 W Main Street, Suite 201 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 legal residents of 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. 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 CITY: FOR THE ENG ► ER: By �I By: City Manager Name 'Tint: Title: 10 Age eAl r Att rt: City Clerk F:\Legal Dept\Agreement\ENGINEERING AGREEMENT-FORM-OI-23-I2.doc -9- ATTACHMENT A SCOPE OF SERVICES Attachment A DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES 1. OVERALL I. General: The Desgin Engineer will serve as the City of Elgin's representative for the entire design and administration of the planning for the project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Design Engineer shall include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the bidding and planning documents in accordance with the City's objectives of cost, time and quality. The Design Engineer will work closely with and report to the City Engineer or his designee. It shall be understood that the Design Engineer will act as the City Engineer on this project and shall coordinate with other City entities such as the Legal Department, City Clerk, Purchasing Director,Water Director, Sewer Director and Street Director. The Design Engineer shall be responsible for acting as the City Engineer on this project in regards to Federal, State and County issues as well. 2. Law: The Design Engineer is expected to understand all State, County and City Laws governing the implementation of his bidding and planning documents. 2. DESIGN Preliminary Design: a. Project Location: Exhibit l establishes the streets and/or areas to be includes in the Design Engineer's bidding and planning documents. b. Project Kickoff: Establish lines of communication. Present a work plan for the project including schedule milestones, design criteria(utilize existing standard City contract as a base model), list of information needed to begin design. Acquire existing information including previous reports plans of recent development and relevant site information Collect water, sanitary and storm atlases Interview and document same, the Sewer, Water and Street departments for their knowledge of issues within the project location. Collect and analyze public utility records and notify utility of pending project. Attachment A c. Inspection of project Location: The Design Engineer shall provide site inspection of the entire area as well as immediately adjacent area. The following shall be included; Televising of all sanitary and storm sewers Physical inspection of all manholes, valve vaults,catchbasins, inlets, electrical vaults. Video recording of existing improvements within and adjacent to the project location. Also, private property as it abuts the project. Complete geotechnical investigations where deem necessary by the Design Engineer. Signage inventory. Pavement marking inventory. Trees inventory. Lighting inventory. Video Inspection of entire project. d. Scope of Work Refinement: Based upon the collection of the above information, the Design Engineer shall refine the scope of work, including an estimate of cost, and obtain approval from the City. The Design Engineer shall include alternatives sufficient to insure the base bid will be below the total budget(when considering testing, publications, inspections and other typical costs found in construction projects). e. Construction Documents: Design Engineer will complete plan sheets as necessary,construction estimates, construction specifications,bid and contract documents utilizing a City format. Any alterations or additions to the City format shall be highlighted and fully explained to the City Engineer or his representative. Plan sheets shall be provided for all underground work including water main, storm sewer and sanitary improvements. e. Scheduling: For this agreement,the Design Engineer shall develop a schedule for all steps from execution of this agreement to contract award. The schedule shall be updated at a miniumum of every two weeks and submitted to the City Engineer or his designee. f. Surveying: The Design Engineer shall provide a topographic survey of the portions of the project that require water, storm and/or sanitary sewer construction or replacement. The survey shall also pick up existing underground improvements that the City is not improving if the City does not have as constructed drawing for same. Base plan sheets will be developed from this survey at a scale of I"=50'. g. Construction Estimate: The Design Engineer shall prepare several estimates related to the work the City Attachment A desires to have completed under this project. Separate estimates are required for each of the utilities and separate locations should the project include multiple locations. In addition, the Design Engineer shall set the project estimates up to allow for alternates to insure a project may be