HomeMy WebLinkAbout25-33Resolution No. 25-33
RESOLUTION
AUTHORIZING EXECUTION OF AN AMENDMENT AGREEMENT NO. 1 WITH
ENGINEERING ENTERPRISES, INC. FOR PROFESSIONAL SERVICES IN CONNECTION
WITH THE LEAD SERVICE LINE REPLACEMENT (LSLR) PROGRAM — YEAR 4
IMPROVEMENTS
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that pursuant to Elgin Municipal Code Section 5.02.024B(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 (LSLR) Program — year 4 improvements, a copy of which is attached
hereto and made a part hereof by reference.
s/ David J. Ka tain
David J. Kaptain, Mayor
Presented: February 26, 2025
Adopted: February 26, 2025
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 26 day
of February , 2025, 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
February 12, 2025 (the "Original Agreement"), wherein the City engaged the Engineer to furnish
certain professional services in connection with the Lead Service Line Replacement Program —
Year 4 Improvements (hereinafter referred to as the "Original Agreement" and the "Project"); and
WHEREAS, the City has determined that the proposed scope of the PROJECT should be
further modified to include Construction Phase Professional Engineering Services; and
WHEREAS, the contract price for the Original Agreement was $660,610.00; and
WHEREAS, the contract price for engineering services pursuant to Amendment No. 1 is
$2,090,433.00.
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:
The above recitals are incorporated into and made a part of this agreement as if fully recited
hereby.
2. Section LC of the Original Agreement is hereby further amended by adding the following
to the end thereof:
"ENGINEER shall perform the construction engineering services described in
"Attachment A-1 ", entitled "Scope of Services". No Supplemental Services shall
be performed by the ENGINEER nor shall the City be responsible for Payment of
any Supplemental Services unless and until such Supplemental Services are
authorized in advance in writing by the City."
Section 2.B of the Original Agreement is hereby further amended by adding the following
to the end thereof:
"A project schedule for construction engineering services for the PROJECT is
included as Attachment B-1, attached hereto. Progress for such services will be
recorded on the project schedule and submitted monthly as a component of the
Status Report described in C below"
4. Section 4.A of the Original Agreement is hereby amended by adding the following to the
end thereof -
"For services provided pursuant to Amendment Agreement No. 1 the ENGINEER
shall be paid in accordance with the Estimate of Level of Effort and Associated
Cost dated January 27, 2025, attached as Attachment C-1 and incorporated herein
by this reference, and in accordance with the ENGINEER'S Standard Schedule of
Charges dated January 1, 2025, attached hereto as Attachment D-1 for personnel
employed on the PROJECT, with the total fees and expenses to be paid to the
ENGINEER pursuant to Amendment Agreement No. 1 not to exceed $2,090,433.00
regardless of the actual costs incurred by the ENGINEER unless substantial
modification to the scope of work are authorized in writing by the DIRECTOR and
approved by way of written amendment to this agreement. The total fees and
expenses to be paid to the ENGINEER pursuant to the Original Agreement and
Amendment Agreement No. 1 are not to exceed $2,751,053.00, regardless of the
actual costs incurred by the ENGINEER, unless substantial modifications to the
scope of work are authorized in writing and approve by way of written amendment
top this Agreement."
5. Section 4.B of the Original Agreement is hereby amended by adding the following to the
end thereof:
"The costs of all outside service expenses relating to Amendment Agreement No.
1 are included within the total fee amount not to exceed $2,090,433.00 referred to
in Section 4.A hereof."
6. Section 4.0 of the Original Agreement is hereby amended by adding the following to the
end thereof:
"Reimbursable expenses relating to Amendment Agreement No. 1 are included
within the total fee amount not to exceed $2,751,053.00 referred to in Section 4.A
hereof."
