Loading...
18-84 Resolution No. 18-84 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WBK ENGINEERING, LLC FOR ENGINEERING SERVICES FOR THE REHABILITATION AND/OR REPLACEMENT OF TWO RETAINING WALL STRUCTURES ON BIG TIMBER ROAD AND SHALES PARKWAY 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 engineering services for the rehabilitation and/or replacement of two retaining wall structures on Big Timber Road and Shales Parkway, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: August 8, 2018 Adopted: August 8, 2018 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 8 day of August, 2018, by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY") and WBK Engineering, LLC, an Illinois limited liability company (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the rehabilitation and/or replacement of two retaining wall structures on Big Timber Road and Shales Parkway(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 Public Works Superintendent of the CITY, herein after referred to as the"DIRECTOR". B. The ENGINEER shall provide the Phase I and Phase 2 engineering services for the PROJECT as outlined in the Scope of Services attached hereto and made a part hereof 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 I 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 A. For services provided the ENGINEER shall be paid at the rate of the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $54,210.00 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 and approved by way of written amendment to the agreement executed by the parties hereto. ENGINEER's cost estimate and work hour estimate for the services to be provided is provided for in Attachment C hereto. 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 are included in the not to exceed amount in Section 4A above. C. Reimbursable expenses are included within the not to exceed amount 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. Full payment for each task shall not be made until the task is completed and accepted by the DIRECTOR. 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. - 2 - 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 that any - 3 - 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. 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. -4- 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 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. - 5 - 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 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 - 6 - 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. - 7 - 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: Aaron Neal Public Works Superintendent City of Elgin-Public Works 1900 Holmes Road Elgin, Illinois 60123 B. As to ENGINEER: Greg Chismark Executive Vice President WBK Engineering, LLC 116 W. Main Street, Suite 201 St. Charles, Illinois 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 - 8 - 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 EN EER: By By: City Manager Na /P ' Greg Chismark Title: Executive Vice President 7e. CK,Clerk FALegal Dept\Agreement\WBK Agr-Rehab 2 Retaining Walls-7-19-18.docx - 9 - ATTACHMENT A SCOPE OF SERVICES ATTACHMENT A Route Big Timber Road and Shales Parkway Local Agency City of Elgin Section Type of Funding Local Existing Structure No. N/A PHASE I& II ENGINEERING SERVICES FOR THE REHABILITATION AND/OR REPLACEMENT OF TWO(2)RETAINING WALLS LOCATED IN ELGIN,IL CITY OF ELGIN SCOPE OF SERVICES The City of Elgin has initiated a project requiring Phase I and Phase II professional engineering services by WBK Engineering, LLC (WBK) for the rehabilitation or replacement of two (2) retaining wall structures on Big Timber Road and Shales Parkway. UNDERSTANDING OF PROJECT Retaining Wall Location 1. The existing structure is a 240 foot-long segmental concrete block wall varying from 1%to 3%feet tall located on Big Timber Road approximately 0.7 miles east of Randall Road in Elgin, Illinois (Kane County). The existing retaining wall is in poor condition with severely deteriorated, missing and/or fallen over concrete blocks. The roadway is offset approximately 31/:feet from the back face of wall with guardrail and deteriorated asphalt between the curb and wall. The east guardrail terminal exhibits vehicular damage and the west end terminal is non-existent. These guardrail elements, including overall offset from face of curb do not meet current [DOT and AASHTO requirements. Anticipated improvements include but are not limited to full replacement of the existing retaining wall, guardrail improvements, shoulder resurfacing, maintenance of traffic and erosion control. Retaining Wall Location 2. The existing structure is a 185 foot-long segmental concrete block wall varying from 3 to 5 feet tall located on the southeast corner of Shales