bid and awarded as close to the budget as possible. h. Agency coordination: At a minimum,the Design Engineer shall schedule meetings with the City and any other interested agency, at about the midway point in their plan and specification development to insure they are meeting the expectations of the City. A second meeting shall be held with the City at approximately 95%completion to finalize the bid, specifications and planning documents. The Design Engineer shall prepare any and all necessary permits and documents required by the Illinois Environmental Protection Agency, Illinois Department of Transportation, or any other governmental agency that has a regulatory interest in the project. The Design Engineer shall coordinate with all public utility companies including verification of the soundness of their structures and any potential relocations/delays. Open House: The Design Engineer shall locate, schedule and hold an open house for the properties abuting the project location. The Design Engineer shall hand deliver or U.S. Mail to each abutting property a notice of this open house a minimum of seven calendar days in advance. 3. BIDDING 1. Prepare bid forms, notices and addendum as necessary for bidders. 2. Coordinate with the local newspaper to insure the notice is published 10 days in advance of the bid opening. 3. Provide(25)sets of drawings and specifications to be issued by the City to prospective bidders. 4. Attend pre-bid meeting with prospective bidders to provide clarification for issues and concerns from bidders. The Engineer will also distribute minutes from pre- bid meeting to the City and all meeting attendees with written answers to concerns/questions from the meeting. 5. The selected Engineer will receive bidder questions and requests for clarification. Based on these questions and requests, the selected Engineer will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for distribution to the bidders. 6. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are Attachment A qualified to perform the work. Following this review, a recommendation will be presented to the City for award of the construction contracts. 7. Prepare tabulation of bids for distribution to City agencies and interested bidders. 8. Assist the City in the preparation of six(6) copies of final contracts for execution by the successful bidder and the City. 4. ADDITIONAL SCOPE Additional scope is described on the attached Exhibits 1 & 2. OAKWOOD PARK SUBDIVISION ENGINEERING FOR RESURFACING AND FOR RECONSTRUCTION January 2015 EXHIBIT 1 \----- 0 _ ___2/17; 4 A , .__ ___ ..,„ ______\.„ U U , ----7 0' 004 .._ Village C OD. _ iir 1 bury U $ode Rd le, ce Terrace Ave 1 Ct BtI1C! r I . 04108t , Ln Attachment A -Exhibit 1 OAKWOOD PARK NEIGHBORHOOD STREET REHABILITATION: This project is in a neighborhood originally platted in the late 1800's. The roadways consist of a rural section with no sidewalk except for a limited section along Bode Road, and generally poor drainage conditions. The roadways are in very poor condition and range from very steep to very flat in grade. Many mature trees exist within the subdivision, some near the roadway. The subdivision is served with City sanitary sewer and water main The City anticipates reconstruction of infrastructure (roadways. water main. drainage / storm sewer and sanitary sewer) and rehabilitation of the street and drainage which could be funded in part with an SSA. This is considered the Ultimate Improvement Plan. However. due to the time necessary to establish an SSA and based on the condition of roadways, an Interim Improvement approach and plan is desired. Funds have been budgeted for improvements in 2015. The project limits are shown on the attached Location Map - Exhibit 2 and includes four segments: 1. Bode Road from East Chicago Street to Teft Ave. 2. Teft Ave. from Bode Road to Oakwood Blvd. 3. Oakwood Blvd. from Bode Road to Teft Ave. 4 Forest Ave. from Oakwood Blvd. to Teft Ave. The City of Elgin will use 100% local funding for the project. The City anticipates a design phase Notice to Proceed in January 2015 with interim improvement plan submittals ready for bidding in late summer of 2015. Construction timing of water main improvements remains uncertain at this time. SCOPE OF SERVICES WBK has identified the following elements as the essential components of the scope based on discussions with City staff: • Topographic and Utility Survey • Survey to establish ROW • Existing Conditions Drawing / Data • Utility Investigation —Televising sanitary sewer • Structural Inspection of Bode Road Culvert @ Lords Park Lagoon • Geotechnical Investigation • Development of Roadway Cross Sectional Elements • Storm Sewer/Drainage Improvements • Water Main Replacement • Sanitary Sewer Rehabilitation (Point Repairs, Lining, Manholes, etc.) • Lords Park Parking Access Evaluation • Development