Loading...
HomeMy WebLinkAbout04-73 Resolution No. 04-73 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT NO. 1 TO AN ENGINEERING SERVICES AGREEMENT WITH URS CORPORATION FOR THE McLEAN BOULEVARD IMPROVEMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that David M.Dorgan,City Manager,and Dolonna Mecum,City Clerk,be and are hereby authorized and directed to execute Amendment No. 1 to an engineering services agreement on behalf of the City of Elgin with URS Corporation for the McLean Boulevard Improvement Project, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: March 31, 2004 Adopted: March 31, 2004 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk CITY OF ELGIN, ILLINOIS MCLEAN BOULEVARD PHASE II ENGINERRING SERVICES ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 1 THIS AGREEMENT AMENDMENT NO. 1, made and entered into this jj4. t day of M A(Lc , 2004, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and URS CORPORATION (hereinafter referred to as "CONSULTANT"), shall modify that Agreement dated June 6, 2001(hereinafter referred to as "AGREEMENT"), whereby the CONSULTANT was engaged to perform professional services in connection with the preparation of final design plans, specifications and quantities as needed for contract bid and construction of the proposed McLean Boulevard Improvement, Kane County, Illinois (hereinafter referred to as the "PROJECT"). WHEREAS such aforementioned professional services did not include additional design services for the PROJECT, AND WHEREAS, the CITY desires the CONSULTANT to provide additional design services for the PROJECT, AND WHEREAS, the CITY desires to include the payments to the CONSULTANT under the AGREEMENT in connection with the professional services with the PROJECT. In response to these additional services, certain revisions and additions must be made to the AGREEMENT. In compliance, therefore, the terms and conditions of the AGREEMENT are modified as specifically set out below. All other parts of the AGREEMENT remain unchanged. SECTION 2 of the AGREEMENT, SCOPE OF WORK, is hereby amended to include following paragraphs: Additional Design Services Consultant shall provide the following additional (Phase II) design services for the portion of the PROJECT under Kane County's jurisdiction; namely, that portion situated between Hopps Road and Bowes Road": 1. Project Management 2. Utility Coordination 3. Right-of-Way 4. Water main A detailed Scope of Additional Design Services is attached hereto as attachment A-2. SECTION 4 of the AGREEMENT, PROJECT SCHEDULE, is hereby amended to read: The CONSULTANT shall commence work on Phase II within five (5) calendar days after the date of Authority to Proceed. The work will be completed and according to the schedule presented on Exhibit E, subject to the variability of time requirements for agency reviews that is beyond the control of the CONSULTANT and the CITY. For purposes of Section 5.2, the PROJECT completion date for Phase II Engineering is November, 2004. PARAGRAPH 5.1 OF SECTION 5, PRIME COMPENSATION, is hereby amended to read: 5.1 Subject to the maximum total payment amount of$561,664, the CONSULTANT shall receive as full payment for completing the preparation of one complete set of Phase II Engineering contract documents required of him under this AGREEMENT, reimbursement of his eligible actual costs in accordance with Section 2.86 of the STANDARD PROVISIONS, including a Fixed Fee amount of $55,681, which is included in the maximum total payment amount. The maximum total payment amount and Fixed Amount are a result of the attached Exhibit D, Cost Estimate of Consultant's Services. The retainage provisions contained in Section 2.81 of the STANDARD PROVISIONS shall not apply to Direct Non-Salary Costs. The attached Exhibits A, B, and C are to be used as set forth in Section 2.81 of the STANDARD PROVISIONS. Invoices shall be prepared in accordance with Section 2.81. IN WITNESS whereof, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though watch copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the City: ATTEST: THE CITY OF ELGIN By (R1143-K----Q_ 7' 119/U Q-C.wv— BY`c �IaGI City Clerk City Manager (SEAL) For the CONSULTANT: Dated this 2 it day of reirne / , AD., 2004 ATTEST: By (a.4"91.1 Project Manager Vice President ATTACHMENT A-2 SCOPE OF ADDITIONAL DESIGN SERVICES ROUTE:MCLEAN BLVD KANE COUNTY SUPPLEMENT NO.1 TASK COMMENTS N1ANHOURS Original completion date for the project was at the end of March 2002 and included submittal of two separate PS&E documents. The PS&E for the City of Elgin was completed on time. However,the PS&E for the Kane PROJECT MANAGEMENT County Division of Transportation Is now anticipated to be completed at the end of November 2003. Gap of 20 month duration required additional project management (coordination,meetings,Invoice review,and other 8 hours per month @ 20 months=160 plus future meeting with KDOT and administration)Instead of the combined project