Parkway and Illinois Route 19 (Chicago Street) in Elgin, Illinois (Cook County). The existing retaining wall is in good to fair condition with approximately 135 feet in good condition and the southernmost 50 feet in fair condition with deteriorated, missing and/or fallen over concrete blocks. Portions of the wall have begun to overturn towards the roadway and risks additional failure without corrective action. Anticipated improvements include but are not limited to partial replacement/rehabilitation of the southernmost 50 feet of the existing retaining wall, maintenance of traffic and erosion control. It is understood that the existing retaining wall lies within ComEd's right-of-way,which will require diligent utility coordination for all repair work. A±20"watermain is also located behind the existing retaining wall. Summary. WBK Engineering, LLC. (hereinafter referred to as "WBK") will provide the City of Elgin with the contract plans, specifications and cost estimate associated with the rehabilitations and/or replacement of existing retaining walls. The following Scope of Services discusses the items to be completed in each of the identified tasks and the deliverables to the City. 1. Early Coordination and Data Review Early on in the Phase I process,WBK will coordinate with local agencies and collect project pertinent data to perform the structural design and plan production of the retaining wall modifications. Existing data review includes, but is not limited to, ROW, GIS information, utilities, record drawings, CAD files, topographic surveys and geotechnical information. Page 1 of 6 Printed on 6/22/2018 ATTACHMENT A Scope of Services An initial visit to the site will be scheduled to determine site-speck constraints and document existing conditions at each wall location that could have an impact on design or construction. WBK will complete a Special Waste Assessment of the project areas to determine if the potential for contamination exists. 2. Topographic Data Collection Preliminary design and topographic wall data collections will be required and conducted by WBK to properly document existing field conditions that will serve as the basis for the preliminary engineering and design in this phase. Items identified below shall pertain to both retaining wall locations unless indicated otherwise. Horizontal and Vertical Control Vertical and horizontal control points will be established for the surveys and for permanent reference to be included in the plans set and use by the Contractor during construction. Topographic Data Collection The topographic data collection of the project site will consist of roadway (limited), retaining wall, guardrail and site within the project limits. This data collection will include benchmarks with references,visible utilities; landscaping elements including significant trees 6" in diameter or greater, fences, drainage pipes and structures, signage, guardrails, edge of pavements and curb, shoulders, driveway locations and types. A field pick up will be performed to identify property and roadway monuments and landmarks that will be utilized to determine existing ROW and the preparation of Legal Description as noted below for the Big Timber Retaining Wall.A registered Professional Land Surveyor(PLS)from WBK's surveying sub-consultant will review all data collection as needed. 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. Existing Right of Way The following shall only pertain to the Big Timber Retaining Wall: WBK or its sub-consultant will perform the necessary courthouse research as needed that will include all the plat, deeds, and right of way documents for each parcel within the project limits and adjoining the project. Monument Reconnaissance will be performed in the field to find the physical monumentation to determine the existing right of way. Analysis by a WBK's PLS sub-consultant will determine the true right of way of the project as needed and will be reviewed for accuracy and completeness. After review of available GIS information,the existing ROW appears inadequate at the eastern portion of the Big Timber Retaining Wall. It is anticipated that a formal right-of-entry agreement will be required between the City and adjacent property owner(s)to accommodate construction of the new wall. WBK and its sub-consultant will assist the City and its legal department by putting together an exhibit and legal description showing existing ROW, property limits, project description, proposed improvements, anticipated work area and any additional information required for the exhibit. Through additional review of GIS information and direct knowledge of the project location,the Shales Parkway Retaining Wall is located within ComEd's ROW in which the City maintains an easement for Page 2 of 6 Printed on 6/22/2018 Elgin Retaining Walls ATTACHMENT A Scope of Services the wall. It is assumed that the City will provide WBK with all available easement information with assurance that the City has permission to work within the easement. WBK will coordinate with ComEd as described in Task 4 to validate said agreement and to coordinate proposed improvements. 