of a Phase 1 — Ultimate Improvement Report and Cost Estimate • Development of Water Main Improvements Plans, Specifications and Estimate for 2015/ 2016 Construction including Bid Assistance • Development of Interim Improvements Plans, Specifications and Estimate for 2015 / 2016 Construction including Bid Assistance • Development of Ultimate Improvements Plans, Specifications and Estimate for future Construction • Construction Management (not included in this contract) Attachment A -Exhibit 1 Each of these elements is described in more detail in the following paragraphs. Topographic, Utility and Right-of-Way Survey We will utilize a one man survey crew with GPS and Robotic survey equipment to collect all physical features within the survey limits of each street and create an as-built survey of the subdivision. The survey limits will extend twenty five (25) feet past the existing right-of-way each street. The park entrance adjacent to Oakwood Boulevard will be included in the topographic survey. The topographic survey will also include all JULIE marked utilities. trees over six (6) inches in diameter, light poles. power poles, vaults. inlets, manhole covers, fire hydrants, utility structures, pavements, sidewalks, steps / stairs. driveways, culverts, etc. and elevations necessary for the existing condition drawing. The JULIE request will be coordinated with the geotechnical exploration and right-of-way survey. All structures that are accessible will be documented for material type, condition, size, and pipe material, size and the invert/depth. City utility atlases will be obtained to identify sewers, water main and services. We will also request assistance from the City Water Department to locate all water services and service valves. Utility marking will be recorded as part of the topo survey. All elevations will be on NAVD 88 datum. The horizontal datum used will be Illinois State Plane (East Zone). Property corners will be collected along both sides of the right-of-way. An Illinois Professional Land surveyor will analyze the found monuments to determine the true right-of-way of each street. From the survey data, an existing conditions drawing will be produced with right- of-way lines, one foot contours and spot elevations showing the drainage of the site. The existing conditions drawing will be used during the engineering phase of the project. Prior to any survey activities WBK will post notification at each property owner advising them of our specific survey activities. This notice will also act as a questionnaire relative to drainage issues, sump pump discharge and water supply or wastewater collection concerns. Topographic survey outside the right-of-way to facilitate lot owner concerns is difficult to anticipate and is not included in the scope of this work. Additional topographic survey can be performed as a supplemental service to the contract. Storm and Sanitary Sewer Televising Through a specialized sub-contractor (Visu-Sewer) all sanitary sewers will be televised to establish existing conditions and to determine if rehabilitation or replacement is necessary. All sewers will be jetted and cleaned prior to televising. The condition will be documented in a Job Summary / Condition Report including recommendation for repair or replacement. All sanitary sewer service locations at the City main will be identified and documented. Based on City atlases it is estimated that there is 4,800 feet of 8 inch diameter sanitary sewer and 2030 feet of 21 inch diameter sanitary sewer. It is assumed there is limited storm sewer within the project area. If storm sewer is found, it can be televised as a supplemental service to the contract. Geotechnical Investigation Through a specialized sub-contractor (Rubino) soil borings will be performed to provide a record of pavement thickness and types as well as the stability of subgrade soils. The borings will also determine the presence of groundwater and suitability of trench installation of storm sewer and water main. It is estimated that borings 8 feet deep will be taken approximately every 500 feet throughout the subdivision and one boring 15 feet deep will be drilled on each street segment. The findings will be presented in a geotechnical report will be provided including recommendations for roadway reconstruction. Attachment A -Exhibit 1 CCDD testing of soils is included in the scope of final construction documents. We believe it is best to defer testing until development of final construction documents to accommodate the validity of testing (i.e. expiration) and provide for potential changes in the regulation. Bode Road Culvert Inspection The Bode Road culvert is an old brick culvert with an approximate diameter of five feet and 90 to 100 feet in length. The culvert will be field inspected for end section / headwall condition and erosion adjacent to the