HomeMy WebLinkAbout24-18 Resolution No. 24-18
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH WBK ENGINEERING, LLC
FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE MAINTENANCE
MANAGEMENT& ON-CALL ENGINEERING SERVICES
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.020B(9)the City Council hereby finds that an
exception to the requirements of the procurement ordinance is necessary and in the best interest of
the city; and
BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are
hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with WBK
Engineering, LLC, for professional services in connection with the maintenance management &
on-call engineering services, a copy of which is attached hereto and made a part hereof by
reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: January 24, 2024
Adopted: January 24, 2024
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/Kimberly Dewis
Kimberly Dewis, City Clerk
AGREEMENT
THIS AGREEMENT is made and entered into this 24th day of January , 20 24 , by
and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as
"CITY") and WBK Engineering, LLC, an Illinois corporation (hereinafter referred to as
"ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with the Maintenance Management & On-Call Engineering Services
(hereinafter referred to as the PROJECT); and
WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes
relating to professional registration of individuals and has the necessary expertise and experience
to furnish such services upon the terms and conditions set forth herein below.
NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER
that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises
and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and
represent it in the engineering matters involved in the PROJECT as described herein, subject to
the following terms and conditions and stipulations, to-wit:
1. SCOPE OF SERVICES
A. All work hereunder shall be performed under the direction of the Public Works
Director of the CITY, herein after referred to as the"DIRECTOR".
B. The ENGINEER shall provide to the CITY the services as set forth in the Scope of
Services attached hereto as Attachment A. In the event of any conflict between the
terms and provisions of this Agreement and the terms and provisions of Attachment
A,terms and provisions of this Agreement shall control.
C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A,
and incorporated into this Agreement by this reference.
2. PROGRESS REPORTS
A. A project schedule for the PROJECT for 2024 is included as Attachment B,
attached hereto, and incorporated into this Agreement by this reference. Progress
will be recorded on the project schedule and submitted monthly as a component of
the Status Report described in B below. Prior to each successive year of the term
of this Agreement commencing with 2025,the CITY shall provide the ENGINEER
a new project schedule for the upcoming year.
B. 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 hourly rate for the
classifications of personnel employed on the PROJECT, with the total fee not to
exceed S180,000.00 in fiscal year 2024 regardless of the actual costs incurred by
the ENGINEER unless substantial modifications to the scope of the work are
authorized in writing by the DIRECTOR and approved by way of written
amendment to this Agreement executed by the parties. ENGINEER'S current
schedule of rates and fees are set forth in Attachment C hereto. Increases in such
rates and fees for the years in this agreement after 2024 shall not exceed two and
one half percent annually. The term of this agreement,identified in Section 7 below,
is a multiyear agreement concluding on December 31 St 2026 with(2) 1 year renewal
options covering fiscal years 2027 and 2028. The city will increase the contract
"not to exceed total" two and one half percent annually each fiscal year under the
agreement through December 31S' 2026. If the city exercises the renewal option in
2027 outlined in Section 7 of the agreement,a two and one half percent increase to
the contract "not to exceed total" from 2026 will be in place. If the City exercises
the renewal option in 2028,a two and one half percent increase to the"not to exceed
total" from 2027 will be in place.
Fiscal Year Not to Exceed Total
2024 $180,000.00
2025 $184,500.00
2026 $189,112.00
2027 $193,839.00
2028 $198,684.00
-2 -
B. The cost of outside services provided by other firms or sub consultants and the cost
of any reimbursable expenses are included within the total not to exceed fee
amounts provided for in Section 4A above.
C. 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. The table below is an estimate of the
2024 project costs and resulting estimated fees(management cost)to be paid to the
ENGINEER pursuant to this agreement.
Payments for each task shall not be made until the task is completed and accepted.
2024 PROPOSED PROJECT COST WITH FEE STRUCTURE
Project Project Design Construction Management
Construction Cost Engineering Engineering Cost
--
Pavement Marking Program
—Paint/Thermoplastic $450,000 $22,500 $27,000 $49,500
Sidewalk Repair Program $350,000 $17,500 $35,000 $52,500
HMA& PCC Material
Request for Quotations $300,000 $9,000 n/a $9,000
Traffic Studies n/a $18,000 n/a $18,000
Street Light Painting $100,000 $5,000 $6,000 $11,000
On-Call Engineering Services $200,000 $20,000 $20,000 $40,000
Total Management Cost $180,000
Prior to each successive year of the term of this Agreement commencing with 2025, the CITY
shall provide the ENGINEER a new project cost fee structure identifying the various projects,
project construction cost, design engineering cost construction engineering cost and management
cost for that project year with the total fees and cost for each year not to exceed fee amounts
provided in Section 4A above.
