Loading...
HomeMy WebLinkAbout23-57 Resolution No. 23-57 RESOLUTION AUTHORIZING EXECUTION OF AN AMENDMENT AGREEMENT NO. 1 WITH ENGINEERING ENTERPRISES, INC. FOR SUPPLEMENTAL CONSTRUCTION PHASE PROFESSIONAL ENGINEERING SERVICES IN CONNECTION WITH THE LEAD SERVICE LINE REPLACEMENT (LSLR) PROGRAM—YEAR 2 IMPROVEMENTS CONSTRUCTION ENGINEERING 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 Amendment Agreement No. I on behalf of the City of Elgin with Engineering Enterprises, Inc., for supplemental construction phase professional engineering services in connection with the Lead Service Line Replacement (LSLR) Program — year 2 improvements construction engineering, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 12, 2023 Adopted: April 12, 2023 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk 3/9/23 AMENDMENT AGREEMENT No. 1 THIS AMENDMENT AGREEMENT No. 1 is made and entered into this 12 day of April , 2023,by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as "CITY") and ENGINEERING ENTERPRISES, INC., an Illinois Corporation (hereinafter referred to as"ENGINEER"). WHEREAS, the CITY has previously entered into an agreement with the ENGINEER dated November 2nd.2022,to furnish certain professional services in connection with the Lead Service Line Replacement (LSLR) Program — Year 1 Improvements (hereinafter referred to as the "Original Agreement");and WHEREAS, the parties hereto have determined it to be in their best interest to amend Original Agreement; and WHEREAS,the City has determined that the proposed scope of the Project should be modified to include Supplemental Construction Phase Professional Engineering Services for the LEAD SERVICE LINE REPLACEMENT (LSLR) PROGRAM — YEAR 2 IMPROVEMENTS CONSTRUCTION ENGINEERING (hereinafter referred to as"Supplemental Services"); and WHEREAS, the Original Agreement provides for a maximum payment of$226,913.00;and WHEREAS,the parties hereto have determined and agree that the total maximum payment for the Supplemental Services described in this Amendment Agreement No. 1 shall be in the amount of $1,123,945.00; and WHEREAS, the additional work to be authorized pursuant to this Amendment Agreement No. 1 has been resubmitted for pricing with the ENGINEER pursuant to the procurement of designated professional services process in the same manner for which the Original Agreement was priced and procured; and WHEREAS, the changes contemplated by this Amendment Agreement No. 1 are germane to the Original Agreement as signed; and this Amendment Agreement No. 1 is in the best interests of City and is authorized by law. NOW,THEREFORE,for and in consideration of the mutual promises and covenants provided for herein, and other good and valuable consideration, the sufficiency of which is hereby acknowledged,the parties hereto agree as follows: 1. The above recitals are incorporated into and made a part of this agreement as if fully recited hereby. 2. That Section 1 of the Original Agreement is hereby amended by adding the following subparagraph E thereto to read as follows: - 1 - 3/9/23 "The Engineer shall also provide Supplemental Services for the Project which includes the Construction Phase Professional Engineering for the LEAD SERVICE LINE REPLACEMENT(LSLR)PROGRAM—YEAR 2 IMPROVEMENTS in accordance with Attachment A-1 and Engineer shall furnish such Supplemental Services for the Project as outlined and detailed in Attachment C-1," 3. That Section 2 of the Original Agreement is hereby amended by adding the following to the end of Subparagraph B: "B. Engineer shall provide the Supplemental Services provided for in Amendment Agreement No. 1 in accordance with the schedule outlined herein and detailed in Attachment B-L" 4. That Section 4 of the Original Agreement is hereby amended by adding the following paragraph E and Payment Schedule to read as follows: "E. For services described in Attachments A-1, C-1, Engineer shall be paid at an hourly rate for the classifications of personnel who perform work on this Project; provided, however,that Engineer shall be paid a total maximum fee of$1,123,945.00 for the