culvert. To the extent we can visually see the culvert we will inspect and provide a condition report. The portions of the culvert not visible will be televised. The condition will be documented in a Job Summary / Condition Report including recommendation for repair or replacement. Permits necessary for rehabilitation of the culvert will be identified. Cross Sectional Elements and Utility Replacement/Rehabilitation Except for Bode Road, existing roadways have a rural section without curb and gutter and have very poor surface condition. Bode Road has curb and gutter from East Chicago to Willow and then only curb and gutter on the south edge along with a narrow carriage walk. It is assumed the rural roadway sections will be reconstructed with an urban section. The City in interested in development of a typical pavement cross section consistent with current construction standards including curb and gutter and an asphalt base course pavement section. A limited amount of sidewalk exists within the subdivision. Many mature trees exist in or near the ROW along with overhead utilities (phone and electric). Sidewalk is desired on both sides of the street if possible. Roadway reconstruction will include driveway apron replacement. Roadway lighting is not included in the scope of this project. Lord's Park Access Evaluation Oakwood Boulevard contains a landscaped median with trees and two way traffic on both sides of the median. The westerly pavement of Oakwood Blvd. serves as the access drive for Lords Park pavilion and parking area. We will investigate abandonment / removal of a portion of the westerly pavement as part of this task and alternatives for access to Lords Park. Storm Sewer Replacement It is anticipated a storm sewer system will be necessary to accommodate drainage of the reconstructed streets. The storm sewer will outlet into Lord's Park. At this time, stormwater detention is not anticipated as a result of limited increase in pervious surface for roadway reconstruction. A preliminary design will identify inlet location and storm sewer sizing for purposes of estimating SSA expenditures. Water Main Replacement It is anticipated that water main will be replaced as part of the project and plans shall be developed as a separate set of construction documents from either the Interim Improvement Plans or the Ultimate Improvement plans. Communication and coordination with the Water Department will occur independent of Engineering Department. The extent and scope of main replacement will be determined by the Water Department and construction staging and scheduling determined by WBK to best fit with roadway and drainage improvements. Consensus will be sought on the staging and schedule from both the Engineering and Water Departments. Sanitary Sewer Rehabilitation Sanitary Sewer replacement / rehabilitation scope will be determined by WBK as a result of the TV Inspection. Limited replacement and point repairs will occur with the Ultimate Roadway Attachment A -Exhibit 1 Improvements or with the water main improvements depending on the scope of utility replacement. Ultimate Improvement— Phase 1 Report and Estimate of Cost WBK will prepare a Phase 1 report for the Ultimate reconstruction of the roadways and utilities in conformance with the prior noted tasks. The intent of the report is to document the selected design elements, establish rational project staging and schedule and provide an estimate of cost that can be utilized by the City. if and when, the City proposes the establishment of an SSA. The Phase 1 report also provides a basis for selection and will identify a recommended approach for an Interim Improvements that can mitigate poor pavement conditions and be constructed in 2015 / 2016. The Phase 1 report will include preliminary engineering plans including • Water Main Replacement Plan • Storm Sewer/ Drainage Plan • Sanitary Sewer Rehabilitation Plan • Roadway Cross sections • Sidewalk Plan / Lord's Park Access Plan • Staging Plan Preliminary quantities and an estimate of cost will be developed for planning purposes. Roadway lighting is not included in the scope of this project. CCDD sampling and preparation of LPC 662 or LPC 663 forms, as determined by the testing, will be included in this phase/task. It is noted that establishment of an SSA may require refinement of project scope and refinement of costs estimates. Those revisions are difficult to anticipate and are not included in the scope of this contract but can be provided as a supplemental service. Water Main Improvement Plans, Specifications and Estimate— 2015/2016 Construction WBK will prepare final construction documents plans for water main replacement within the Oakwood Park subdivision based on prior tasks and findings. We will coordinate with the Water Department on funding and schedule and final revisions to the scope. Final documents