3. Utility Coordination Pertinent utility information will be collected for the project areas to determine locations of all utilities that may affect design or construction of the retaining walls. Coordination with utilities and a JULIE design stage/planning information request for buried facilities will be performed and documented. It is understood that the Shales Parkway Retaining Wall lies within a ComEd ROW which will require additional coordination through the planning and design phases. All temporary easements will be determined and documented_ Preliminary plan and profiles will be sent to coordinate with utility companies for detailed review of the proposed improvements and potential conflicts. 4. Retaining Wall Alternatives Analysis In order to determine the most feasible and economical retaining wall solution for the City, WBK will conduct an abbreviated alternatives analysis of potential wall types to present to the City. Included in the alternatives analysis will be a cost comparison of each option along with a summary of findings. It is assumed that the Shales Parkway Retaining Wall will be rehabilitated in kind with a similar concrete block wall system, however, a feasibility of removing portions of the existing wall and replacing in kind will still need to be conducted. 5. Big Timber Retaining Wall Plans The plans will be developed and submitted to the City as two (2) separate submittals. The first submittal will be the Pre-final submittal and for this project, scope will be considered ninety-five percent (95%) complete. The second submittal will be the final submittal and for this project scope will be considered one hundred percent (100%) complete. The final submittal will include quantity calculations, cost estimate and special provisions. The civil and structural plans are working drawings that show the location, configuration and dimensions of the prescribed work that includes: layouts, profiles, structures, geometry and other necessary details. The civil plans will be prepared under the supervision of a Professional Engineer and the structural plans will be prepared by,or under the supervision of an Illinois Licensed Structural Engineer. For the purpose of this scope of services, it is assumed that the two retaining walls will be completed as separate projects. The civil and structural plan sets for the Big Timber Retaining Wall will consist of the following drawings: Civil Plans o Cover Sheet 1 Sheet o Index of Sheets, General Notes and Summary of Quantities 1 Sheet o Maintenance of Traffic 2 Sheets o Existing/Proposed Conditions Plan View 1 Sheet c Erosion and Sediment Control Plan 1 Sheet o Erosion and Sediment Control Notes and Details 1 Sheet o Cross Sections 2 Sheets 9 Sheets Structural Plans o General Plan & Elevation 1 Sheet o General Data 1 Sheet o Wall Layout 2 Sheets Page 3 of 6 Printed on 6/22/2018 Elgin Retaining Walls ATTACHMENT A Scope Of SelVlCeS c Wall Details 1 Sheet 5 Sheets The civil work under this task will include clear zone and existing guardrail review, guardrail design and calculations to support the proposed guardrail features shown on the Plans. Additionally, an existing drainage investigation will be conducted to determine adequate drainage through the project area is maintained with all proposed improvements. The structural work under this task will include all design associated with the retaining wall and quality assurance reviews. Prior to each submittal, the plans will be reviewed by a WBK Senior Project Engineer and Structural Engineer to assure integrity of the design intent, completeness and correctness of the design as it pertains to construction operations and methods. The work under this task also includes time associated with preparing plot files, coordination of printing and distribution of plans to all stakeholders (two submittals). The Scope of Services also includes direct cost for printing and distribution of the documents to the various agencies. The final number of copies will be as directed by the City. The Scope of Services estimates the following number of major documents for submittals: Pre-Final Submittal: Plans: City of Elgin 2 copies 11"x17" Plans Sets 2 copies 22"x34" Plans Sets IDOT(Shales Pkwy) 2 copies 11"x17" Plans Sets Utilities 4 copies 11"x17" Plans Sets Internal QA Review 1 copy 11"x17" Plans Sets Special Provisions: City of Elgin 2 copies Internal QA Review 1 copy Final Submittal: Plans: City of Elgin 2 copies 11"x17" Plans Sets 2 