Loading...
19-42 Resolution No. 19-42 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WBK ENGINEERING, LLC FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2019 ROAD MAINTENANCE PROGRAM MANAGEMENT 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 2019 Road Maintenance Program Management, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: March 20, 2019 Adopted: March 20, 2019 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 20thday of March , 20 19 ,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 Road Maintenance Program Management 2019 (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"SUPERINTENDENT". 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. An outline project milestone schedule is provided hereinunder. B. A detailed project schedule for the PROJECT is included as Attachment B,attached hereto, and incorporated into this Agreement by this reference. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the SUPERINTENDENT 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 SUPERINTENDENT;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$174,700.00 in fiscal year 2019 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the SUPERINTENDENT, 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 2019 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°k 2021 with(2) 1 year renewal options covering fiscal years 2022 and 2023.The city will increase the contract"not to exceed total"two and one half percent annually each fiscal year under the agreement through December 31' 2021. If the city exercises the renewal option in 2022 outlined in Section 7 of the agreement, a two and one half percent increase to the contract"not to exceed total"from 2021 will be in place. If the City exercises the renewal option in 2023,a two and one half percent increase to the"not to exceed total"from 2022 will be in place. Fiscal Year Not to Exceed Total 2019 $174,700.00 2020 $179,068.00 2021 1 $183,544.00 2022 $188,133.00 2023 $192,836.00 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. -2 - 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 SUPERINTENDENT. The table below is an estimate of the 2019 project costs and resulting estimated fees 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 Project Design Construction Administration Managemen Project Construction Cost Engineering Engineering t Cost Pavement Marking- n/a Paint $257,000 $12,850 $12,850 $25,700 Sidewalk Repair n/a Program $102,000 $10,200 $12,240 $22,440 Concrete Material Bid $45,000 $1,350 n/a n/a $1,350 Asphalt—Material Bid $207,000 $6,210 n/a n/a $6,210 Oversight of Elgin's MFT Allocation & Program Audit n/a n/a n/a $37,500 $37,500 Coordination Traffic Studies n/a $25,000 n/a n/a $25,000 Street Light Painting $75,000 $7,500 $9,000 n/a $16,500 Design& Construction Engineering on $200,000 $20,000 $20,000 n/a $40,000 Identified FY Department Projects Total Management $174,700 Cost 2019 PROPOSED PROJECT COST WITH FEE STRUCTURE Prior to each successive year of the term of this Agreement commencing with 2020, 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. -3 - 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 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, 2021 concluding a three year agreement for the years 2019, 2020, 2021. The CITY shall also have the options of extending this Agreement for two additional one-year terms for 2022 and 2023. 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 31st. 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 -4- signed by the CITY and the ENGINEER. Regardless of the decision of the SUPERINTENDENT relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the SUPERINTENDENT 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 LLCS 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,defend and hold harmless the CITY,its officers,employees,agents,boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith,including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this section shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official, SUPERINTENDENT, 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 -5 - 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 SUPERINTENDENT 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 SUPERINTENDENT. 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 SUPERINTENDENT as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the SUPERINTENDENT. 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 -6- 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 section, sub-section,phrase,clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. 19. HEADINGS The headings of the several sections of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT -7- 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 SUPERINTENDENT, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the SUPERINTENDENT 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 5133E 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; -8 - 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 SUPERINTENDENT prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the SUPERINTENDENT and to other participants which may affect cost or time of completion,shall be made or confirmed in writing. The SUPERINTENDENT 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 Greg Chismark City of Elgin WBK Engineering,LLC 150 Dexter Court 116 W.Main St.