include engineering plans. specifications, estimate of cost and permitting. The final plan set is anticipated to include the following plan sheets: • Cover Sheet • General Notes • Quantities and typical sections/ restoration • Overall layout, alignment ties & benchmark • Plan and profile sheets (11 sheets) • SESC Plan (4 sheets) • SESC Details (2 sheets) • Staging MOT (4 sheets) • Details (4 sheets) Specifications will be developed based on City of Elgin format special provisions. City specific requirements will be incorporated as directed. Front end bid documents will be provided by the City and incorporated into overall project documents suitable for bidding. Pay items and quantities will be developed and provided as part of the project documents CCDD sampling Attachment A -Exhibit 1 and preparation of LPC 662 or LPC 663 forms, as determined by the testing, will be included in this phase/task. Permits related to the project will be prepared and submitted on behalf of the City. These include IEPA Public Water Supply, and NPDES Construction Activity permits. No other permits are anticipated as part of the project scope. We will assist with management of the bid process working in conjunction with the City's Purchasing Department. This includes providing sets of drawings and specifications to be issued by the City to prospective bidders. As needed, scheduling, hosting and running a pre-bid meeting with prospective bidders to provide clarification of issues and concerns. Minutes from the pre-bid meeting will become an addendum to the bid documents. We will receive bidder questions and requests for clarification and will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for official distribution to the bidders. We will assist the City at the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. We will prepare a tabulation of bids for distribution to City agencies and interested bidders. Following a review of all documents we will make a recommendation to the City for award of the construction contract. Finally we will assist the City in the preparation of final contracts for execution by the successful bidder and the City. Interim Improvements Plans, Specifications and Estimate-2015/2016 Construction WBK will prepare final construction documents plans for Interim pavement rehabilitation improvements within the Oakwood Park subdivision based on the Phase 1 Report, water main improvement needs and prior tasks and findings. We will coordinate with the Engineering Department on funding and schedule and final revisions to the scope of pavement rehabilitation. Final documents include engineering plans, specifications and estimate of cost. It is noted that the Interim Improvements may or may not include sanitary point repairs and may or may not include rehabilitation of the Bode Road culvert. Replacement of the Bode Road culvert is NOT included in the scope of this agreement and is a supplemental service if replacement is determined to be the best approach for the City. Curb and gutter, sidewalk and storm sewer/ drainage improvements are NOT included in the scope of this task and is a supplemental service. The final plan set is anticipated to include the following plan sheets: • Cover Sheet • General Notes • Quantities and typical sections/restoration • Overall layout, alignment ties & benchmark • Plan and profile sheets(4 sheets) • SESC Plan • SESC Details(2 sheets) • Staging MOT (2 sheets) • Details (2 sheets) Specifications will be developed based on IDOT format special provisions. City specific requirements will be incorporated as directed. Front end bid documents will be provided by the City and incorporated into overall project documents suitable for bidding. Pay items and quantities will be developed and provided as part of the project documents. CCDD sampling and Attachment A -Exhibit 1 preparation of LPC 662 or LPC 663 forms, as determined by the testing, will be included in this phase/task. Permits related to the project will be prepared and submitted on behalf of the City. These include City Stormwater Permit, and NPDES Construction Activity permits. No other permits are anticipated as part of the project scope. We will assist with management of the bid process working in conjunction with the City's Purchasing Department. This includes providing sets of drawings and specifications to be issued by the City to prospective bidders. As needed, scheduling, hosting and running a pre-bid meeting with prospective bidders to provide clarification of issues and concerns. Minutes from the pre-bid meeting will become an addendum to the bid documents. We will receive bidder questions and requests for clarification and will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for official distribution to the bidders. We will assist the City at the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. We will