copies 22"X34' Plans Sets IDOT(Shales Pkwy) 2 copies 11"x17" Plans Sets Utilities 4 copies 11"x17" Plans Sets Internal QA Review 1 copy 11"x17" Plans Sets Special Provisions: City of Elgin 2 copies Internal QA Review 1 copy 6. Shales Parkway Retaining Wall Plans The civil and structural plan sets for the Shales Parkway Retaining Wall will consist of the following drawings: Civil Plans—Shales Parkway o Cover Sheet 1 Sheet Index of Sheets, General Notes and Summary of Quantities 1 Sheet Maintenance of Traffic 1 Sheet o Erosion and Sediment Control Plan 1 Sheet o Erosion and Sediment Control Notes and Details 1 Sheet Page 4 of 6 Printed on 6/22/2018 Elgin Retaining Walls ATTACHMENT A Scope of Services 5 Sheets Wall Location 2—Shales Parkway o General Plan &Elevation 1 Sheet o General Data 1 Sheet o Wall Layout 1 Sheet o Wall Details 1 Sheet 4 Sheets The civil work under this task is limited in scope to convey the necessary plan sheets for the project submittal. The structural work under this task will include all design associated with the retaining wall and quality assurance reviews. The work under this task also includes time associated with preparing plot files, coordination of printing and distribution of plans to all stakeholders (two submittals). See Task 6 — Big Timber Retaining Wall for estimated documents for each submittal. 7. Quantity Calculations WBK will prepare quantity computations for each submittal stage of the project. The computed quantities will serve as the basis for the Summary of Quantities plan sheet and the engineering opinions of probable construction costs. The computations will be done in spreadsheet format utilizing Microsoft Excel. The Standard Specifications for Road and Bridge Construction, Supplemental Specifications and the Recurring Special Provisions will be cross checked to ensure that the appropriate pay items,methods of measurement and basis of payment are used. Because this is a Local Agency project, [DOT coded pay item number will not be used for preparation of the SOO and bidding items. Prior to each submittal the quantity calculations will be reviewed for accuracy and completeness. The civil quantity calculations will be reviewed by a WBK Senior Project Engineer and the structural quantity calculations will be reviewed by a WBK Senior Structural Engineer. 8. Contract Documents WBK will prepare specifications and special provisions for each submittal stage of the project. It is anticipated that two separate specifications will be prepared — one set pertaining to the Big Timber Retaining Wall and one set pertaining to the Shales Parkway Retaining Wall. WBK will also prepare engineering opinions of probable construction costs for each submittal stage of the project. Utilizing the pay items and quantities, opinions of costs will be produced. Itemized costs will be determined using available guides and bid tabulations from similar projects. In addition, the pay item reports with awarded prices from IDOT's website will be used to approximate current unit costs. Prior to each submittal,the cost estimate for civil quantities will be reviewed by a WBK Senior Project Engineer and the cost estimate for structural quantities will be reviewed by a WBK Senior Structural Engineer. The work under this task includes time associated with preparing specifications documents, coordination of printing and distribution of contract documents to all stake holders. The final submittal will include a formal Disposition of Comments that addresses all review comments regarding the Page 5 of 6 Printed on 6/22/2018 Elgin Retaining Walls ATTACHMENT A Scope of Services plans from the City and any other relevant agency. WBK will assist the City in advertising the plans for bid. 9. Meetings and Coordination This task covers items necessary to manage the project, provide coordination with the City and provide in-house design coordination. It also includes time for general client and stake holder coordination regarding design elements. A field visit with the City has been scoped under this task to discuss proposed improvements and potential conflicts. 10. Phase III Activities WBK will provide direction and clarification to bidder request for information(RFI's)during the bidding process. Provide shop drawing review on all items where review is required by the contract specifications and IDOT documentation procedures. For this Scope of Services shop drawing review is assumed to include the following item: • Segmental Concrete Block Wall • Precast Modular Retaining Wall NOTE: This task is for reference only and will be awarded under a separate Phase III contract. 