5. INVOICES
A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress
reports (2B 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
-3 -
times during the Agreement period, and for a year after termination of this
Agreement.
6. TERMINATION OF AGREEMENT
Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time
upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is
so terminated, the ENGINEER shall be paid for services actually performed and reimbursable
expenses actually incurred prior to termination, except that reimbursement shall not exceed the
task amounts set forth under section 4 above.
7. TERM
This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed
and, unless terminated for cause or pursuant to section 6, shall be deemed in effect from inception
until December 31, 2026 concluding a three year agreement for the years 2024, 2025, and 2026.
The CITY shall also have the options of extending this Agreement for two additional one-year
terms for 2027 and 2028. To exercise such options, the CITY shall notify the ENGINEER by
written notice that the CITY is exercising its option to extend the Agreement for the additional
year in question not less than sixty (60) days prior to the end of the then current term. 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. The fiscal
year of the city is a 12-month period ending December 31 st. The obligations of the City under any
contract for any fiscal year are subject to and contingent upon the appropriation of funds sufficient
to discharge the obligations which accrue in that fiscal year and authorization to spend such funds
for the purposes of contract. If, for any fiscal year during the term of this agreement, sufficient
funds for the discharge of the City's obligations under the agreement are not appropriated and
authorized, then the agreement shall terminate as of the last day of the preceding fiscal year, or
when such appropriated and authorized funds are exhausted, whichever is later, without liability
to the City for damages, penalties or other charges on account of such termination.
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
-4-
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 action by the ENGINEER arising out of this Agreement must be filed within one year of
the date the alleged cause of action arose or the same will be time-barred. The provisions of this
section shall survive any expiration,completion and/or termination of this Agreement.
10. INDEMNIFICATION
To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, 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, and hold harmless such action shall be defended by
legal counsel of the CITY's choosing. The provisions of this section shall survive any expiration
and/or termination of this Agreement.
11. NO PERSONAL LIABILITY
No official, DIRECTOR, officer, agent or employee of the CITY shall be charged personally or
held contractually liable under any term or provision of this Agreement or because of their
execution, approval or attempted execution of this Agreement.
12. INSURANCE
The ENGINEER shall provide, maintain and pay for during the term of this Agreement the
following types and amounts of insurance:
A. Comprehensive Liability. A policy of comprehensive general liability insurance
with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000
aggregate for property damage.
The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance
naming the CITY as additional insured. The policy shall not be modified or
terminated without thirty (30) days prior written notice to the DIRECTOR.
-5 -
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/AFFIRMATIVE ACTION
The ENGINEER will not discriminate against any employee or applicant for employment because
of race,color,religion,sex,national origin,age,ancestry,order of protection status,familial status,
marital status, physical or mental disability, military status, sexual orientation, or unfavorable
discharge from military service which would not interfere with the efficient performance of the
job in question. ENGINEER shall take affirmative action to comply with the provisions of Elgin
Municipal Code Section 5.02.040 and will require any subcontractor to submit to the CITY a
written commitment to comply with those provisions. ENGINEER shall distribute copies of this
commitment to all persons who participate in recruitment, screening, referral and selection of job
applicants and prospective subcontractors. ENGINEER agrees that the provisions of Section
5.02.040 of the Elgin Municipal Code, 1976, as amended, is hereby incorporated by reference, as
if set out verbatim.
-6 -
No person shall be denied or subjected to discrimination in receipt of the benefit of any services
or activities made possible by or resulting from this Agreement on the grounds of race, color,
religion,sex,national origin,age,ancestry,order of protection status,familial status,marital status,
physical or mental disability, military status, sexual orientation, or unfavorable discharge from
military service.
Any violation of this paragraph shall be considered a violation of a material provision of this
Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part,
of the Agreement by the CITY.
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 section, sub-section,phrase, clause or other provision of
this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all
other portions of this Agreement shall remain in full force and effect.
19. HEADINGS
The headings of the several sections of this Agreement are inserted only as a matter of convenience
and for reference and in no way are they intended to define, limit or describe the scope of intent of
any provision of this Agreement,nor shall they be construed to affect in any manner the terms and
provisions hereof or the interpretation or construction thereof.
-7 -
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;
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;
- 8 -
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 seg. A copy of such policy shall be
provided to the DIRECTOR prior to the entry into and execution of this agreement.