prepare a tabulation of bids for distribution to City agencies and interested bidders. Following a review of all documents we will make a recommendation to the City for award of the construction contract. Finally we will assist the City in the preparation of final contracts for execution by the successful bidder and the City. Ultimate Improvements Plans, Specifications and Estimate - Future Construction WBK will prepare final construction documents plans for ultimate pavement reconstruction and drainage improvements within the Oakwood Park subdivision based on the Phase 1 Report, water main improvement needs and prior tasks and findings. We will coordinate with the Engineering Department on funding and schedule and final revisions to the scope of pavement reconstruction and drainage improvements. Final documents include engineering plans, specifications and estimate of cost. It is noted that the Ultimate Improvements may or may not include sanitary point repairs and may or may not include rehabilitation of the Bode Road culvert. Replacement of the Bode Road culvert is NOT included in the scope of this agreement and is a supplemental service if replacement is determined to be the best approach for the City. Curb and gutter, sidewalk and storm sewer / drainage improvements are included in the scope of this task. The final plan set is anticipated to include the following plan sheets: • Cover Sheet • General Notes • Quantities and typical sections/restoration • Overall layout, alignment ties & benchmark • Plan and profile sheets (11 sheets) • SESC Plan (4 sheets) • SESC Details (2 sheets) • Staging MOT (4 sheets) • Details (4 sheets) Specifications will be developed based on City of Elgin format special provisions. City specific requirements will be incorporated as directed. Front end bid documents will be provided by the City and incorporated into overall project documents suitable for bidding. Pay items and quantities will be developed and provided as part of the project documents. CCDD sampling and Attachment A -Exhibit 1 preparation of LPC 662 or LPC 663 forms, as determined by the testing, will be included in this phase/task. Permits related to the project will be prepared and submitted on behalf of the City. These include City Stormwater Permit, and NPDES Construction Activity permits. No other permits are anticipated as part of the project scope. We will assist with management of the bid process working in conjunction with the City's Purchasing Department. This includes providing sets of drawings and specifications to be issued by the City to prospective bidders. As needed, scheduling, hosting and running a pre-bid meeting with prospective bidders to provide clarification of issues and concerns. Minutes from the pre-bid meeting will become an addendum to the bid documents. We will receive bidder questions and requests for clarification and will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City for official distribution to the bidders. We will assist the City at the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. We will prepare a tabulation of bids for distribution to City agencies and interested bidders. Following a review of all documents we will make a recommendation to the City for award of the construction contract. Finally we will assist the City in the preparation of final contracts for execution by the successful bidder and the City. • ,1 It _ Attachment A - �r • 'i _ Exhibit 2 Oakwood Park li_ f. T I .• Location Map $ Aaaz ,..At / . I et. f , _ - 1 _ '',KL' Joss 1 L- -Fat se---- — ,r, _ - —_ .. — i-i �_ tit y • _ .1i 1 -_LAI*9 _- _LILLIE i - a • 1 ., ( '� i o apt' tt • �! ( 1 - ;r- T ; - r 4� 1 i . _ _ . _ 1 ` i — �L - - Linden Are•• �__.--__ —�_... Z. . -_ J .� - • _ — WJ �_ . - _ — 64Ke�usc 1 1 / ;k.N_ . . - I -T-- ; I -- - La Joel SI— -A LIME!. — ATTACHMENT B PROJECT SCHEDULE Elgin Oakwood Subdivision • - Taskt-Kickoff&Data Collection 03/02/15 03/30/15 - Taskt-Kickoff&Data Collection Site Viae Photo Log 03.102/15 03/13/15 a Visa Photo Log Wiley Coord 03/16/15 03/27/15 .LUity Coom Kickoff Meeting 03/30/15 03/30/15 Kickoff Meeting - Task 2-Tope&Utility Survey 03/31115 05/08/15 Task 2-Tope&Utility SUrvy Field Work 8 ROW Research 03/31/15 04/24/15 ,field Work&ROW Research Resident Deestioname 0420/15 04/24115 2es/ent Quessonavre Download and plot base sheet 04/27/15 05/08/15 download one blot base sheet - Task 3-Storm 8 Sanitary Television 03/31/15 04/17/15 T Task il-Stone 8 Sanitary Television Field Work 03/31/15 04/10/15 tela W Report 04/13/15 04/17/15 I - Task 4-Geotechnical Investigation 03/31/15 0424/15T 4-Geotechnical Investigation Fie0 Won 03/31/15 04/10/15 - _rid Wert Report 04/13/15 04/24/15 - Teak S-Bode Road Culvert Inspection 03/31/15 04/24/15 7 5-Bode Road Culvert Inspection Flea Work 03131/15 04/10/15 . _Tale W• Repoli 04/13/15 0424/15 .. - Task 6-Cross Secttona/Analysis 05/11/15 05/22/15 '.Task 6-Cross Sectional Analysts Evaluation 05/11/15 05/15/15 valuation Present to City 05/18/15 0522/15 Id City - Task 7•Lord's Park Access 05/11/15 05/22/15 T 7-Lord's Park Access Evaluator. 