11. Proiect Administration and Management The work-hour estimate includes time associated with work plan development, man-power planning. scheduling, contract administration, budget control, internal team meetings, and project post mortem /close out. It also includes time associated with preparation of progress reports, budget control and invoicing. The Project Manager will review all elements of the plans, specifications, quantities, and cost estimates to assure completeness and correctness. EXCLUSIONS TO THE SCOPE OF SERVICES The foregoing outlines WBK's understanding of the Scope of Services required for the successful completion of this project. The following tasks or items were deemed unnecessary for this project and were excluded from this Scope and would be considered as additional services if required by the City of Elgin or any other agency for the successful completion of the project. • Public involvement including any meetings or hearings • Phase III Activities as noted in Task 10 • KDSWCD Permit —A Kane-DuPage Soil and Water Conservation District Permit is not required based on the project scope, location and lack of a USACE 404 Permit. • NCSWCD Permit — A North Cook County Soil and Water Conservation District Permit is not required based on the project scope, location and lack of a USACE 404 Permit. • NPDES Permit—A National Pollutant Discharge Elimination System Permit is not required based on the project scope. • The scope does not include plats, title commitments, ROW acquisition and negotiation services. WBK will work with its surveying sub-consultant to prepare an exhibit and legal description for the Big Timber Retaining right-of-entry agreement between the City and adjacent property owner(s)- All other work associated with the right-of-entry agreement shall be excluded from the Scope of Services. Page 6 of 6 Printed on 6/22/2018 Elgin Retaining Walls PHASE I/PHASLATITMMtLAING SERVICES Elgin Retaining Walls Big Timber Road and Shales Parkway Locations Route Big Timber Road and Shales Parkway Local Agency City of Elgin *Firm's approved rates on file with IDOT's Section 0 Bureau of Accounting and Auditing: Project 0 Job No. 0 Existing Structure No. 0 Complexity Factor(R) 0.0 Calendar Days 540 Method of Compensation: Standard Hourly Rate Date: 6/22/2018 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 Early Coordination and Data Collection $ $ 729.98 $729.98 Engineer IV 4.0 $142.00 $568.00 $568.00 Engineer III 9.0 $117.00 $1,053.00 $1,053.00 Engineering Technician III 2.0 $116.00 $232.00 $232.00 Senior Scientist 2.0 $178.00 $356.00 $356.00 ERS III 4.0 $97.00 $388.00 $388.00 ERS I 2.0 $78.001 $156.00 $156.00 2 Topographic Data Cllection $ 1,500.00 $880.00 $2,380.00 Engineering Technician III 1 29.0 1 $116.001 $3,364.00 $3,364.00 3 Utility Coordination $ - $ - $0.00 Engineer IV 3.0 $142.00 $426.00 $426.00 Engineer III 9.0 $117.00 $1,053.00 $1,053.00 Engineering Technician III 7.0 S116.00 $812.00 $812.00 4 Retaininq Wall Alternatives Analysis $ $0.00 $0.00 Engineer IV 5.0 $142.00 $710.00 $710.00 Engineer III 1 16.0 1 $117.001 $1,872.00 $1,872.00 5 Big Timber Retaining Wall Plans $ $87.60 $87.60 Engineer V 4.0 $169.00 $676.00 $676.00 Engineer IV 18.0 $142.00 $2,556.00 $2,556.00 Engineer III 67.0 $117.00 $7,839.00 $7,839.00 Engineering Technician IV 16.0 $138.00 $2,208.00 $2,208.00 Engineering Technician III 27.0 $116.00 $3,132.00 $3,132.00 ERS III 1.0 $97.001 $97.001 i 1 $97.00 6 Shales ParkwayRetainingWall Plans $ $ 93.60 S93 do EXHIBIT A Printed on 6/22/20184:17 PM Page 1 of 2 EXH A-HOURLY RATE ATTACHMENT B PROJECT SCHEDULE Qct'rRcNm�,►J� ,B .WBK Project Schedule Engineering Services Elgin Retaining Walls ■ August 14th—Plans available for bidders at Purchasing Department ■ August 28th—Bid Opening • August 3111—Memo due to Council ■ September 12th—Council Approval ■ September 24th—Approximate Start of Construction ■ End of October—Construction Completed ATTACHMENT C COST ESTIMATE AND WORK HOUR ESTIMATE �rrf�c�.rr c PHASE 1/PHASE 11 ENGINEERING SERVICES Elgin Retaining Walls Big Timber Road and Shales Parkway Locations Route Big Timber Road and Shales Parkway Local Agency City of Elgin 'Firm's approved rates on file with IDOTs Section 0 Bureau of Accounting and Auditing: Project 0 Job No. 0 Existing Structure No. 0 Complexity Factor(R) 0.0 Calendar Days 540 Method of Compensation: Standard Hourly Rate Date: 6/22/2018 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 Eady Coordination and Data Collection $ - $ 729.98 $729.98 Engineer IV 4.0 $142.00 $568.00 $568.00 Engineer III 9.0 $117.00 $1,053.00 $1,053.00 Engineering Technician Ili 2.0 $116.00 $232.00 $232.00 Senior Scientist 2.0 $178.00 $356.00 $356.00 ERS III 4.0 $97.00 $388.00 $388.00 ERS I 2.0 $78.001 $156.00 $156.00 2 TopNraphic Data Cilection $ 1,500.00 $880.00 $2,380.00 Engineering Technician Ill 1 29.0 1 $116.001 $3,364.00 $3,364.00 3 Utility Coordination $ $ - $0.00 Engineer IV 3.0 $142.00 $426.00 $426.00 Engineer III 9.0 $117.00 $1,053.00 $1,053.00 