HomeMy WebLinkAbout24-78 Resolution No. 24-78
RESOLUTION
AUTHORIZING EXECUTION OF AN AMENDMENT AGREEMENT NO. 1 WITH
ENGINEERING ENTERPRISES, INC. FOR PROFESSIONAL SERVICES IN CONNECTION
WITH THE LEAD SERVICE LINE REPLACEMENT PROGRAM—YEAR 3
IMPROVEMENTS
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. 1 on behalf of the City
of Elgin with Engineering Enterprises, Inc., for professional services in connection with the Lead
Service Line Replacement Program — Year 3 Improvements, a copy of which is attached hereto
and made a part hereof by reference.
s/David J. Kaptain
David J. Kaptain, Mayor
Presented: March 6, 2024
Adopted: March 6, 2024
Omnibus Vote: Yeas: 9 Nays: 0
Attest:
s/ Kimberly Dewis
Kimberly Dewis, City Clerk
AMENDMENT AGREEMENT NO. 1
THIS AMENDMENT AGREEMENT NO. 1 is hereby made and entered into this 6th
day of March , 2024, by and between the City of Elgin, Illinois, a municipal
corporation (hereinafter referred to as the "City"), and Engineering Enterprises, Inc., an Illinois
corporation (hereinafter referred to as"Engineer").
WHEREAS, the City and Engineer hereto have previously entered into an agreement
dated December 20, 2023 (hereinafter referred to as "Original Agreement"), wherein the City
engaged the Engineer to furnish certain professional services in connection with the LEAD
SERVICE LINE REPLACEMENT PROGRAM — YEAR 3 IMPROVEMENTS (hereinafter
referred to as the"Project"); and
WHEREAS, the parties hereto have determined it to be in their best interest to amend the
Original Agreement; and
WHEREAS, after entering into the Original Agreement the parties hereto have
determined that certain costs relating to geotechnical services to be provided by a subconsultant
would exceed the estimated costs for such services set forth in the Original Agreement; and
WHEREAS, the Original Agreement provides for a maximum payment to the Engineer
in an amount not to exceed $380,673.00; and
WHEREAS, the parties hereto have determined and agree that the amount of additional
payment to the Engineer for the increased cost of the geotechnical services shall be in the amount
of$84,320.00; and
WHEREAS, the parties hereto have determined and agree that the total fees to be paid to
the Engineer pursuant to the Original Agreement and this Amendment Agreement No. 1 shall be
in an amount not to exceed $464,993.00; and
WHEREAS, the parties hereto have further determined and agree that the Original
Agreement shall be modified to include the IEPA Professional Services Contract Clauses; 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 4 of the Original Agreement is hereby amended to read as follows:
"4. PAYMENTS TO THE ENGINEER
A. For services provided the ENGINEER shall be paid in accordance with the
Estimate of Level of Effort and Associated Cost dated October 16, 2023, attached
hereto as Attachment C, and in accordance with the Estimate of Level of Effort
and Associated Cost dated January 25, 2024, attached as Attachment C-1 to
Amendment Agreement No. 1 and incorporated herein by this reference, and in
accordance with the ENGINEER'S Standard Schedule of Charges dated January
1, 2023, attached hereto as Attachment D, for personnel employed on the
PROJECT, with the total fees and expenses to be paid to the ENGINEER not to
exceed $464,993.00, regardless of the actual costs incurred by the ENGINEER,
unless substantial modifications to the scope of the work are authorized in writing
by the CITY ENGINEER and approved by way of written amendment to this
Agreement.
B. For outside services provided by other firms or subconsultants, the CITY shall
pay the ENGINEER the invoiced fee to the ENGINEER, plus 10%. Such outside
services include but are not limited to services to be provided by Rubino
Engineering, Inc., and the costs of all such outside services are included within
the above-referenced total fee not to exceed amount of$464,993.00.
C. Other components of the fee shall include printing, supplies and miscellaneous
direct costs that will be invoiced to the CITY without mark-up. All costs for such
other components are included in the above-referenced total fee not to exceed
amount of$464,993.00.
D. 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.
Payment Schedule
INVOICE ESTIMATED% ESTIMATED VALUE ESTIMATED
DATE COMPLETE OF WORK COMPLETE INVOICE VALUE
Dec-23 20% $ 92,998.60 $ 92,998.60
Jan-24 30% $ 139,497.90 $ 46,499.30
Feb-24 40% $ 185,997.20 $ 46,499.30
Mar-24 50% $ 232,496.50 $ 46,499.30
Apr-24 75% $ 348,744.75 $ 116,248.25
May-24 80% $ 371,994.40 $ 23,249.65
Jun-24 90% $ 418,493.70 $ 46,499.30
Jul-24 100% $ 464,993.00 $ 46,499.30
Total= $ 464,993.00
3. That the Original Agreement is hereby amended by adding the following Section:
"31. IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES
The additional contract provisions set forth in Attachment F-1 are hereby
incorporated and included in this Agreement by reference. In the event of any
conflict between the terms and provisions in Attachment F-1 hereto, and other
terms and provisions in this Agreement, the terms and provisions in Attachment
F-1 shall supersede and control.
4. That except as amended in this Amendment Agreement No. 1, the Original Agreement
shall remain in full force and effect.
5. 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 No. 1 as of the date and year first written above.
CITY 0 IN CONSULTANT
By: By: W.ram•.
CityManager Its rl cipa
g
Attest: Attest: 4 iflo*
,)),eif.