27. WRITTEN COMMUNICATIONS
All recommendations and other communications by the ENGINEER to the DIRECTOR and to
other participants which may affect cost or time of completion, shall be made or confirmed in
writing. The DIRECTOR may also require other recommendations and communications by the
ENGINEER be made or confirmed in writing.
28. NOTICES
All notices, reports and documents required under this Agreement shall be in writing and shall be
mailed by First Class Mail, postage prepaid, addressed as follows:
A. As to CITY: B. As to ENGINEER:
Aaron Neal Vince DiPrima
Public Works Director WBK Engineering, LLC
City of Elgin 116 W. Main Street, Suite 201
1900 Holmes Road St. Charles, IL 60174
Elgin, IL 60123
29. COMPLIANCE WITH LAWS
Notwithstanding any other provision of this Agreement it is expressly agreed and understood that
in connection with the performance of this Agreement that the ENGINEER shall comply with all
applicable Federal, State, City and other requirements of law, including, but not limited to, any
applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal
status of employees. Without limiting the foregoing,ENGINEER hereby certifies, represents and
warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing
products and/or services with respect to this Agreement shall be legally authorized to work in the
United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges
and fees and give all notices necessary and incident to the due and lawful prosecution of the work,
-9 -
and/or the products and/or services to be provided for in this Agreement. The CITY shall have the
right to audit any records in the possession or control of the ENGINEER to determine
ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds
with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant
records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such
audit.
30. COUNTERPARTS AND EXECUTION
This Agreement may be executed in counterparts, each of which shall be an original and all of
which shall constitute one and the same agreement. This Agreement may be executed
electronically,and any signed copy of this Agreement transmitted by facsimile machine, email,or
other electronic means shall be treated in all manners and respects as an original document. The
signature of any party on a copy of this Agreement transmitted by facsimile machine, email, or
other electronic means shall be considered for these purposes an original signature and shall have
the same legal effect as an original signature.
IN WITNESS WHEREOF, the parties hereto have entered into and executed this
Agreement effective as of the date and year first written above.
FOR THE FOR THE ENGINEER:
By By:
City Manager Name/P ' t: emi• e
Title: B1oar4 Mmber
Att st:
City Clerk
Legal Dept\Agreement\WBK Engineering Agr-Maint Manage-On Call Services-Clean-12-15-23.docx
- 10 -
ATTACHMENT A
SCOPE OF SERVICES
WBK Engineering, LLC (WBK) (the ENGINEER) will provide the following described services
for the City of Elgin(the CITY)with respect to Maintenance Management&On-Call Engineering
Services as required each year by the PROJECT:
Provide Engineering Services and Engineering Inspection Services generally in accordance with
the requirements of the Illinois Department of Transportation as outlined in IDOT BLR form
05520 (Maintenance Engineering to be Performed by a Consulting Engineer) and as further
described.
ENGINEERING SERVICES shall include:
Investigation of the condition of the streets or highways for determination (in consultation with
the local highway authority) of the maintenance operations to be included in the maintenance
program: preparation of the maintenance resolution, maintenance estimate of cost and, if
applicable,proposal;attendance at meetings of the governing body as may reasonably be required;
attendance at public letting; preparation of the contract and/or acceptance of BLR 12330 form.
The maintenance expenditure statement is anticipated to be submitted to IDOT within 3 months of
the end of the maintenance period. Coordination with City staff relative to MFT eligible
maintenance costs for preparation of IDOT forms.
ENGINEERING INSPECTION shall include:
Furnishing the engineering field inspection, including preparation of payment estimate for
contract, material proposal and/or deliver and install proposal and/or checking material invoices
of those maintenance operations requiring engineering field inspection. Routine maintenance
operations as described in Chapter 14-2.04 of BLRS Manual may or may not require engineering
inspection.
TESTING SERVICES shall include:
Furnishing pavement cores during the design engineering phase, nuclear density testing during
paving operations,asphalt plant inspection prior to paving activities,and review of the QC Asphalt
plan for paving. It shall also include concrete field testing services, collection of concrete
cylinders, concrete break reports, and review of the QC Concrete plan. All field testing services
will follow the QC/QA program established by IDOT, to ensure that independent test results are
provided. All testing services under this contract are anticipated to be performed by a sub-
consultant working with WBK and acceptable to the CITY.