Engineering Technician III 1 7.0 $116.00 $812.00 $812.00 4 Retaining Wall Alternatives Ana is $ $0.00 $0.00 Engineer IV 1 5.0 1 $142.001 $710.00 $710.00 Engineer 111 1 16.0 1 $117.001 $1,872.00 $1,872.00 5 Blq Timber Retaining Wall Plans $ $87.60 $87.60 Engineer V 4.0 $169.00 $676.00 $676.00 Engineer IV 18.0 $142.00 $2,558.00 $2,556.00 Engineer 111 67.0 $117.00 $7,839.00 $7,839.00 Engineering Technician IV 16.0 $138.00 $2,208.00 $2,208.00 -Engineering Technician 111 27.0 $116.00 $3,132.00 $3,132.00 ERS III 1 1.0 $97.001 $97.001 $97.00 6 Shales Parkway Retaining Wall Plans $ $ 93.60 $93.60 EXHIBIT A Printed on 6122120184:17 PM Page 1 of 2 EXH A-HOURLY RATE PHASE I!PHASE 11 ENGINEERING SERVICES Elgin Retaining Walls Big Timber Road and Shales Parkway Locations Route Big Timber Road and Shales Parkway Local Agency City of Elgin *Firm's approved rates on file with IDOTs Section 0 Bureau of Accounting and Auditing: Project 0 Job No. 0 Existing Structure No. 0 Complexity Factor(R} 0.0 Calendar Days 540 Method of Compensation: Standard Hourly Rate Date!. 6/22/2018 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 IV 13.0 $142.00 $1,846.00 $1,846.00 Engineer III 33.0 $117.00 $3,861.00 $3,861.00 Engineering Technician IV 4.0 $138.00 $552.00 $552.00 EnQinearinq Technician 111 6.0 $116.001 $696.00 $696.00 ERS III 1.0 $97.001 $97.00 $97.00 7 Quantity Calculations $ $ $0.00 Engineer IV 9.0 1 $14-2-.00f 1,278.00 $1,278.00 Engineer 111 112.0 1 $117.001 $1,404.00 $1,404.00 Engineering Technician 111 1 9.0 1 $116.00 $1,044.00 $1,044.00 8 Contract Documents $ $ 187.50 $187.50 Engineer IV 33.0 $142.00 $4,686.00 $4,686.00 Engineer III 20.0 1 $117.001 $2,340.00 $2,340.00 9 Meebnqs and Client Coordination $ $ - $0.00 Engineer IV 10.0 $142.001 $1,420.00 $1,420.00 Engineer Ill I 10.0 1 $117.001 $1,170.00 $1,170.00 10 Pre-Phase III&Phase III Activities $ $ $0.00 11 Project Administratlon and Management $ $ 250.00 $250.00 En ineer IV 1 10.0 1 $142.001 $1,420.00 $1,420.00 [Engineer III 10.0 $117.001 $1,170.00 $1,170.00 Totals 405.0 $ 50,482.00 $ 1,500.00 $ 2,228.68 $ 54,210.68 EXHIBIT A Printed on 6/22/20184:17 PM Page 2 of 2 EXH A-HOURLY RATE R—be Sig Tinter Road and Shales Parkway WORK HOUR ESTIMATE FOR CONSULTING SERVICES Local Agency City of Elgin PHASE I f PHASE 11 ENGINEERING SERVICES Mian Elgin Retaining Walls Prof act Job No. ErdsBng$troch Dear:r"on Engineer V Engineer IV Engineer III Engkuering Ergneeralg senor ERS IO ERS 1 Sub-Candukant in Haws Ikea Tectrvdan N TecN-k4on I8 Scientist Cock Cosa t irndon end Date Collection 1.t RevNw ETIs Data axial.ROW Boad ncvda ws res naiad dr - 8 2 2 2 -- Wlecl denial moppM CJS halved hpn4ed arok etc. _ 1.2 sm VSe 8 5 6 _ 1.3 Environmanbl StreerhkW 1. s SUBTOTAL 23.0 4400.0 20 L0 4.0 2.6 111 1 720.93 PERCENT 17% 30% 1 9% 0% 1 9% Toomwahk Data tlocb n Well Location 1-INS Thnber RataInkV Wel 2.1 a Hodaorded&v"bedl on" 2 T Dal.Colemn 2.26 :T S and CrossSectors 4 4 2.33 :Dotemlomd Field Date&Creeks Base Dr wl Callan 3 3 Of way 248 -Co aarauw Research 4 4 2Se .More8r18nl RwonnAssmra 4 4 24a Field ROW Stakag 3 3 2.7 nt UoaaT>entwlm and Esta Well LecfRon 2_Shah Parkw R Nab 2lb HonmrW R VONaaI Cor&ol 2 Topographic We Collection 22b 'i SwV and Goes 4 4 2.3b 'Dmn;oad Field Date&CreaM Saw vd Cwdours 3 3 5 of Way 24b C.urlhOtaae Research Monwnent Rec—naiscance 3221 Field ROW Slak- 27 PLS Sub-CaaWknl 1,900.OD SUII-TOTAL 26m 211.0 1,500.00 m 00 PIF"NT 100% 3 Ulifill.Coae-neBon _ J_.U.LJ.E Design locale Rewosl 6 UIM Coordira 1 JULIE 1 1 32 i khhoductbn Le7krs and Locmdon Ealvbes 3 1 2 3.3 V non-JULIE fwAtfes 3 1 1 2 3.4 kworporaft srtame0an Provided by UbMy vno Exw&V Baee Sheol 3 3 36 and Cowdinate WiM villy on Revomons 3 2 1 -- 3A CornEd Coordination --- 4 -- -- 4 -- 3.7 Sandi FMN Plan to LkWy Carfanim 2 2 SUSI 0.0 PEMCNIMT 18% 47% 37% 4 Altarrkstivea e VftN locidim 1.INS Timtser Retmifg Neo 415 flues Imes 8 2 8 423 Cad Cowerbon&Sumvaq 2 B YYYB Locadm2-Shwa Parkes R.4.---ng well 4.td Abrnatlws khva atlonlReMO Feaarn+n 5 1 4 SUB-10TAL NA 5.0 10.3 PERCENT 24% 78% 5 Big Timber Retaining Wall Plans 5.13CWO Plans SK HrWShL Totes ChL lCoverSheet 1 2 2 2 1 t Bh8eVSOa 1 0 8 B 2 4 MakdanenceofT-ft 2 S 10 10 1 6 2 2 end Cond3io Ptan 1Mw 1 10 10 __10 4 Erosion end SodknoN Control Plan 1 3 3 3 1 1 1 Emsion ON Sediment Control DOW& 1 2 2 2 1 1 Cross Seaton 2 4.5 9 0 2 7 wan Lasater 1.Tetef CMM Sheep s 42 42 5.16 Ex' vina2a Inv alio. 4 4 -- _--- EXki48Ff A Pd Med on 812200182:30 PM 1 019 HOURS BY TASK Route Big rn%t—Road and Shales Parkway WORK HOUR ESTIMATE FOR CONSULTING SERVICES Local Agency r.Ry of Elgn PHASE I J PHASE 11 ENGINEERING SERVICES S.ction Elgin Retaining Walls Proud Job No. Existing Struda Deacnpllon Engnaer V Engineer N Engmw,.1 Engin—ring E"94—.g Seniw ERS III ERS 1 Sub•C .Mnl In Hoose Dlred Tedvdclen N T.chnician III Sclenliet Costa Costs _5_1.Gxmfdr "po—nl FassEpY.. 