IDOT 200 management. Because of the 20 month gap between the two contracts, combined coordinations with the utility agencies were not UTILITY COORDINATION possible. Additional utility coordination(monthly meetings plus design changes)were required to minimize the Additional coordinations,meetings and preparation 60 impact to the existing utilities. Design Changes 40 Changes were made to the ROW plats during the RIGHT-OF-WAY negotiation. Additional drafting work required to reflect 40 these ROW changes. The proposed water main work was added to the project WATER MAIN as an advance work to the roadway contract after the pre- final submittal. Roadway contract plans will require 20 additional drafting work to reflect this change. Total for Supplement No.1 360 ' URS CORPORATION EXHIBITA • URS Hourly Rate Ranges/Classifications _ Illinois-Missouri Offices Rates As of 2/27/03 IDOT Classification Minimum Average Maximum PrincipalNice President 60.00 60.00 60.00 Senior Project Manager 44.26 . 51.03 56.54 Project Manager 40.52 45.19 52.50 Project Engineer 31.26 38.91 60.00 Technical Spedalist 28.82 47.05 60.00 Senior CMI Engineer 29.20 35.14 57.48 Senior Construction Engineer/Resident 33.00 42.81 55.00 Construction Engineer/Asst. Resident 30.00 31.75 34.22 Senior Structural Engineer 33.92 39.35 45.12 Senior Professional 27.62 36.57 56.74 Staff Engineer 18.64 23.64 29.34 Staff Environmental 15.88 21.05 27.74 Technician 19.22 23.91 32.50 Jr Technician 12.00 16.21 19.08 Administrative/Clerical 8.06 17.86 32.2 Page 1 URS EXHIBIT B URS CORPORATION Statement of Direct Labor, Fringe Benefits and General Overhead Fiscal Year Ended November 1, 2002 BURDEN AND FRINGE BENEFITS Direct Labor 385,754,052 Burden and Fringe Benefits Vacation 33,448,644 8.67% Sick 11,580,148 3.00% Holiday 19,072,554 4.94% Workers Compensation Insurance 3,957,636 1.03% Medical and Life insurance 41,158,767 10.67% Employee Welfare and Development 9,828,417 2.55% Employers Share of FICA 44,237,124 11.47% Unemployment and Disability Insurance 5,664,612 1.47% Total Burden and Fringe Benefits 168,947,902 43.80% Combined Burden and Fringe and General Overhead 130.2032% Source: Statement of Experience and Financial Condition Fiscal year Ending November 1, 2002 6/25/2003 URS EXHIBIT C URS CORPORATION Statement of Direct Labor, Fringe Benefits and General Overhead Fiscal Year Ended November 1, 2002 GENERAL OVERHEAD Direct Labor 385,754,052 General Overhead Indirect Labor 146,886,059 38.08% Operating and Reproduction Supplies 11,866,499 3.08% Administrative, Financial and Legal 20,180,123 5.23% Facility Costs 50,036,410 12.97% Other Rents Leases 8,869,467 2.30% Repairs and Maintenance 9,561,877 2.48% Repairs, Maintenance, Rentals Field Office 0 0.00% Telephone and Utilities 18,910,982 4.90% Travel, Entertainment and Relocation 15,098,598 3.91% Advertising and Business Taxes 3,932,633 1.02% Professional Activities 4,070,456 1.06% Insurance and Permits 6,242,838 1.62% Postage, Fr3eight and Other Expenses 3,364,190 0.87% Corporate G&A Assessment 11,190,204 2.90% Depreciation and Amortization 22,802,387 5.91% Internal Services (3,515,898) -0.91% Bad Debts 0 0.00% Gains/Losses; Bank charges and Other 1,010,683 0.26% Interest Expense 0 0.00% Provision for Losses 0 0.00% State and Local Taxes 2,808,843 0.73% Total Burden and Fringe Benefits 333,316,351 86.41% Combined Burden and Fringe and General Overhead 130.2032% Source: Statement of Experience and Financial Condition Fiscal year Ending November 1, 2002 6/25/2003 Illinois Department of Transportation 2300 South Dirksen Parkway/ Springfield, Illinois/62764 June 11, 2003 Subject: PRELIMINARY ENGINEERING Consultant Unit Prequalification File Mr. Mohammad Hassan Urs Corp/Dba Urs Corp Americas 1701 Golf Rd. Suite 10005'�;6 `��Q5 Roiling Meadows, IL 60008-0000 Dear Mr. Hassan: We have completed our review of your"Statement of Experience and Financial Condition" (SEFC) which you submitted for the fiscal year ending October 31, 2002. Based on your reported transportation related staff and experience, you have been prequalified in the transportation specialization categories indicated on the attached summary. Your firm's total annual transportation fee capacity will be $80,400,000. Your firm's payroll burden and fringe expense rate and general and administrative expense rate totaling 130.2% are approved on a provisional basis and will be used in evaluating your Statement(s) of Interest in our selection process. The actual rate used in agreement negotiations may be determined by our Bureau of Accounting and Auditing in a pre-award audit. Your firm is required to report to this office any additions or deletions of your licensed professional staff or any other key personnel that would affect your firm's pregtaalification in a particular category. This report must be submitted within 15 calendar days of the change. Your firm is prequalified until October 31, 2003. You will be given an additional six months from this date