05/11/15 05/15/15 anon Present to City 05/18/15 0522115 110 CO • - Task 8-Storm Sewer Design 05/11/15 0529/15 task 8-Storm Sewer Design Evaluation 05/11/15 05/22/15 ivanon Present to Cay 05/25/15 0529/15 resent to C/c - Task 9-Water Main Design 05/11/15 05/29/15 , ask 9-Water Main Design Evaivaticr 05/11/15 0522/15 iiiraivation Present to City 0525115 0529115 I esenl to City - Task 10-Sanitary Sewer Design 05/11/15 05/22/15 T 10:Sanitary Sewer Des Evaluakcr 05/11/15 05/15/15 - 11 Design Present to Cay 05/18/15 05/22/15 i to City - Task 11-Phase 1 Report 06/01/15 06/19/15Task 11-Phase I Report Exhibits ls 06/01/15 06/12/15 Eelibas Narrative 06/01/15 06/12/15 ce Costs 06/15/15 06/19/15 - Task 12-Water Main Improvement Plans 0622/15 09/11/15 Task 12-Water Main!repro Construction Plans 0622/15 07/31/15 { r,Conseuction Plans Specifications 07/20/15 07/31/15 Specrfkakoos I Quantities 0603/15 08/14/15 _.?uanoties Cost Estimate 08/17/15 0821/15 Cost Estimate Renand Revise 08/24115 09/04/15 1 viReview and Revise Bid 09/07/15 09/11/15 i ea - Task 13-Interim Improvement Plans 06/22115 08/29/15 Task 13-interen improvement Construction Pians 06/22/15 07/17/15 �onstutan Plans • Specifications 07/06/15 07/17/15 �S �.a pectans Ouanuhes 0720/15 07/31/15 1,Quentikes Cost Estimate 08/03/15 08/07/15 lost Estimate. Review and Reese 08/10/15 08/21/15 .(0eview and Revise 82 08/24/15 08/2615 /Bid - Task 14-Ultimate Improvement Plans 06/22/15 12/04/15 Task Construction Plans 05/22/15 1023/15 Construction Pia Speciftcakans 10/12/15 10/23/15 iSpec/eecaurns Quantities 10/2615 11/06/15 _Duant•.nes Cost Estimate 11/09/15 11/13/15 .dost Est. Review and Revrse 11/16/15 11/27/15 Rewev. Bid 11/30/15 12/04/15 /88 Exported or January 4.2015 838.48 AM CST Page 1 of 1 ATTACHMENT C HOURLY RATE SCHEDULE - 12 - Exhibit C WILLS BURKE KELSEY ASSOCIATES, LTD. 2015 Standard Charges for Professional Services Classification Hourly Rate Principal $ 210 Engineer VI $ 203 Engineer V $ 175 Engineer IV $ 140 Engineer III $ 112 Engineer II $ 94 Engineer I $ 84 Engineering Technician IV $ 138 Engineering Technician III $ 116 Engineering Technician II $ 97 Engineering Technician I $ 81 Senior Structural Engineer $ 162 Senior Soil/Environmental Scientist V $ 162 Soil/Environmental Scientist $ 110 Environmental Resource Specialist IV $ 118 Environmental Resource Specialist III $ 90 Environmental Resource Specialist II $ 81 Environmental Resource Specialist I $ 75 Urban Planner VI $ 175 Urban Planner V $ 144 Urban Planner IV $ 120 Urban Planner III $ 94 Urban Planner II $ 80 Landscape Architect $ 90 Professional Land Surveyor $ 130 GIS Analyst $ 95 Engineering Intern $ 45 Administrative $ 77 Office Professional $ 62 Direct Costs: Copies& Prints, Messenger& Delivery Services, Mileage, etc. Cost+10% Charges include overhead and profit. Wills Burke Kelsey Associates, Ltd. reserves the right to increase rates and costs by 5%annually. Exhibit A-PHASE I ENGINEERING Oakwood Park Neighborhood Street Rehabilitation City of Elgin Date: 12/24/2014 Cost Estimate of Consultant's Services in Dollars In-House Element of Work Employee Classification Man- Hourly (MH)x Services by Direct Total Hours Rate Hourly Rate Others Costs , (IHDC) 1 Upfront Project/Utility Coordination&Data Collection $ - $ 37.95 $37.95 Engineer V 8.0 $180.25, $1,442.00 $1,442.00 Engineer IV 16.0 $144.20 $2,307.20 $2,307.20 Engineer II _ 22.0 $96.82 $2,130.04 $2,130.04 2 Topographic,Utility and Right-of-Way Survey $ - $1,572.50 $1,572.50 Engineer IV 4.0 $144.20 $576.80 $576.80 Engineer II 12.0 $96.82 $1,161.84 $1,161.84 Engineering Technician II 84.0 $99.91 $8,392.44 $8,392.44 Professional Land Surveyor 12.0 $133.90 $1,606.80 $1,606.80 GIS Analyst 16.0 $97.85 $1,565.60 $1,565.60 3 Storm Sewer&Sanitary Televising $ 15,000.00 $0.00 $15,000.00 Engineer IV 2.0 $144.20 $288.40 $288.40 Engineer II 2.0 $96.82 $193.64 $193.64 4 Geotechnical Investigation $ 9,995.00 $ - $9,995.00 Engineer IV 2.0 $144.20 $288.40 $288.40 Engineer II 2.0 $96.82_ $193.64 $193.64 5 Bode Road Culvert Inspection $ 2,000.00 $25.30 $2,025.30 Engineer I 16.0 $86.52 $1,384.32 $1,384.32 Senior Structural Engineer 16.0 $166.86 $2,669.76 $2,669.76 6 Cross Sectional Analysis&Utility Replacement/Rehabilitation $ - $0.00 $0.00 Engineer V 8.0 $180.25 $1,442.00 $1,442.00 Engineer IV 24.0 $144.20 $3,460.80 $3,460.80 Engineer II 24.0 $96.82 $2,323.68 $2,323.68 7 Lord's Park Access Evaluation $ - $ 12.65 $12.65 Engineer V 4.0 $180.25 $721.00 $721.00 Engineer IV 16.0 $144.20 $2,307.20 $2,307.20 Engineer II 16.0 $96.82 $1,549.12 $1,549.12 8 Storm Sewer Replacement $ - $ 12.65 $12.65 Engineer IV 40.0 $144.20 $5,768.00 $5,768.00 