#201 Elgin,IL 60120-5555 St.Charles,IL 60174 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages,minimum wage, workplace safety and legal status of employees. Without limiting the foregoing,ENGINEER hereby certifies,represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legally authorized to work in the United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges -9 - and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such audit. 30. 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. For the purposes of executing this agreement, any signed copy of this agreement transmitted by fax machine or e-mail 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 fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e-mail copy of this agreement shall be re-executed by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such defense. 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 B . City Manager Name rint: Greg Chismark Title: Executive Vice President Att st• City Clerk - 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 Road Maintenance Program Management 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 SERVICS 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 Road Maintenance Program Management 2019 may include the following contracts/projects: Pavement Marking Program — Paint 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 an alternate for school crosswalks. The anticipated construction cost for this program is approximately$257,000.00 with design engineering and construction engineering budgets of 5% and 5% 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 Superintendent will provide WBK will a list of work order locations throughout the City. WBK will field 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 $102,000.00 with design engineering and construction engineering budgets of 10% and 12% respectively of the anticipated cost. Concrete Material Bid WBK Engineering will provide design engineering and bid assistance for the completion of a concrete material bid. WBK will coordinate with City staff on the material type and quantity of concrete and then prepare a bid package. The anticipated cost is $45,000.00 with the design engineering budget of 3% of the anticipated cost. Asphalt Material Bid WBK Engineering will provide design engineering and bid assistance for the completion of an asphalt material bid for Hot-Mix and UPM materials. WBK will coordinate with City staff on the quantity of each asphalt material and then prepare a bid package. The anticipated cost is $207,000.00 with the design engineering budget of 3% of the anticipated cost. Oversight of Elgin's MFT Allocation &Program Management WBK Engineering will coordinate with City staff to develop the programs and approaches to evaluate and improve overall pavement performance throughout the City of Elgin. WBK will complete the City's annual MFT Resolution and Municipal Expenditure Statement paperwork for the MFT General Maintenance Section - program. If requested by City staff,WBK will complete an assessment to optimize the City's use of their annual MFT allocation. WBK will assist City staff with IDOT audit of MFT accounts upon request. These items will be unique and the scope of each effort will be determined by the City staff at the time of the project. - 12- 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 in the Elgin Historic District. WBK will field identify and evaluate the paint conditions of each existing street light 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 $75,000.00 with design engineering and construction engineering budgets of 10% and 12% respectively of the anticipated cost. Design &Construction Engineering on Identified FY Department Projects 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 staff 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. - 13 - ATTACHMENT B PROJECT SCHEDULE 2019 Project Bid Opening Start of Construction/ Completion of Construction/ Design Engineering Design Engineering Pavement Marking Week of 3/11 Week of May 6th Week of September 23rd Paint Sidewalk Repair Program Week of 4/15 Week of June 17th Week of August 5th Start using Awarded Prices Awarded bid prices utilized until Concrete Material Week of 3/11 after Council Approval next year's bid Asphalt-Material Week of 3/11 Start using Awarded Prices Awarded bid prices utilized until after Council Approval next year's bid _` Oversight of Elgin's MFT Allocation&Program n/a Week of February 2"d Week of December 30th • Management • Traffic Studies n/a At City Staff Direction At City Staff Direction Street Light Painting Program Week of 4/15 Week of June 17thWeek of August 5th Design&Const. Engineering on Identified FY n/a At City Staff Direction At City Staff Direction Department Projects - 14- ATTACHMENT C SCHEDULE OF FEES 2019 Proposed Construction Elements and Engineering Fees WBK ENGINEERING, LLC Classification Hourly Rate Principal $ 215 Engineer VI $ 194 Engineer V $ 172 Engineer IV $ 145 Engineer III $ 119 Engineer II $ 100 Engineer I $ 88 Engineering Technician IV $ 140 Engineering Technician III $ 117 Engineering Technician II $ 93 Engineering Technician I $ 78 Senior Scientist $ 183 Environmental Resource Specialist V $ 152 Environmental Resource Specialist IV $ 124 Environmental Resource Specialist III $ 100 Environmental Resource Specialist II $ 88 Environmental Resource Specialist I $ 78 Urban Planner VI $ 194 Urban Planner V $ 154 Urban Planner IV $ 130 Urban Planner III $ 102 Urban Planner II $ 86 Engineering Intern $ 47 Office Professional $ 64 Direct Costs: Copies& Prints, Messenger& Delivery Services, Mileage, etc. Cost+10% Charges include overhead and profit. 0 - 15 -