to submit the Corporate and Financial Information portion of the "Statement of Experience and Financial Condition" (SEFC) to remain prequalified. Very truly yours, 34x19_ aulAd_ Cheryl Cathey P.E. Chief of Preliminary Engineering Firm Name: URS CORP/DBA URS CORP AMERICAS Date: 05/01/03 Determination: Prequalification requested at the level of: EIS Prequalification granted at the level of: EIS The following items have been noted in our review of your Environmental Questionnaire. If you wish to submit additional documentation, please do so as soon as possible. © FIRM EXPERIENCE • The Peoria to Macomb Highway EIS Project has not yet been completed,therefore no credit can be given. Once the project is completed you may submit additional information. B ENVIRONMENTAL LEAD • Environmental Lead experience does not indicate required number of environmental documents completed. By Ms. Kunkel or Mr. Millenbruck for prequalification at the CEA level. O ENVIRONMENTAL STAFF • Individuals assigned disciplines not adequately qualified. Based on the information provided,the following persons appear to be qualified at the SEA level: Ms. Bamett for Water, Mr.Schmidt for Ecology, Mr. Lamoree for Air, and Ms. Murphy for Noise. The following persons appear to be qualified at the CEA level:Mr. Kohl and Mr. Hinkle for Water, Ms. Nelson and Mr.Winship for Ecology, Mr.Weiss for Socio-Economics, and Mr. Crawford for Air. O OTHER O Signed cover sheets/FONSIs/RODs were not provided. For multiple projects listed under Lead Experience including MoDOT I-70 project(Mr. Kocour),Twin Cities LRT(Ms.Witzig), Main St/242 Interchange EA(Ms. Kunkel),and 1-70 Second Tier Environmental Documentation and US 51 from 1-64 to Centralia Couple(Mr. Millenbruck). B The attached list shows the level at which each member of your staff has been prequalified. Please refer to this sheet when submitting Statements of Interest on Professional Transportation Bulletin projects. • PREQUALIFIED ENVIRONMENTAL STAFF 05/20/03 FIRM URS CORP/DBA URS CORP AMERICAS Level Requested: EIS Level Granted: EIS The following list contains individuals that meet the minimum requirements for environmental lead(s)and the environmental disciplines prescribed in the standards for environmental report prequalfication. Please note that the environmental lead(s)and environmental specialists are listed for the level of environmental report that they are qualified to perform. Only these individuals(at the level(s)at which they are qualified)may be proposed in your firm's Statements of Interest when responding to projects advertised in Professional Transportation Bulletins. Should you desire to use others,you must submit a supplement to the Questionnaire for Environmental Consultants in sufficient time to have them approved prior to your Statement of Interest submittal. Remember,you are required to report any changes in key personnel to the Consultant Unit within 15 working days of the change. Environmental Leads: Lead(s Simple EA Complex EA EIS 1. Kunkel, Elizabeth Hagerty, Mary C. Hagerty, Mary C. 2. Millenbruck, Mel Kocour, David L. Kocour, David L. 3. Hagerty, Mary Witzig,Jeanne Witzig,Jeanne Environmental Disciplines: Simple Complex Name EA EA EIS Subconsultant Air 1. Haag, Kenneth A. ❑ ❑ 0 2. Lamoree, David 0 ❑ ❑ 3. Crawford,John ❑ B ❑ Ecology 1. Winship, Kevin ❑ B ❑ 2. Bums,James ❑ ❑ 0 3. Nelson, Lydia ❑ © ❑ 4. Rhinehalt, Gregory ❑ ❑ 0 5. Schmidt, Rusty © ❑ ❑ Noise 1. Ingersoll, Deborah ❑ ❑ 0 2. Murphy, Deborah © ❑ ❑ 3. Greene, Robert E. ❑ ❑ 0 Socio-Economics 1. Chase, Neil ❑ ❑ 2. Weiss,Jason ❑ ❑ Water 1. Kohl,James ❑ © ❑ 2. Bamett, Michelle ❑.i ❑ ❑ 3. Hinkle, Raymond ❑ 0 ❑ 4. Irhig,James ❑ ❑ 0 Prequalified staff for Public Involvement Anderson, Carol • Haggerty,Mary Prequalified staff for Technical Writing Boand,Jane Haggerty,Mary SEFC PREQUALIFICATION FIRM:URS CORP/DBA URS CORP AMERICAS SOI CODE: URS DATE: 06/11/03 PLANS,SPECI FICATIONS&ESTIMATES 1. FREEWAYS: X 10. PLATE GIRDER BRIDGE: X 2. ROADS AND STREETS: X 11. TIED ARCH BRIDGE: X 3. AIRPORTS: X 12. SEGMENTED BOX GIRDER BRIDGE: X 4. HIGHWAY STRUCTURE:SIMPLE: X 13. CONT/CANT TRUSS BRIDGE: X 5. HIGHWAY STRUCTURE:TYPICAL X 14. ORTHOTROPIC GIRDER BRIDGE: 6. HIGHWAY STRUCTUREADV TYPICAL X 15. CABLE STAYED GIRDER BRIDGE: X 7. HIGHWAY STRUCTURE:COMPLEX: X 16. TRAFFIC SIGNALS: X 8. RAILROAD BRIDGE: X 17. LIGHTING: X 9. MOVABLE BRIDGE: X 18. PUMPING STATION: X STUDIES 19. LOCATION DRAINAGE: X 22. SAFETY STUDIES: X 20.TRAFFIC STUDIES: X 23. FEASIBILITY STUDIES: X 21.SIGNAL COORDINATION&TIMING(SCAT): A HYDRAULIC REPORTS 24. WATERWAYS TYPICAL: X 26. PUMP STATION: X 25. WATERWAYS COMPLEX X LOCATION AND DESIGN STUDIES 27. REHABILITATION: X 29. NEW CONSTJMAJ RECONST: X 28. RECONSTJMAJ REHAB: X ENVIRONMENTAL STUDIES & REPORTS 30. SIMPLE EA.: X 31. COMPLEX EA: X 32.E.I.S.: X Wdh Kunkel as Lead With Hagerty as Lead With hagerty as Lead or Millenbruck as Lead or Kocour as Lead or Kocour as Lead or Hagerty as Lead or Wittig as Lead or Wdzig as Lead