0 _ �._..__ _—_ 2 62s St"'Icturad Plans Genets Plan A ElavaBon 1 24 21 24 4 20 Gerrard Oda + 8 8 _ e 2 4 --�lWaRLymA 2 7.5 1 15 Is 3 12 yyaS Delaxh 1 6 I 8 8 2 B I W.0 LocOrbn 1-Told aonfcrurd Sheets 1 S -53 S3 51b ShxtYN 00sign 12 4 6 5.3 DA Review 9 3 5.4 As.ntft brm Mal and row Pion Sets(Two au Tiumi 2 2 SLM-TOTAL 133.0 4.6 i 0 s7.0 100 - PERCENT 3% 14% 50% 1^ 20% 1% 9 H Parkway F6fAfligPlains 5.to CMN Plana Sht. Hmrh1. TOW Chk. Cover Shaer 1 2 2 2 1 t Gdwal Nob ShOOMQ 1 4 4 4 2 2 Msvdawlce or Traft1 4 4 1 1 2 2 Erosion and SedirtnM Man at 1 2 2 2 1 1 Ev Ion and SadkrOM Control Detak 1 2 2 1 1 WON L tlon 2-fold CMI Me." 5 11 14 6.2m Shudural Plans Ge mwel Plan S Eleveeon 1 19 19 19 3 10 Grvtad[1aU 1 4 4 4 1 3 Rehabd6a60n Plans 1 5 5 5 2 3 Wen Deeie 1 3 3 3 1 WAS Loudon 3•TOW SYucerrd SASMs 4 31 31 8 faeMew S . 4 6A .AssemOb&Subn-a P—F6M and Fvtal Plan Sae SudMud 4 2 z .0 ILO 110 46 1.0 - PERCENT 23% Sex 7% 11% 2% 7 QLNWAft Cakukdoas ' Watt Location 1-Eft Timber Retaining Wae 7.1 Qusfw6bas,CoWAsbons Ci.a QualHiea �.._ 9 3 6 sbucbrral ckwou" -- — 11 3 6 WOM Location 2-SMI"Partwy R.ImnoM MMI 72 Clo Imes 4 1 3 structrd DUMVJes 9 2 4 SUN• OTAL .0 &0 120 - - ►EtOC91T 30% 40% 30% - S &1 Conkad Doamenb and Fmd•Two SWnMlahl _ Civ1 stions d spedw pmweans 15 12 3 Stnrctaal Sppciocasom 8 Special Provisions t0 2 S COO EvOrneW 0 4 Cnbact Tfms 4 4 82 Su0n1a PrsOnd and Find speoftetions and conlrew downents _ 3 2 1 8.3 Address Cft review eorlvflente of Special Pnsimbon and Corttaol Docvnents 5 3 2 8.4 Bid Assistance 6 4 2 SWTOTAL o 33.0 20.0 PMCEMI 62% 38% S C on 9.1 Coor'tl4wsdn 12 8 _-._-_0 _ 9.3D of Cdrnfents 8 4 a 29.0 16.0 - - PIENCOfT 50% 5016 10 1 Pfs#ltasa 0 A PhuO tlt AdMBas t0.1 lVocIonent aid RaspoM b Contractor RT rs 102 Dr Re- 11 1 P, 1 Ad.W.U.S..and Man nt EXHIBIT A Printed on 6122120182:30 PM 2 of 9 HOURS BY TASK Route Bp TrnbW Road and Shalee Padcway WORK HOUR ESTIMATE FOR CONSULTING SERVICES Local Agoncy Caynl E101n PHASE I j PHASE II ENGINEERING SERVICFS Semon Elgin Retaining Walls Project Job No. EaiaLinq Strath Dastdptlpt Erapneer V Engineer IV Engineer III Engineering Engineering Sador ERS 10 ERS I Su6,Cornu0anl In HOOse Direct Technician N Technician III $der" Costs Costs 17.1 edminiwsbve sates 4 2 2 Scope Olwork Myfgn A SchedyWj _ ALS nni _ Proiact laem meetings _—__.- Conlracl admnisrgepn 112 P reri soqctIs 4 2 2 11.3 Reviewal FJetmnlaof n ane,4ws.qiimo3m,cost ovine etc. 4 2 2 11A General admit MmIlre leek assoctxw wnh ta,oguMg and imokNO 4 2 11.5 m and McWmIn ned Scula _.__.. _- .-- _ 4 _.. _. 2. 2 — &A-TOTAL 20A 10.0 10.0 - f 250J10 PERCF.MT SO% 50'.0 TOTALS 40fA 4.0 105.0 166.0 20.0 .0 2.0 6.0 2.01$ 1.500.00 2.226.66 PERCENT 1% 26% 461A 5% 20% 0% 1% 0% EXHIB FT A Punted on 6(17!2(1182:30 PM 3 of 0 HOURS BY TASK PHASE I/PHASE 11 ENGINEERING SERVICES In-House Direct Costs(IHDC) Route Big Timber Road and Shales Parkway LocalAgency City of Elgin Section 0 Project 0 Job No. 0 Existing Strut 0 Consultant WBK Engineering,LLC TASK 1 TASK 2 TASK 3 Early Coordination and Topographic Data 0 Data Collection Cllection ITEM UNITS UNIT COST QUANT. TOTAL COST QUANT. TOTAL COST QUANT. TOTAL COST DIRECT COSTS Postage&Shipping(UPS,Fed-Ex) UNIT $1.00 $0.00 $0.00 $0.00 Travel Mileage DAY $45.00 $0.00 4 $180.00 $0.00 Travel Mileage MILE $0.545 55 $29.98 $0.00 $0.00 24 x 36 BW Bond Sheets SHEET $0.66 $0.00 $0.00 $0.00 24 x 36 Color Band Sheets SHEET $21.00 $0.00 $0.00 $0.00 24 x 36 Mylar Plots SHEET $13.50 $0.00 $0.00 $0.00 24 x 36 Display Boards EACH $33.00 $0.00 $0.00 $0.00 11 x 17 BW Photocopies SHEET $0.20 $0.00 $0.00 $0.00 11 x 17 Color Photocopies SHEET $2.25 $0.00 $0.00 $0.00 8'!:x 11 BW Photocopies SHEET $0.15 $0.00 $0.00 $0.00 814 x 11 Color Photocopies SHEET $1.25 $0.00 $0.00 $0.00 Small Report Binding EACH $40.00 $0.00 $0.00 $0.00 Medium Report Binding EACH $75.00 $0.00 $0.00 $0.00 Large Report Binding EACH $100.00 $0.00 $0.00 $0.00 Public Notice(News Paper) UNIT $350.00 $0.00 $0.00 $0.00 Survey Equipment(Per Week) UNIT $700.00 $0.00 1 $200.00 $0.00 Specialty Equipment UNIT $1.00 $0.00 $0.00 $0.00 Permit Fees UNIT $1.00 $0.00 $0.00 $0.00 Plan/lnspectlon Review Fees UNIT $1.00 $0.00 $0.00 $0.00 Recording Fees UNIT $1.00 $0.00 $0.00 $0.00 Title Commitments EACH $400.00 MOO $0.00 $0.00 Phase I Archeological Survey UNIT $1.00 $0.00 $0.00 $0.00 Special Waste Radlus Report UNIT $1.00 700 $700.00 $0.00 $0.00 Sub-Totals $729.98 $880.001 $0.00 EXHIBIT A Printed on 6/22/20182:30 PM 6 of 9 IHDC PHASE i f PHASE II ENGINCERING SERVICES In-House Direct Costs((HDC) Route Big Timber Road and Shales Parkway Local Agency City of Elgin Section 0 Project 0 Job No. 0 Existing Strut 0 Consultant WBK Engineering,LLC TASK 4 TASK 5 TASK 6 Utility Coordination Retaining Wall Big Timber Retaining Wall Alternatives Analysis Plans