City Clerk Its Executive Assistant
Legal Dept\Agreement\Amend No.l-EEI Agr-LSLR Year 3 Improvements-clean-2-20-24.docx
ATTACHMENT C-1:ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST
PROFESSIONAL ENGINEERING SERVICES
CLIENT PROJECT NUMBER
C' of E.in EG2305
PROJECT TITLE DATE PREPARED BY
Lead Service Line Re•lacement P•.ram-Year 3 Im• •vements 1/25/24 IMTZSMIN
ENTITY ENGINEERING SURVEYING DRAFTING ADMIN
TASK TASK DESCRIPTION ROLE PIC SPM PE SPM SPTII ST SPT II SPT I GIS Tech Admin HOURS COST
NO. PERSON®m®-----®WM.
RATE $244 $239 S196 $231 $170 $138 $170 $159 $138 $70
ILLINOIS PWSLP LOAN APPLICATI e ( • -•CT e)
1 1 Prepare Loan Application(Inc.Certificates and Resolution Coordination) I - - - - - - - - $ -
1.2 Financial Coordination with the City - - - - - - - - $ -
Illinois PWSLP Loan Application Subtotal: -] - - - - - - - - $ -
DESIGN ENGINEERING-LSLR(CONTRACTS A,B,AND C) ,,
2.1 Project Management and Administration - - - - - - - - - - $ -
2.2 Project Meetings(9 Total) - - - - - - - - $ -
2.3 Utility and Subcontractor Coordination - - - - - - - - - - - $ -
2.4 Regulatory Agency Coordination and Permitting - - - - - - - - - - - $ -
2.5 Contract Documents and Estimates(3 Contracts) - - - - - - - - - $ -
2.6 IEPA Coordination(1 Contract) - - - - - - - - - $ -
2.7 Bidding and Contracting(3 Contracts) - - - - - - - - $ -
Design Engineering LSLR Subtotal: - - - - - - - $ -
DESIGN ENGINEERING-WATER MAIN REPLACEMENT(CONTRACT A)
2.8 Project Management and Administration - - - - S -
2.9 •Project Meetings(1 Total) - - - - - - - - - $ -
2.10 Unity and Subcontractor Coordination - -
- $ -
2.11 Topographic Survey(Water Main Only) - - - - $ -
2.12 Prepare Engineering plans,Special Provisions,and Cost Fstimates - - - - - - - - - $ -
2.13 Regulatory Agency Coordination and Permitting - - - - - $ -
Design Engineering Water Main Subtotal: - - - - - - - - - - - $ -
PROJECT TOTAL: I -I -I 'I -I -I -I -I -I -I -II -I
EEI STAFF DIRECT EXPENSES
JWF Jeffrey Freeman,PE,CFM,LEED AP Printing/Postage/Translation=
JAM Julie Morrison,PE Subconsuttant(Rubino)= $ 84,320
KMM Kristen Meehan,PE
MWS Mike Schweisthal,PE TOTAL DIRECT EXPENSES $ 84,320
MJT Matthew Taylor
DRA Deborah Anderson LABOR SUMMARY
TOTAL COSTS $ 84,320
`tP
52 Wheeler Road.Sugar Grove.II 60554 Tel:630.466 6700 Fax:630.466 6701 vnnv.cpiweh.corn
ATTACHMENT F-1
IEPA PROFESSIONAL SERVICES CONTRACT CLAUSES
Audit and Access to Records Clause:
A. Books, records, documents and other evidence directly pertinent to performance of PWSLP/WPCLP
loan work under this agreement shall be maintained in accordance with generally accepted
Accounting Principles. The Agency or any of its authorized representatives shall have access to the
books. records. documents and other evidence for the purpose of inspection, audit and copying.
Facilities shall be provided for access and inspection.
B. Audits conducted pursuant to this provision shall be in accordance with auditing standards generally
accepted in the United States of America.
C. All information and reports resulting from access to records pursuant to the above shall be disclosed
to the Agency. The auditing agency shall afford the engineer an opportunity for an audit exit
conference and an opportunity to comment on the pertinent portions of the draft audit report.
D. The final audit report shall include the written comments, if any, of the audited parties.
E. Records shall be maintained and made available during performance of project services under this
agreement and for three years after the final loan closing. In addition, those records that relate to any
dispute pursuant to the Loan Rules Section 365.650 or Section 662.650 (Disputes) or litigation or the
settlement of claims arising out of project performance or costs or items to which an audit exception
has been taken. shall be maintained and made available for three years after the resolution of the
appeal, litigation, claim or exception.
Covenant Against Contingent Fees:
The professional services contractor warrants that no person or selling agency has been employed or
retained to solicit or secure this contract upon an agreement or understanding for a commission,
percentage. brokerage, or contingent fee, excepting bonafide employees. For breach or violation of this
warranty, the loan recipient shall have the right to annul this agreement without liability or in its discretion
to deduct from the contract price or consideration or otherwise recover, the full amount of such
commission, percentage, brokerage, or contingent fee.
Certification Regarding Debarment, Suspension and Other Responsibility Matters:
Form EPA 5700-49 is signed and attached as part of Attachment E.
USEPA Nondiscrimination Clause.
The contractor(engineer) shall not discriminate on the basis of race. color, national origin or sex in the
performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in
the award and administration of contracts awarded under EPA financial assistance agreements. Failure
by the contractor to carry out these requirements is a material breach of this contract which may result in
the termination of this contract or other legally available remedies.
USEPA Fair Share Percentage Clause:
The engineer agrees to take affirmative steps to assure that disadvantaged business enterprises are
utilized when possible as sources of supplies, equipment, construction and services in accordance with
the [WPC or PWS] Loan Program rules. As required by the award conditions of USEPA's Assistance
Agreement with Illinois EPA. the engineer acknowledges that the fair share percentages are 5%for MBEs
& 12%for WBEs".