SPECIAL DESIGN STUDIES 33. MASS TRANSIT: X 34. RAILWAY ENGINEERING: X SPECIAL SERVICES 35.ROUTE SURVEY: X 44.LANDSCAPE ARCHITECTURE: X 36.LAND SURVEY: X 45.HAZARDOUS WASTE: X 37.AERIAL MAPPING: 46.ASBESTOS ABATEMENT SURVEY: 38.GEOTECHNICAL ENGR TYPICAL: X 47.CONSTRUCTION INSPECTION: X 39.GEOTECHNICAL ENGR COMPLEX X 48.QUALITY ASSURANCE 40.ELECTRICAL ENGINEERING: X 49.BITUMINOUS MIX DESIGNS 41.MECHANICAL ENGINEERING: X 50.SUBSURFACE UTIUTY ENGINEERING: 42.SANITARY ENGINEERING: X 43.ARCHITECTURE: X X PREQUALIFIED A YOU INDICATED"IN-HOUSE"CAPABILITY IN THESE AREA OF THE"SEFC"BUT WE FOUND NO DETAILED INFORMATION AS REQUESTED ON WHICH TO BASE OUR EVALUATION. P PENDING FUTHER REVIEW Exhibit D COST ESTIMATE OF CONSULTANT SERVICES ROUTE: MCLEAN BLVD FIRM URS Corporation DATE 10/15/03 KANE COUNTY ORIGINAL OVERHEAD RATE 145.50 COMPLEXITY FACTOR 0.000 SUPP. NO. 1 OVERHEAD RATE 130.20 s. OVERHEAD INHOUSE SERVICES %OF ITEM MANHOURS PAYROLL & DIRECT FIXED BY TOTAL GRAND FRINGE BENF COSTS FEE OTHERS TOTAL (A) (B) (C) (D) (E) (F) (G) (H) EARLY COORD./DATA COLLECT 46 1,806 2,627 55 602 5,091 0.91 SUPP.SURVEY 731 15,225 22,152 526 5,078 42,980 7.65 PLAN DEVELOPMENT 100 3,401 4,948 0 1,134 9,483 1.69 DRAINAGE STUDY COORD. 24 711 1,035 0 237 44,984 46,968 8.36 PREFINAL ROADWAY 3856 97,594 141,999 2,835 32,547 274,975 48.96 PREFINAL STRUCTURE 160 4,112 5,983 0 1,371 11,466 2.04 UTILITY ADJUSTMENT 12 413 601 0 138 1,151 0.20 QA/QC 128 5,270 7,668 14 1,758 14,710 2.62 FINAL PLANS 316 8,371 12,181 2,835 2,792 26,179 4.66 QUANTITIES 215 6,703 9,752 0 2,235 18,690 3.33 SPECS/ESTIMATES 54 1,638 2,383 0 546 4,568 0.81 ADMINISTRATION 64 2,332 3,393 0 778 6,503 1.16 PLATS AND LEGALS 0 46,500 46,500 8.28 OUT OF SCOPE WORK 117 3,846 5,596 0 1,283 10,725 1.91 SUBTOTAL 5,823 151,422 220,318 6,265 50,499 91,484 519,988 92.58 SUPPLEMENT NO.1 PROJECT MANAGEMENT 200 9,012 11,734 0 3,006 23,751 4.23 UTILITY COORDINATION 100 4,469 5,819 724 1,490 12,502 2.23 RIGHT-OF-WAY 40 1,367 1,779 0 456 3,602 0.64 WATER MAIN 20 691 900 0 230 1,821 0.32 SUBTOTAL 360 15,539 20,232 724 5,182 0 41,677 7.42 TOTAL 6,183 166,960 240,550 6,989 55,681 91,484 561,664 100 AVERAGE HOURLY PROJECT RATES ROUTE: MCLEAN BOULEVARD FIRM: URS Corporation KANE COUNTY SUPPLEMENT NO. 1 DATE: October 15, 2003 SHEET 1 OF 1 PAYROLL AVG PROJECT MANAGEMENT UTILITY COORDINATION RIGHT-OF-WAY WATER MAIN HOURLY % WGTD % WGTD % WGTD % WGTD CLASSIFICATION RATES HOURS PART. RATE HOURS PART. RATE HOURS PART. RATE HOURS PART. RATE PRINCIPALNICE PRES. $60.00 8 4.0 $2.400 2 2.0 $1.200 0 0 SENIOR PROJECT MGR. $51.03 20 10.0 $5.103 4 4.0 $2.041 PROJECT MANAGER $45.19 140 70.0 $31.633 80 80.0 $36.152 8 20.0 $9.038 10 50.0 $22.595 PROJECT ENGINEER $38.91 16 8.0 $3.113 10 10.0 $3.891 16 40.0 $15.564 TECHNICAL SPECIALIST $47.05 SENIOR CIVIL ENGINEER $35.14 16 8.0 $2.811 4 4.0 $1.406 SENIOR CONST. ENG. $42.81 , SENIOR STRUCT. ENG. $39.35 STAFF ENGINEER $23.64 SURVEYOR $18.00 TECHNICIAN $23.91 16 40.0 $9.564 10 50.0 $11.955 ADMINISTRATIVE $17.86 TOTALS 200 100 $45.06 100 100 $44.69, 40 100 $34.17 20 100 $34.55 EXHIBIT E ANTICIPATED SCHEDULE SOUTH McLEAN BLVD.PHASE II KANE COUNTY DIVISION OF TRANSPORTATION 10/15/2003 2004 2004 March April May June July AU_gust Sept. Oct. Nov. Dec. Jan. Feb. March April 1 1DOT Appraisal Review R.O.W.Negotiation _ Pre-Final Plans Pre:inal Plans Review(Kane) Pre-final Plans Review(IDOL) Oct.15,2003 Final Plans(Myiars) Dec.5,2003 Final Plans-Review(Kane) ,Oct.15.2003 Contract LettingI 'Jan.16,2003 Begin Construction 111111111111111.111.1111111111111. Water Main PS&E Water Main Letting .. i .May 21,2003 Water Main Construction — e o - i< ' Exhibit ibi F ROUTE:MCLEAN BOULEVARD SUMMARY OF DIRECT COSTS URS Corp. KANE COUNTY DATE: 7/ 1/2003 WORK ITEM DESCRIPTION UNITS UNIT QTY #SETS COST COST /TRIPS PROJECT MANAGEMENT Sub-total 0.00 (UTILITY COORDINATION I Trips Miles 0.360 40 10 144.00 Prints(Existing Plans) 1.000 145 4 580.00 Sub-total 724.00 I RIGHT-0F-WAY I Prints Sub-total 0.00 IWATER MAIN Sub-total 0.00 TOTAL DIRECT COSTS 724.00 `qt OF Etc G__�% y City of Elgin Agenda Item No. -Rira,0$F E pOf 00 r March 5, 2004 G 00 N TO: Mayor and Members of the City Council 1. 11611 FINANCIALLY STABLE CITY GOVERNMENT EFFICIENT SERVICES, FROM: David M. Dorgan, City Manager bs ANCIQU4UTYINFRASTRUCTURE k John M. Loete, Public Works Director SUBJECT: Amendment No. 1 to an Agreement with URS Corporation for Design Engineering Services for the S. McLean Blvd. Reconstruction Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider Amendment No. 1 to the engineering services agreement with URS Corporation for additional design phase engineering services for the South McLean Blvd. Reconstruction Project. elk RECOMMENDATION It is recommended that the City Council authorize Amendment No. 1 with URS Corporation in the amount of$41,676.00 and authorize staff to execute the necessary documents. BACKGROUND At its meeting on June 27, 2001, the City Council authorized an agreement with URS Corp. for g