The Maintenance Management & On-Call Engineering Services may include the following
contracts/projects:
Pavement Marking Program —Paint/Thermoplastic
WBK Engineering will provide design engineering,bid assistance and construction inspection for
the re-application and/or modification of pavement markings on a City-Wide Pavement Marking
Program. WBK will field identify and evaluate existing pavement marking locations and
conditions within the city including thermoplastic, polyurea, epoxy and paint. The program shall
also include school crosswalks and a new downtown bike lane program. The anticipated
construction cost for this program is approximately $450,000 with design and construction
engineering budgets of 5%and 6%respectively of the anticipated cost.
Sidewalk Repair Program
WBK Engineering will provide design engineering, bid assistance and construction inspection for
sidewalk removal and replacement on a City-Wide Sidewalk Repair Program. The Public Works
Director will provide WBK will a list of work order locations throughout the City. WBK will
identify and evaluate each sidewalk location and determine the extent of work required to repair
the sidewalk. The anticipated cost for this program is approximately $350,000 with design and
construction engineering budgets of 5%and 10%respectively of the anticipated cost.
HMA & PCC Material Request for Quotations
WBK Engineering will provide design engineering and bid assistance for the completion of a
HMA and PCC Material Request for Quotations. WBK will coordinate with City staff on the
material type and quantity of HMA and PCC and then prepare separate bid packages. The
anticipated cost is $300,000 with the design engineering budget of 3%of the anticipated cost.
Traffic Studies
WBK Engineering will complete traffic studies at various locations that are to be determined by
City staff as traffic issues arise. The overall scope of the study will be determined on a case by
case basis. WBK will draft an outline scope of the traffic study and seek written approval from the
CITY prior to proceeding. Once approved, WBK will evaluate the given location, complete a
traffic study and provide the necessary recommendations. Recommendations may be provided
verbally, in a technical memorandum and/or with an exhibit as determined by the approved scope.
Final engineering plans and construction documents are not included in this task.
Street Light Painting Program
WBK Engineering will provide design engineering, bid assistance and construction inspection for
street light painting and maintenance. WBK will identify and evaluate the paint conditions of each
existing streetlight under City maintenance. Then WBK will create a street light maintenance
spreadsheet and provide a recommended annual program with staff guidance. The anticipated cost
for this program is approximately $100,000.00 with design and construction engineering budgets
of 5%and 6% respectively of the anticipated cost.
On-Call Engineering Services
WBK Engineering will complete design and construction engineering services on an as needed
basis for the City of Elgin.These projects will be determined by City staff and the scope of services
for each effort will be determined by City staff in conjunction with WBK at the time of the project.
WBK will draft an outline scope of the design and construction engineering services and seek
written approval from the CITY prior to proceeding. Services may include planning, preliminary
engineering, final engineering, bid specification preparation, bid assistance and part-time or full-
time construction engineering services.
- 12 -
ATTACHMENT B
PROJECT SCHEDULE 2024
Project Bid Opening Start of Construction/ Completion of Construction/
Design Engineering Design Engineering
-
Pavement Marking
Program-Paint/ Week of 3/25 Week of May 6th Week of October 21't
Thermoplastic
Sidewalk Repair Program Week of 4/22 Week of June 17th Week of August 5th
HMA&PCC Material Week of 3/25 Start using Awarded Prices Awarded bid prices utilized until
Request for Quotations after Council Approval next year's bid
Traffic Studies n/a At City Staff Direction At City Staff Direction
Street Light Painting Week of 4/22 Week of June 17th Week of August 5th
Program
On-Call Engineering
Services n/a At City Staff Direction At City Staff Direction
- 13 -
ATTACHMENT C
SCHEDULE OF FEES
2024 Proposed Construction Elements and Engineering Fees
WBK ENGINEERING, LLC
Classification Hourly Rate
Principal $ 245
Engineer VI $ 210
Engineer V $ 190
Engineer IV $ 170
Engineer III $ 150
Engineer II $ 130
Engineer I $ 120
Urban Planner VI $ 225
Urban Planner V $ 195
Urban Planner IV $ 170
Urban Planner III $ 130
Urban Planner II $ 110
Environmental Resource Specialist V $ 160
Environmental Resource Specialist IV $ 140
Environmental Resource Specialist III $ 120
Environmental Resource Specialist II $ 105
Environmental Resource Specialist I $ 95
Technician V $ 180
Technician IV $ 150
Technician III $ 140
Technician II $ 110
Technician I $ 95
Intern $ 80
Administrative $ 90
Direct Costs: Copies & Prints, Messenger &
Delivery Services, Mileage, etc. Cost +10%
Charges include overhead and profit.
- 14 -