services to be provided pursuant to this Amendment Agreement No. 1,regardless of the actual time or actual costs incurred by the Engineer unless substantial modifications and scope of work are authorized in writing by the City and approved pursuant to a further written amendment to this Agreement. The total fees to be paid to the Engineer pursuant to the Original Agreement and Amendment Agreement No. 1 now total$1,350,858.00. The detailed basis of the additional fee associated with Amendment Agreement No. 1 is included in Attachment C-1 and is based on hourly rates of personnel utilized. The attached Standard Schedule of Charges dated January 2023 will be utilized for this Project attached hereto as Attachment D-1." -2- 3/9/23 Payment Schedule for Supplemental Services INVOICE ESTIMATED% ESTIMATED VALUE ESTIMATED INVOICE DATE COMPLETE OFWORKCOMPLETE VALUE 5/30/2023 3% $ 33,718.35 $ 33,718.35 6/30/2023 16% $ 179,831.20 $ 146,112.85 7/31/2023 29% $ 325,944.05 $ 146,112.85 8131/2023 42% $ 472,056.90 $ 146,112.85 9/30/2023 55% $ 618,169.75 $ 146,112.85 10/31/2023 68% $ 764,282.60 $ 146,112.85 11/30/2023 81% $ 910,395.45 $ 146,112.85 12/31/2023 95% $ 1,067,747.75 $ 157,352.30 1/31/2024 95% $ 1,067,747.75 $ - 2/29/2024 95% $ 1,067,747.75 $ - 3/31/2024 95% $ 1,067,747.75 $ - 4/30/2024 97% $ 1,090,226.65 $ 22,478.90 5/31/2024 98% $ 1,101,466.10 $ 11,239.45 6/30/20241 100% $ 1,123,945.00 $ 22,478.90 Total $ 1,123,945.00 6. That except as amended in this Amendment Agreement No. 1 the Original Agreement shall remain in full force and effect. Except as expressly amended in this Amendment Agreement No. 1, the terms and provision of the Original Agreement shall also apply to the Supplement Services provided for in this Amendment Agreement No. 1, including, but not limited to, the provisions of Section 31 of the Original Agreement providing for IEPA Professional Services Contract Clauses set forth in Attachment E thereto. 7. That in the event of any conflict between the terms of the Original Agreement, and the provisions in this Amendment Agreement No. 1, the provisions of this Amendment Agreement No. 1 shall control. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY IN CONSULTANT By: By: City Manager `—Its Principal Atte t: Attest: City Clerk Its Executive Assistant - 3 - ATTACHMENT A-1 SCOPE OF SERVICES LEAD SERVICE LINE REPLACEMENT — YEAR 2 City of Elgin, IL The City of Elgin has identified 910 side lead services lines to be replaced (main to meter) using funds from the IEPA Public Water Supply Loan Program (PWSLP) and the American Rescue Plan Act (ARPA). The services replacements will be divided into four separate projects, Contract A (IEPA $4M), Contract B (ARPA $5.5M), Contract C (ARPA $1 M), and Contract D (Emergency Repairs). To date the City has prepared and received approval of a Drinking Water Project Plan, submitted a loan application for review and approval by the IEPA for Contract A (IEPA $4M), and is currently engaged in the design phase of the project. The City is seeking to proceed to the next phase of the loan program, which includes approval of the construction engineering agreement. EEI's proposed scope of service items are as follows: The following list of work items establishes the scope of engineering services for this project: CONSTRUCTION ENGINEERING 3.1 Construction Administration • Project Management • Prepare for, Attend, and Facilitate the Preconstruction Meeting Including Preparation of Meeting Minutes • Shop Drawing Review • Resident Notifications (3 Total; English and Spanish) Overall Project Information and General Schedule o Notice of Service Replacement Restoration and Flushing Guidelines • Project Manager Attendance of Field Meetings; 2 meetings per month for 8 Months - (Excluding Contract D - Emergency Repairs) • Prepare Pay Estimates - 8 each for Contract A (IEPA $4M), Contract B (ARPA $5.5M), and Contract D (Emergency Repairs); 3 each for Contract C (ARPA $1 M) • Change Orders (3 Each) • IEPA Disbursement Requests (8 each) — Contract A (IEPA 4$m) Only • IEPA Project Closeout- Contract A (IEPA $4M) Only 3.3 Observation