rP Phase II Design Engineering Services ($519,988) for the subject project. At the same meeting, an Intergovernmental Agreement with Kane Co. was authorized by City Council which provides! for Kane County to pay 50% of the design fee. The engineering services agreement with URS includes not only the design of the City's section of the South McLean Blvd. widening project which is complete, but also the design of Kane County's section from Hopps Road to Bowes Road. Amendment No. 1 ($41,676.00) provides for additional phase II design engineering services required to complete the design of Kane County's portion. This additional fee will be paid 100% by Kane County. The City, as the lead agency on this project, must authorize the amendment. A copy of amendment No. 1 is attached as Exhibit A. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None South McLean Blvd. Reconstruction Project March 5,2004 Page 2 FINANCIAL IMPACT tkt:'7 Amendment No. I totals $41,676.00. Complete funding for this amendment will be provided to the City by Kane County. Payments to URS will be made from the Riverboat Lease Fund, account number 276-0000-791.93-80, "Public Ways/Street Improvements", project number 339574, "South McLean Widening Project". Payment for each invoice from the consultant will only be made after the funding from Kane County is deposited into the account. The revised agreement with URS Corp. now has a not-to-exceed total amount of$561,755. L ' AL IMPACT • one. ALTERNATIVES 1. Authorize Amendment No. 1 with URS Corp. 2. Do not authorize Amendment No. 1 with URS Corp. Respectfully submitted for Council consideration. do Attachment Amendment No. 1 CITY OF ELGIN,ILLINOIS MCLEAN BOULEVARD PHASE II ENGINERRING SERVICES ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 1 N . 1, made and entered into this da THIS AGREEMENT AMENDMENTOy of , 2004, by and between the CITY OF ELGIN, an Illinois municipal corpora ion (hereinafter referred to as "CITY") and URS CORPORATION (hereinafter referred WI as "CONSULTANT"), shall modify that Agreement dated June 6, 2001(hereinafter referred t4 as "AGREEMENT"), whereby the CONSULTANT was engaged to perform professional serv.ces in connection with the preparation of final design plans, specifications and quantities as nee ed for contract bid and construction of the proposed McLean Boulevard Improvement, K ne County, Illinois (hereinafter referred to as the "PROJECT"). WHEREAS such aforementioned professional services did not include additional design services for the PROJECT, AND WHEREAS, the CITY desires the CONSULTANT to provide additional design services for the PROJECT, j 1 rowAND WHEREAS, the CITY desires to include the payments to the CONSULTANT under the AGREEMENT in connection with the professional services with the PROJECT. In response to these additional services, certain revisions and additions must be mad to the AGREEMENT. In compliance,therefore, the terms and conditions of the AGREEMENT are modified as specifically set out below. All other parts of the AGREEMENT remain unchang d. SECTION 2 of the AGREEMENT, SCOPE OF WORK, is hereby amended to include following paragraphs: Additional Design Services Consultant shall provide following additional design services for the portion of the PROJECT under Kane County's jurisdiction: 1. Project Management 2. Utility Coordination 3. Right-of-Way 4. Water main A detailed Scope of Additional Design Services is attached hereto as attachment A-2. SECTION 4 of the AGREEMENT, PROJECT SCHEDULE, is hereby amended to read: The CONSULTANT shall commence work on Phase II within five (5)calendar days after the date of Authority to Proceed. The work will be completed and according to the schedule presented on Exhibit E, subject to the variability of time requirements for agency reviews that is beyond the control of the CONSULTANT and the CITY. For purposes of Section 5.2, the PROJECT completion date for Phase H Engineering is November, 2003. PARAGRAPH 5.1 OF SECTION 5, PRIME COMPENSATION, is hereby amended to read: 5.1 Subject to the maximum total payment amount of$561,664, the CONSULT T shall receive as full payment for completing the preparation of one completes t of Phase H Engineering contract documents required of him under this AGREEMENT,reimbursement of his eligible actual costs in accordance with Section 2.86 of the STANDARD PROVISIONS,including a Fixed Fee amoun of which is included in the maximum total paymentamount. $55,681, of p ym The maximum total payment amount and Fixed Amount are a result of the attached Exhibit D, Cost Estimate of Consultant's Services. The retainage provisions contained in Section 2.81 of the STANDARD PROVISIONS shall not apply to rDirect Non-Salary Costs. The attached Exhibits A, B, and C are to be used as stet forth in Section 2.81 of the STANDARD PROVISIONS. Invoices shall be prepared in accordance with Section 2.81. r IN WITNESS whereof, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though watch copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the City: ATTEST: THE CITY OF ELGIN By By City Clerk City Manager (SEAL) For the CONSULTANT: Dated this 9 to day of re-LW) ,AD., 2004 ATIEST: BYZLZ_//,% Project Manager Vice President r ATTACHI IT A-2 SCOPE OF ADDITIONAL DESIGN SERVICES ROUTE:MCLEAN BLVD KANE COUNTY SUPPLEMENT NO.1 TASK COMMENTS MANHOURS Original completion date for the project was at the end of March 2002 end included submittal of two separate PS&E documents. The PS&E for the City of Elgin was completed on time. However,the PS&E for the Kane PROJECT MANAGEMENT County Division of Transportation Is now anticipated to be completed at the end of November 2003. Gap of 20 month duration required additional project management (coordination,meetings,Invoice review,and other 8 hours per month C 20 months s 180 plus future meeting with KDOT and administration)Instead of the combined project IDOT 200 management. Because of the 20 month gap between the two contracts, combined coordinations with the utility agencies were not UTILITY COORDINATION possible. Additional utility coordination(monthly meetings plus design changes)were required to minimize the Additional coordinations,meetings and preparation 80 impact to the existing utilities. Design Chengea 40 Changes were made to the ROW plats during the RIGHT-OF-WAY negotiation. Additional drafting work required to reflect 40 these ROW chances. The proposed water main work was added to the project WATER MAIN as an advance work to the roadway contract after the pre- Anal submittal. Roadway contract plans will require 20 additional drafting work to reflect this change. Total for Supplement No.1 380 A • N 1, URS CORPORATION EXH I BITA lintS Hourly Rate Ranges/Classifications _ Illinois-Missouri Offices Rates As of 2/27/03 _ fek IDOT Classification Minimum Average Maximum Principal/Vice President 60.00 60.00 60.00, Senior Project Manager 44.26 . 51.03 56.54 Project Manager 40.52 45.19 52.50 Project Engineer 31.26 38.91 60.00 Technical Specialist 28.82, 47.05 60.00, Senior Civil Engineer 29.20 35.14 57.48 ellb4 Senior Construction Engineer/Resident 33.00 42.81 55.00 Construction Engineer/Asst. Resident 30.00 31.76 34.22 Senior Structural Engineer 33.92 39.35 45.12 Senior Professional 27.62 36.57 56.74 Staff Engineer 18.64 23.64 29.34 Staff Environmental 16.88 21.05 27.74 Technician 19.22 23.91 32.50 Jr Technician 12.00 16.21 19.08 ePw Administrative/Clerica1 8.06 17.86 32.2 Page 1 . • URS EXHIBIT B URS CORPORATION Statement of Direct Labor, Fringe Benefits and General Overhead Fiscal Year Ended November 1, 2002 BURDEN AND FRINGE BENEFITS Direct Labor 385,754,052 Burden and Fringe Benefits Vacation 33,448,644 8.67% Sick 11,580,148 3.00% Holiday 19,072,554 4.94% Workers Compensation Insurance 3,957,636 1.03% Medical and Life insurance 41,158,767 10.67% Employee Welfare and Development 9,828,417 2.55% Employers Share of FICA 44,237,124 11.47% Unemployment and Disability Insurance 5,664,612 1.47% Total Burden and Fringe Benefits 168,947,902 43.80% Combined Burden and Fringe and General Overhead 130.2032% Source: Statement of Experience and Financial Condition Fiscal year Ending November 1, 2002 6/25/2003 . . URS EXHIBIT C URS CORPORATION Statement of Direct Labor,Fringe Benefits and General Overhead Fiscal Year Ended November 1, 2002 GENERAL OVERHEAD Direct Labor 385,754,05-2 General Overhead Indirect Labor 146,886,059 38.08% Operating and Reproduction Supplies 11,866,499 3.08% Administrative, Financial and Legal 20,180,123 5.23% Facility Costs 50,036,410 12.97% Other Rents Leases 8,869,467 2.30% Repairs and Maintenance 9,561,877 2.48% Repairs, Maintenance, Rentals-Field Office 0 0.00% Telephone and Utilities 18,910,982 4.90% Travel, Entertainment and Relocation 15,098,598 3.91% Advertising and Business Taxes 3,932,633 1.02% Professional Activities 4,070,456 1.06% Insurance and Permits 6,242,838 1.62% (11. Postage, Fr3eight and Other Expenses 3,364,190 0.87% Corporate G&A Assessment 11,190,204 2.90% Depreciation and Amortization 22,802,387 5.91% Internal Services (3,515,898) -0.91% Bad Debts 0 0.00% Gains/Losses; Bank charges and Other 1,010,683 0.26% Interest Expense 0 0.00% Provision for Losses 0 0.00% State and Local Taxes 2,808,843 0.73% Total Burden and Fringe Benefits 333,316,351 86.41% Combined Burden and Fringe and General Overhead 130.2032% rk Source: Statement of Experience and Financial Condition Fiscal year Ending November 1, 2002 6/25/20p3 . . Illinois Department of Transportation 2300 South Dirksen Parkway/Springfield, Illinois/62764 June 11, 2003 Subject: PRELIMINARY ENGINEERING Consultant Unit Prequalification File Mr. Mohammad Hassan Urs Corp/Dba Urs Corp Americas 1701 Golf Rd. Suite 1000 OUN1.6.0a Rolling Meadows, IL 60008-0000 Dear Mr. Hassan: We have completed our review of your"Statement of Experience and Financial Condition" (SEFC)which you submitted for the fiscal year ending October 31, 2002. Based on your reported transportation