ITEM UNITS UNIT COST QUANT. TOTAL COST QUANT. TOTAL COST QUANT. TOTAL COST DIRECT COSTS 18 Sets Postage&Shipping(UPS,Fed-Ex) UNIT $1.00 $0.00 $0.00 $0.00 Travel Mileage DAY $45.00 $0.00 $0.00 $0.00 Travel Mileage MILE $0.545 $0.00 $0.00 $0.00 24 x 36 BW Bond Sheets SHEET $0.66 $0.00 $0.00 60 $39.60 24 x 36 Color Bond Sheets SHEET $21.00 $0.00 $0.00 $0.00 24 x 36 Mylar Plots SHEET $13.50 $0.00 $0.00 $0.00 24 x 36 Display Boards EACH $33.00 $0.00 $0.00 $0.00 11 x 17 BW Photocopies SHEET $0.20 $0.00 $0.00 240 $48.00 11 x 17 Color Photocopies SHEET $2.25 $0.00 $0.00 $0.00 8 Y.x 11 BW Photocopies SHEET $0.15 $0.00 $0.00 $0.00 8'h x 11 Color Photocoples SHEET $1.25 $0.00 $0.00 $0.00 Small Report Binding EACH $40.00 $0.001 $0.00 $0.00 Medium Report Binding EACH $75.00 $0.00 $0.00 $0.00 Large Report Binding EACH $100.00 $0.00 $0.00 $0.00 Public Notice(News Paper) UNIT $350.00 $0.00 $0.00 $0.00 SurveK Equipment(Per Week) UNIT $700.00 $0.00 $0.00 $0.00 Specialty Equipment UNIT $1.00 - $0.00 $0.00 $0.00. Permit Fees UNIT $1.00 $0.00 $0.00 $0.00 Plan/inspection Review Fees UNIT $1.00 $0.00 $0.00 $0.00 Recording Fees UNIT $1.00 $0.00 $0.00 $0.00 Title Commitments EACH $400.00 $0.00 $0.00 $0.00 Phase I Archeological Survey UNIT $1.00 $0.00 $0.00 $0.00 Special Waste Radius Report UNIT $1.00 $0.00 $0.00 $0.00 Sub-Tofats $0.00 $0.00 $87.60 EXHIBIT A Printed on 6/22120182:30 PM 7 of 9 IHDC PHASE t!PHASE It ENGINEERING SERVICES In-House Direct Costs(IHDC) Route Big Timber Road and Shales Parkway Local Agency City of Elgin Section 0 Project 0 Job No. 0 Existing Struc 0 Consultant WBK Engineering,LLC TASK 7 TASK 8 TASK 9 Shales Parkway Retaining Quantity Calculations Contract Documents Wall Plans ITEM UNITS UNIT COST QUANT. TOTAL COST QUANT. TOTAL COST QUANT. TOTAL COST DIRECT COSTS 22 Sets 5 sets Postage&Shipping(UPS,Fed-Ex) UNIT $1.00 $0.00 $0.00 $0.00 Travel Mileage DAY $45.00 $0.00 $0.00 $0.00 Travel Mileage MILE $0.545 $0.00 $0.00 $0.00 24 x 36 BW Bond Sheets SHEET $0.66 60 $39.60 $0.00 $0.00 24 x 36 Color Bond Sheets SHEET $21.00 $0.00 $0.00 $0.00 24 x 36 Mylar Plots SHEET $13.50 $0.00 $0.00 $0.00 24 x 36 Display Boards EACH $33.00 $0.00 $0.00 $0.00 11 x 17 BW Photocopies SHEET $0.20 270 $54.00 $0.00 $0.00 11 x 17 Color Photocopies SHEET $2.25 $O.DO $0.00 $0.00 8%I x 11 BW Photocopies SHEET $0.15 $0.00 $0.00 1,250 $187.50 8'/.x 11 Color Photocopies SHEET $1.25 $0.00 $0.00 $0.00 Small Report Binding EACH $40.00 $0.00 $0.00 $0.00 Medium Report Binding EACH $75.00 $O.OD $0.00 $D.00 Large Report Binding EACH $100.00 $0.00 $0.00 $0.00 Public Notice(News Paper) UNIT $350.00 $0.00 $0.00 $0.00 Survey Equipment(Per Week) UNIT $700.00 $0.00 $0.00 $0.00 Specialty Equipment UNIT $1.00 $0.00 $0.00 $0.00 Permit Fees UNIT $1.00 $0.00 $0.00 $0.00 Plardtnspection Review Fees UNIT $1.00 $0.00 $0.00 $0.00 Recording Fees UNIT $1.00 $0.00 $0.00 $0.00 Title Commitments EACH $400.00 $0.00 $0.00 $0.00 Phase I Archeological Survey UNIT $1.00 $0.00 $0.00 $0.00 Special Waste Radius Report UNIT $1.00 $0.00 $0.00 $0,00 Sub-Totals $9160 $0.001 $187.50 EXHIBIT Printed on 6/22/20182:30 PM '� 8 of 9 DC PHASE I!PHASE Il ENGINEERING SERVICES In-House Direct Costs(IHDC) Route Big Timber Road and Shales Parkway Local Agency City of Elgin Section 0 Project 0 Job No. 0 Edsting Strut 0 Consultant WBK Eng_ineering,LLC TASK 10 TASK 11 TASK 12 Meetings and Client Pre-Phase III&Phase III Project Administration and Coordination Activities Management ITEM UNITS UNIT COST QUANT. TOTAL COST QUANT. TOTAL COST QUANT. TOTAL COST DIRECT COSTS Postage&Shipping(UPS,Fed-Ex) UNIT $1.00 $0.00 $0.00 250 $250.00 Travel Mileage DAY $45.00 $0.00 $0.00 $0.00 Travel Mileage MILE $0.545 $0.00 $0.00 $0.00 24 x 36 BW Bond Sheets SHEET $0.66 $0.00 $0.00 $0.00 24 x 36 Color Bond Sheets SHEET $21.00 $0.00 $0.00 $0.00 24 x 36 Mylar Plots SHEET $13.60 $0.00 $0.00 $0.00 24 x 36 Display Boards EACH $33.00 $0.00 $0.00 $0.00 11 x 17 BW Photocopies SHEET $0.20 $0.00 $0.00 $0.00 11 x 17 Color Photocopies SHEET $2.25 $0.00 $0.00 $0.00 8'/2 x 11 BW Photocopies SHEET $0.15 $0.00 $0.00 $0.00 8'A x 11 Color Photocopies SHEET $1.25 $0.00 $0.00 $0.00 Small Report Binding EACH $40.00 $0.00 WOO $0.00 Medium Report Binding EACH $75.00 $0.00 $0.00 $0.00 Large Report Binding EACH $100.00 $0.00 $0.00 $0.00 Public Notice(News Paper) UNIT $350.00 $0.00 $0.00 $0.00 Survey Equipment(Per Week) UNIT $700.00 $0.00 $0.00 $0.00 Specialty Equipment UNIT $1.00 $0.00 $0.00 $0.00 Permit Fees UNIT $1.00 $0.00 $0.00 $0.00 Plantinspection Review Fees UNIT $1.00 $0.00 $0.00 $0.00 Recording Fees UNIT $1.00 $0.00 $0.00 $0.00 Title Commitments EACH $400.00 MOO $0.00 $0.00 Phase I Archeological Survey UNIT $1.00 $0.00 $0.00 $0.00 Special Waste Radius Report UNIT $1.00 $0.00 $0.00 $0.00 Sub-Totals $0.001 $0.00 1 $250.00 EXHIBIT A Printed on 6/22/20182:30 PM 9 of 9 IHDC