and Documentation • Home Assessment with Contractor; Includes Photo Management • Construction Observation, Including: Quantity Tracking, Documentation and Daily Field Reports (E-Mail and Salesforce) On-Site Meetings with City as needed • Punch Walks and Letters (4 Each per Contract) The following scope of services will be provided by EEI's Subconsultant: • On-Call CCDD Testing and Certification — LPC 662 (Rubino Engineering Inc.) • Waste Profile Testing (Rubino Engineering Inc.) • Material Testing (Rubino Engineering Inc.) • Plumbing and Grounding Inspections (B&F Construction Code Services, Inc.) Professional Services Agreement Construction Engineering Scope of Services EXCLUSIONS The above scope of services excludes the following: • Attendance at City Council Meeting • Construction Layout • Post Construction Field Survey and/or Record Drawings • Resident Coordination During Construction (By Contractor) The above scope summarizes the work items that will be completed for this contract. Additional work items, including additional meetings beyond the meetings defined in the above scope shall be considered outside the scope of the base contract and will be billed in accordance with EEI's Standard Schedule of Charges (Attachment D-1) in affect at the time the extra work is performed. TY •ATTACHMENT B-1 ESTIMATED SCHEDULE CLIENT PROJECT NUMBER SERVICE LINE REPLACEMENT-YEAR 2 /23 jMWS PROJECT TITLE DATE PREPARED BY •� SERVICE ® TASK DESCRIPTION 2023 APR MAY JUN JUL AUG, �IOV DEC JAN FEB MAR APR MAY JUN �f 52 Wheeler Road Sugar Grove, IL 60554 Tel:630.466.6700 Fax:630.466.6701 www.eeiweb.com ATTACHMENT C-1: ESTIMATE OF OF •- . ASSOCIATED COST PROFESSIONAL PROJECT City of Elgin EG2201 PROJECTDATE PREPARED BY Lead Service Line Replacement-Year 2 1120/23 TASK • � AS TASK DESCRIPTION HOURS COST •: • CONTRACT A(IEPA$4M 3.1 1construction Administration 8 130 101 - I 1 10 1 111 250 1 $ 54,138 3.3 jObservation and Documentation - 216 1.600 - 1,816 1 $ 306,336 Insert Task Subtotal: 8 130 317 1,600 10 1 111 2,066 1 $ 360,474 CONTRACT B ARPA$5.5M 3 1 lConstruction Administration 8 163 153 10 1 335 $ 72,217 3.3 jObservation and Documentation - 216 2,200 2,416 $ 405,336 Insert Task Subtotal: 8 163 369 2,200 10 1 2,751 $ 477,553 CONTRACT C ARPA$1 M 3.1 lConstruction Administration 3 55 35 10 1 104 $ 22,057 3.3 jObservation and Documentation - 16 400 416 $ 69,136 Insert Task Subtotal: 3 55 51 400 10 dl 1 520 1 $ 9 1,193 CONTRACT D EMERGENCY REPAIR 3.1 lConstruction Administration 8 23 45 10 1 1 87 $ 17,589 3.3 jObservation and Documentation - 16 1 600 616 $ 102,136 Insert Task Subtotal: 8 23 61 600 10 1 703 $ 119,725 IDIRECTEXPENSES Translations.Mailing and, Printing $ 1,000 Plumbing and Electrical Inspection B&F $ 40,000 Soil Testing Rubino $ 34,000 DIRECT EXPENSES= $ 75,000 LA SUMMARY BOR EEI Labor Expenses= $1,048,945 TOTAL LABOR EXPENSES $1,048,945 TOTAL • '... . - .• �• • • t Attachment D-1 STANDARD SCHEDULE OF CHARGES-JANUARY 1, 2023 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $244.00 Principal E-3 $239.00 Senior Project Manager E-2 $231.00 Project Manager E-1 $208.00 Senior Project Engineer/Surveyor II P-6 $196.00 Senior Project Engineer/Surveyor I P-5 $182.00 Project Engineer/Surveyor P-4 $165.00 Senior Engineer/Surveyor P-3 $152.00 Engineer/Surveyor P-2 $138.00 Associate Engineer/Surveyor P-1 $124.00 Senior Project Technician II T-6 $170.00 Senior Project Technician I T-5 $159.00 Project Technician T-4 $149.00 Senior Technician T-3 $138.00 Technician T-2 $124.00 Associate Technician T-1 $109.00 GIS Technician II G-2 $125.00 GIS Technician I G-1 $112.00 Engineering/Land Surveying Intern 1-1 $ 79.00 Executive Administrative Assistant A-4 $ 75.00 Administrative Assistant A-3 $ 70.00 VEHICLES. REPROGRAPHICS, DIRECT COSTS, DRONE AND EXPERT TESTIMONY Vehicle for Construction Observation $ 15.00 In-House Scanning and Reproduction $0.25/Sq. Ft. (Black & White) $1.00/Sq. Ft. (Color) Reimbursable Expenses (Direct Costs) Cost Services by Others (Direct Costs) Cost + 10% Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $ 220.00 Expert Testimony $ 276.00