related staff and experience, you have been prequalified in the transportation specialization categories indicated on the attached summary. Your firm's total annual transportation fee capacity will be $80,400,000. Your firm's payroll burden and fringe expense rate and general and administrative expense rate totaling 130.2% are approved on a provisional basis and will be used in evaluating your Statement(s) of Interest in our selection process. The actual rate used in agreement negotiations may be determined by our Bureau of Accounting and Auditing in a pre-award audit. Your firm is required to report to this office any additions or deletions of your licensed professional staff or any Other key personnel that would affect your firm's prequalification in a particular category. This report must be submitted within 15 calendar days of the change. Your firm is prequalified until October 31, 2003: You will be given an additional six months from this date to submit the Corporate and Financial Information portion of the "Statement of Experience and Financial Condition" (SEFC) to remain prequalified. Very truly yours, 0.01. Gvat Cheryl Cathey P.E. Chief of Preliminary Engineering "Pk . . Firm Name: URS CORP/DBA URS CORP AMERICAS Date: 05/01/03 Determination: Prequalification requested at the level of: EIS Prequalification granted at the level of: EIS The following items have been noted in our review of your Environmental Questionnaire. If you wish to submit additional documentation,please do so as soon as possible. • 2 FIRM EXPERIENCE 2 The Peoria to Macomb Highway EIS Project has not yet been completed,therefore no credit can be given. Once the project is completed you may submit additional information. Sa ENVIRONMENTAL LEAD 2 Environmental Lead experience does not indicate required number of environmental documents completed. By Ms.Kunkel or Mr.Millenbruck for prequalification at the CEA level. 2 ENVIRONMENTAL STAFF Individuals assigned disciplines not adequately qualified. Based on the information provided,the following persons appear to be qualified at the SEA level: Ms.Barnett for Water,Mr.Schmidt for Ecology,Mr.Lamoree for Air,and Ms. Murphy for Noise. r The following persons appear to be qualified at the CEA level: Mr.Kohl and Mr. Hinkle for Water, Ms.Nelson and Mr.Winship for Ecology,Mr.Weiss for Socio-Economics, and Mr.Crawford for Air. Ea OTHER RI Signed cover sheets/FONSIs/RODs were not provided. For multiple projects listed under Lead Experience including MoDOT 1-70 project(Mr.Kocour),Twin Cities LRT(Ms.Wilzig), Main St/242 Interchange EA(Ms. Kunkel),and 1-70 Second Tier Environmental Documentation and US 51 from 1-64 to Centralia Couple(Mr.Millenbruck). 2 The attached list shows the level at which each member of your staff has been prequalified. Please refer to this sheet when submitting Statements of Interest on Professional Transportation Bulletin projects. • [ • PREQUALIFIED ENVIRONMENTAL STAFF 05/20/03 FIRM URS CORP/DBA URS CORP AMERICAS Level Requested: EIS Level Granted: EIS The following list contains individuals that meet the minimum requirements for environmental lead(s)and the environmental disciplines prescribed in the standards for environmental report prequalfication. Please note that the environmental lead(s)and environmental specialists are listed for the level of environmental report that they are qualified to perform. Only these individuals(at the level(s)at which they are qualified)may be proposed in your firm's Statements of Interest when responding to projects advertised in Professional Transportation Bulletins. Should you desire to use others,you must submit a supplement to the Questionnaire for Environmental Consultants in sufficient time to have them approved prior to your Statement of Interest submittal. Remember,you are required to report any changes in key personnel to the Consultant Unit within 15 working days of the change. Environmental Leads: • Lead(s Simple EA Complex EA EIS 1. Kunkel,Elizabeth Hagerty,Mary C. Hagerty,Mary C. 2. Millenbruck,Mel Kocour,David L. Kocour,David L 3. Hagerty,Mary Wrtzig,Jeanne Witzig,Jeanne Environmental Disciplines: Simple Complex Name EA EA EIS Subconsultant Air 1. Haag,Kenneth A. ❑ ❑ 0 2. Lamoree,David 0 ❑ 0 3. Crawford,John ❑ 0 ❑ Ecology 1. Winship,Kevin 0 0 0 2. Bums,James 0 ❑ 0 3. Nelson,Lydia ❑ 0 ❑ 4. Rhinehalt,Gregory 0 0 5. Schmidt,Rusty IJ 0 0 Noise 1. Ingersoll,Deborah ❑ 0 2. Murphy,Deborah 8 ❑ 0 3. Greene,Robert E. 0 0 0 Socio-Economics 1. Chase,Neil 0 0 2. Weiss,Jason ❑ 0 0 Water 1. Kohl,James 0 © 0 2. Bamett,Michelle 0 0 3. Hinkle,Raymond ❑ 0 ❑ 4. Irhig,James ❑ ❑ 0 Prequalified staff for Public Inv •olvement olvement Anderson,Carol • • (64 Haggerty,Mary Prequalified staff for Technical Writing Boand,Jane Haggerty,Mary • r SEFC PREQUALIFICATION eilmhk FIRM:URS CORP/DBA URS CORP AMERICAS SOI CODE: URS DATE: 06111/03 PLAN S,SPEC IFICATIONS&ESTIMATES 1. FREEWAYS: X 10. PLATE GIRDER BRIDGE: X 2. ROADS AND STREETS: X 11. TIED ARCH BRIDGE