Engineer I 72.0 $86.52 $6,229.44 $6,229.44 Env.Res Spec III 24.0 $92.70 $2,224.80 $2,224.80 GIS Analyst 16.0 $97.85 $1,565.60 $1,565.60 9 Watermain Replacement $ - $ 12.65_ $12.65 EXHIBIT A Printed on 1/3/201512:43 PM Page 1 of 2 Exh A-Hourly Rate Exhibit A- PHASE I ENGINEERING Oakwood Park Neighborhood Street Rehabilitation City of Elgin Date: 12/24/2014 Cost Estimate of Consultant's Services in Dollars In-House Element of Work Employee Classification Man- Hourly (MH)x Services by Direct Total Hours Rate Hourly Rate Others Costs (IHDC) Engineer V 4.0 $180.25 $721.00 $721.00 Engineer IV 38.0 $144.20 $5,191.20 $5,191.20 Engineer II 24.0 $96.82 $2,323.68 _ $2,323.68 GIS Analyst 8.0 $97.85 $782.80 $782.80 10 Sanitary Sewer Replacement $ - $ 12.65 $12.65 Engineer IV 8.0 $144.20 $1,153.60 $1,153.60 Engineer II 28.0 $96.82 $2,710.96 $2,710.96 GIS Analyst 8.0 $97.85_ $782.80 $782.80 11 Ultimate Improvement-Phase I Report&Estimate of Cost $ - $ 464.90 $464.90 Engineer V 8.0 $180.25 $1,442.00 $1,442.00 Engineer IV 72.0 $144.20 $10,382.40 $10,382.40 Engineer II 96.0 $96.82 $9,294.72 _ $9,294.72 GIS Analyst 36.0 $97.85 $3,522.60 $3,522.60 12 Water Main Improvement Plans,Specs&Estimate $ - $ 312.40 $312.40 Engineer V 16.0 $180.25 $2,884.00 $2,884.00 Engineer IV 192.0 $144.20 $27,686.40 $27,686.40 Engineer II 162.0 $96.82 $15,684.84 $15,684.84 GIS Analyst 162.0 $97.85 $15,851.70 $15,851.70 13 Interim Improvement Plans,Specs&Estimate $ - $ 161.15 $161.15 Engineer V 6.0 $180.25 $1,081.50 $1,081.50, Engineer IV 98.0 $144.20 $14,131.60 $14,131.60 Engineer II 88.0 $96.82 $8,520.16 $8,520.16 GIS Analyst 78.0 $97.85 $7,632.30 $7,632.30 14 Ultimate Improvement Plans, Specs&Estimate $ - $ 312.40 $312.40 Engineer V 20.0 $180.25 $3,605.00 $3,605.00 Engineer IV 254.0 $144.20 $36,626.80 $36,626.80 Engineer II 232.0 $96.82 $22,462.24 $22,462.24 GIS Analyst 206.0 $97.85 $20,157.10 $20,157.10 15 Project Administration and Management $ - $ 25.30 $25.30 Engineer V 120.0 $180.25 $21,630.00 $21,630.00 Engineer IV 40.0 $144.20 $5,768.00 $5,768.00 Totals 2460.0 $ 293,821.92 $ 26,995.00 $ 2,962.50 $ 323,779.42 EXHIBIT A Printed on 1/3/201512:43 PM Page 2 of 2 Exh A-Hourly Rate Attachment A Location Map, Aerial And Plat For Oakwood Park Subdivision Improvement Project LOCATION MAP 11 Oakwood Park Subdivision Improvement Project ___Jt_______2Aci A .,;,, ,0 -, ____ 0 _ _ U U 0 Village_ O11° oo n flD 1 Al ,l,„,..0_ bi._:_u_y . ..P.F.,--. ----1" \ r---b P...c) ' Bode Rd 06c' "'`ce Terrace Ave Ct Bruce _ g C 'lea �o St Mackey Ln • ___,..,:_. .,!. kt i .; ....- ,,,,,,1AT,.,7..,•=4,,.,.:-47:4::''.. 1.111,7i'..4**.,..;:.:47_ ....,.."' .;::: •::•*'-'').1.,`; (1,,„'„,.... 't.4'...;'i. .-„, ••',4,-',:it''',;,:-',..7. 1.* '...."‘ Nk‘. . * .,••:, .• • .• •,,, . 1.„.r.,,,,,:i. t.---,.•,,r,7,771",..,.;1—'7 1 ;`,... , . ' , :••'.' 'i, f.‘,!..411.-;:-. 419,01 ,,,,i, •-•-,_ q.t, - ... ,,... - k...- -1)•-•,'".., ,'.. b't)„. . iIjj -1 Y 4� /�'r. -1., f� t-2:4, •4,..?1,' t -�� :f .' �. 1,,".,7,1 t i. • Mr` - Yt 1� y^t+` s `' i ...• a•..,77...s...,"'!.c.,. it „y: i 1), 4 �4 , • � -kr _ iii if. +,( v f .. yyy., 9a li "y _,.'41...r; .,, .,4 " �s7 :� • _ X •w.d� s7 z-,„' ..„ii S.-,- +,,,4 '1�►'a► `---r-- ,-.,� �•.,.,,.. !.. r * ie•t;; ` 'r. 1+ t �k i ♦♦♦ ii ' `.( : ' ... r •4 Z. i #i6�, emu. ..,-,74.t.',- - t `x -'�•,'.� 1 ,�_ int. r t «fit � � �t � '� �{ee " 1 v • , r4i� .' ! �,;i' .alr 711,344 s t44,„4'4, '-.eV ii '.*. ,:j.• .. * .; .40. -AC:',, ei - ka, • si • /r 1,,,' .. -4 ' .I. b'S .. '443- „4:, ', .# fiii . ,.. • • - its„ • ......4,./, Ir• * "* ` vY ?" lyY w'1 'h , R . t ..411r- j+ r•"' ,� t e q,,. # w,1=1 �_y ,,.ice 1� 11 a.f• w - w " . _�_. v ,- +•'h tet'. ,t t �. �.,� y' `�'i„ i` i� . •;Tf ,N • IP ,r ;moi .r ,3 .1 r . hit. '4*,. , ...61:44.: ` ! s; ♦ x 4. .�.` a .... i. s.. .. q.. ?i � j. .may- ,,,,,..,u4,.: •ata -- --:�r. `� , '' .., e •V: y 'i 40 "r w 1440.1% 440 • R `t� ` • - -T ,tyr S f • , ` ..i} Vp Rs * idr + 44 .4„ 11(a a- - Y *„ `ya 4 ♦ . 1 is S1„ ..,.. 7/4 , - .4 "”-- �,..ri #' . 1 i w' 414- I • �fY1 .!-.'s(. 04,t, 14460 visor s Jreera#0111yrad•304, 6 a,, ���,/1,109'4, alt:.4,4, 'wvr/r,+tA ' ' t'- M •, 4-- y ,� , .l' ' w ',ogle a «o/ ---,.fl,-:, i ,�4.: '.t/ - - „ • I .. h micra � {. 1 F. r r k ?J , f a. ._ milliirwri_ 4b q•bt i 40.00t,e. - i.e', Tiril S M, SYlkia .11, t a )1:91 61"..t , 411 ei pi . ; 1.. ' 1 v~ . . Q. • ri. ▪t r. fp l 4 * a1--7.."8" i 'f R, n‘x111-frit A ° 1• .*1 veil .rF 6I _'ri-sr1 « • r• v r..r,►f t 6. ". art r + '41t'i„ I. P,4 , j,tt r . 'ii t. ✓ 10g to 1 M▪ • M t , ce, • ' t-de t .. • .�i * v r b -if -else s�a'�� ~�. v hb I .% P li' •ie. e t;' t 41k •114 't Y .y i $. 1 a , ,.pd/'It+y rt '. ffi .�t0 4 tt N t ` ii . ii 4t 't ?P�I;� I.% f4' It L lRt ..VIP.- I • I► - , t►f`I 41f, , L�'A'i 44' t 9,-,6 'IA G L We* .' -4,400•410,1A000ef ' -- , ,, "400''to"itf 1 *'�'".HS .1 .r/.lii•fl'� ,re ----- f7,/e 4 Abeez CSDO 1-r6V —