X 3. AIRPORTS: X 12. SEGMENTED BOX GIRDER BRIDGE: X 4. HIGHWAY STRUCTURE:SIMPLE: X 13. CONT/CANT TRUSS BRIDGE: X 5. HIGHWAY STRUCTURE:TYPICAL• X 14. ORTHOTROPIC GIRDER BRIDGE: 6. HIGHWAY STRUCTUREADV TYPICAL X 15. CABLE STAYED GIRDER BRIDGE: X 7. HIGHWAY STRUCTURE:COMPLEX X 16. TRAFFIC SIGNALS: X 8. RAILROAD BRIDGE: X 17. LIGHTING: X 9. MOVABLE BRIDGE: X 18. PUMPING STATION: X STUDIES 19. LOCATION DRAINAGE: X 22. SAFETY STUDIES: X 20.TRAFFIC STUDIES: X 23. FEASIBILITY STUDIES: X 21.SIGNAL COORDINATION&TIMING(SCAT): A HYDRAULIC REPORTS 24. WATERWAYS TYPICAL: X 26. PUMP STATION: X 25. WATERWAYS COMPLEX X LOCATION AND DESIGN STUDIES 27. REHABILITATION: X 29. NEW CONSTJMAJ RECONST: X 28. RECONSTJMAJ REHAB: X ENVIRONMENTAL STUDIES & REPORTS 30. SIMPLE EA.: X 31. COMPLEX EA: X 32.E.I.S.: X With Kunkel as Lead With Hagerty as Lead With hagerty as Lead or Millenbruck as Lead or Kocour as Lead or Kocour as Lead or Hagerty as Lead or Wilzig as Lead or Wittig as Lead SPECIAL DESIGN STUDIES 33. MASS TRANSIT: X 34. RAILWAY ENGINEERING: X SPECIAL SERVICES 35.ROUTE SURVEY: X 44.LANDSCAPE ARCHITECTURE: X 36.LAND SURVEY: X 45.HAZARDOUS WASTE: X 37.AERIAL MAPPING: 46.ASBESTOS ABATEMENT SURVEY: 38.GEOTECHNICAL ENGR TYPICAL X 47.CONSTRUCTION INSPECTION: X 39.GEOTECHNICAL ENGR COMPLEX: X 48.QUALITY ASSURANCE 40.ELECTRICAL ENGINEERING: X 49.BITUMINOUS MIX DESIGNS 41.MECHANICAL ENGINEERING: X 50.SUBSURFACE UTILITY ENGINEERING: 42.SANITARY ENGINEERING: X 43.ARCHITECTURE: X X PREQUAUFIED A YOU INDICATED"IN-HOUSE"CAPABIUTY IN THESE AREA OF THE"SEFC"BUT WE FOUND NO DETAILED INFORMATION AS REQUESTED ON WHICH TO BASE E OUR EVALUATION. P PENDING FUTHER REVIEW Exh. D 1 COST ESTIMATE OF CONSULTANT SERVICES ROUTE: MCLEAN BLVD FIRM URS Corporation DATE 10/15/03 KANE COUNTY ORIGINAL OVERHEAD RATE 145.50 COMPLEXITY FACTOR 0.000 SUPP. NO. 1 OVERHEAD RATE 130.20 OVERHEAD INHOUSE SERVICES %OF ITEM MANHOURS PAYROLL & DIRECT FIXED BY TOTAL GRAND FRINGE BENF COSTS FEE OTHERS TOTAL (A) (B) (C) (D) (E) (F) (0) (H) EARLY COORD./DATA COLLECT 46 1,806 2,627 55 602 5,091 0.91 SUPP.SURVEY 731 15,225 22,152 526 5,078 42,980 7.65 PLAN DEVELOPMENT 100 3,401 4,948 0 1,134 9,483 1.69 DRAINAGE STUDY COORD. 24 711 1,035 0 237 44,984 46,968 8.36 PREFINAL ROADWAY 3856 97,594 141,999 2,835 32,547 274,975 48.96 PREFINAL STRUCTURE 160 4,112 5,983 0 1,371 11,466 2.04 UTILITY ADJUSTMENT 12 413 601 0 138 1,151 0.20 QA/QC 128 5,270 7,668 14 1,758 14,710 2.62 FINAL PLANS 316 8,371 12,181 2,835 2,792 26,179 4.66 QUANTITIES 215 6,703 9,752 0 2,235 18,690 3.33 SPECS/ESTIMATES 54 1,638 2,383 0 548 4,568 0.81 ADMINISTRATION 64 2,332 3,393 0 778 6,503 1.16 PLATS AND LEGALS 0 46,500 46,500 8.28 OUT OF SCOPE WORK 117 3,846 5,596 0 1,283 10,725 1.91 SUBTOTAL 5,823 151,422 220,318 6,265 50,499 91,484 519,988 92.58 SUPPLEMENT NO.1 PROJECT MANAGEMENT 200 9,012 11,734 0 3,006 23,751 4.23 UTILITY COORDINATION 100 4,469 5,819 724 1,490 12,502 2.23 RIGHT-OF-WAY 40 1,367, 1,779 0 456 3,602 0.64 WATER MAIN 20 691 900 0 230 1,821 0.32 SUBTOTAL 360 15,539 20,232 724 5,182 0 41,677 7.42 TOTAL 6,183 166,960 240,550 6,989 55,681 91,484 561,664 100 1 . . AVERAGE HOURLY PROJECT RATES ROUTE:MCLEAN BOULEVARD FIRM: URS Corporation KANE COUNTY SUPPLEMENT NO. 1 DATE: October 15, 2003 SHEET 1 OF 1 PAYROLL AVG PROJECT MANAGEMENT UTILITY COORDINATION RIGHT-OF-WAY WATER MAIN HOURLY % WGTD % WGTD % WGTD % WGTD CLASSIFICATION RATES HOURS PART. RATE HOURS PART. RATE HOURS PART. RATE HOURS PART. RATE PRINCIPALNICE PRES. $60.00 8 4.0 $2.400 2 2.0 $1.200 0 0 SENIOR PROJECT MGR. $51.03 20 10.0 $5.103 4 4.0 $2.041 PROJECT MANAGER $45.19 140 70.0 $31.633 80 80.0 $36.152 8 20.0 $9.038 10 50.0 $22.595 PROJECT ENGINEER $38.91 16 8.0 $3.113, 10 10.0 $3.891 16 40.0 $15.564 TECHNICAL SPECIALIST $47.05 SENIOR CIVIL ENGINEER $35.14 16 8.0 $2.811 4 4.0 $1.406 SENIOR CONST. ENG. $42.81 SENIOR STRUCT. ENG. $39.35 STAFF ENGINEER $23.64 SURVEYOR $18.00 TECHNICIAN $23.91 16 40.0 $9.564 10 50.0 $11.955 ADMINISTRATIVE $17.86 TOTALS 200 100 $45.06 100 100 $44.69 40 100 $34.17 20 100 $34.55 , EXh� I E ANTICIPATED SCHEDULE SOUTH McLEAN BLVD.PHASE II KANE COUNTY DIVISION OF TRANSPORTATION 10/15/2003 2004 2004 March , April _ May June July August Sept. Oct. Nov. Dec. Jan. Feb. March April DOT Appralsal-Review R:O.W Uegotiation ' Are-Final Plans T Pre-final Plans Review(Kane) Pre-final Plana Review(16OT) Oct.15,2003 Final Plans(Mylars) :Dec.5,2003 Final Pians Review(Kane) _ _ = Oct.15,2003 Contract Letting _ - f 'Jan.16,_,2003 Begin Construction 11.1111111111.1111111111111.111 Water Main PS&E Water Main Letting _ J ,May 21,2003 Water Main Construction Exhibit F ROUTE:MCLEAN BOULEVARD SUMMARY OF DIRECT COSTS URB Corp. KANE COUNTY DATE:7/21/2003 WORK ITEM DESCRIPTION UNITS UNIT OTY #SETS COST COST /TRIPS !PROJECT MANAGEMENT Sub-total 0.00 (UTILITY COORDINATION Trips Miles 0.360 40 10 144.00 Prints(Existing Plans) 1.000 145 4 580.00 Sub-total 724.00 IRIGHT-OF-WAY Prints Sub-total 0.00 !WATER MAIN Sub-total 0.00 TOTAL DIRECT COSTS 724.00