7. Section 4.1) of the Original Agreement is hereby amended by deleting the Payment
Schedule in section 4.1) in its entirety, and by substituting the following Payment Schedule
therefore:
2
Payment Schedule
INVOICE
DATE
ESTIMATE
%
COMPLETE
5%
ESTIMATE
$
VALUE OF
WORKCOMPLETE
132,122.00
ESTIMATE
INVOICE
VALUE
Dec-24
$
132,122.00
1a n-25
7%
$
198,183.00
$
66,061.00
Feb-25
10%
$
264,244.00
$
66,061.00
Mar-25
12%
$
330,305.00
$
66,061.00
Apr-25
18%
$
495,457.50
$
165,152.50
May-25
19%
$
528,488.00
$
33,030.50
Jun -25
24%
$
657,262.29
$
128, 774.29
Jul-25
36%
$
995, 080.88
$
337, 818.59
Aug-25
46%
$
1,266,838.47
$
271,757.59
Sep-25
56%
$
1,538,596.06
$
271,757.59
Oct-25
66%
$
1,810,353.65
$
271,757.59
Nov-25
76%
$
2,082,111.24
$
271,757.59
Dec-25
86%
$
2,353,868.83
$
271,757.59
1a n-26
96%
$
2,646,530.85
$
292,662.02
Feb-26
96%
$
2,646,530.85
$
-
Mar-26
96%
$
2,646,530.85
$
-
Apr-26
96%
$
2,646,530.85
$
-
May-26
98%
$
2,688,339.71
$
41,808.86
Jun-26
98% 1
$
2,709,244.14
$
20,904.43
Jul-26
100% 1
$
2,751,053.00
$
41,808.86
Total = $ 2,751,053.00
The changes to the Original Agreement as provided in this Amendment Agreement No. 1
are germane to the Original Contract, and this Amendment Agreement No. 1 is in the best
interests of the City of Elgin and is authorized by law.
9. That except as amended in this Amendment Agreement No. 1, the Original Agreement,
including Section F "IEPA Professional Services Contract Clauses," shall remain in full
force and effect.
10. 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 OF CONSULTANT
City Manager Itr'PrinciPal
Atte t:A/—Z4 �W�zA�'��4L
City Cl
Attest:
Its Executive Assistant
Legal Dept\Agreement\EEI Amend Agr No 1-Construction-LSLR Year 4-2-17-25.docx
4
ATTACHMENT A-1
SCOPE OF SERVICES
LEAD SERVICE LINE REPLACEMENT — YEAR 4
City of Elgin, IL
The City of Elgin has identified approximately 1040 lead services lines to be replaced (main to
meter) using funds from the IEPA Public Water Supply Loan Program (PWSLP), DCEO and EPA
grants, and local funds. The service replacements are divided into four separate construction
contracts:
Contract
Min. No. of
LSLR
Funding
A
278
IEPA/Local
B
321
I EPA/Local
C
221
IEPA/Local
D (Emergency Repairs)
50
Local
E
170
DCEO/EPA/Local
Total
1040
Contract A also includes approximately 10,800 feet of new 8-inch water main installation. The City
is currently nearing the completion of the design phase of this project and is seeking to proceed to
the construction phase.
The following list of work items establishes the scope of engineering services for this project:
CONSTRUCTION ENGINEERING
3.1 Construction Administration
• Project Management
• Preparation of On -Line Data Management Tool (Field Maps)
• Prepare for, Attend, and Facilitate the Preconstruction Meeting Including Preparation of
Meeting Minutes
• Shop Drawing Review
• Resident Notifications (3 Total; English and Spanish)
o Overall Project Information and General Schedule
o Notice of Service Replacement
o Restoration and Flushing Guidelines
• Project Manager Attendance of Field Meetings; 2 meetings per month for 10 Months -
(Excluding Contract D - Emergency Repairs)
• Prepare Pay Estimates and Change Orders
• IEPA Disbursement Requests — Contract B and Contract C Only
• IEPA Project Closeout - Contract B and Contract C Only
3.2 Construction Layout and Record Drawings
• Contract A Water Main Only
• Stake Proposed Water Main, Structures, and Curb and Gutter. B-boxes will not be staked.
• Perform Post Construction Field Survey for Record Drawings
• Prepare and Review Record Drawings
Professional Services Agreement
Construction Engineering
Scope of Services
3.3 Construction Observation and Documentation — Water Main
• Contract A Only
• Take Pre -Construction Videos and Photos of Pre -Existing Conditions
• Provide Resident Engineering Services for Construction
• Provide Quantity Tracking, Documentation, and Daily Field Reports (E-mails and
Salesforce)
• On -Site Meetings with the City as Needed
• Punch Walks and Letters
3.4 Construction Observation and Documentation — LSLR
• Home Assessment with Contractor and City
• Provide Resident Engineering Services for Construction
• Provide Quantity Tracking, Documentation, and Daily Field Reports (E-mails and
Salesforce)
• On -Line Data Management Using Field Maps
• On -Site Meetings with the City as Needed
• Punch Walks and Letters
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.)
EXCLUSIONS
The above scope of services excludes the following:
• Attendance at City Council Meeting
• Construction Layout for LSLRs
• Post Construction Field Survey and/or Record Drawings for LSLRs
• 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-2) in affect at the time the extra work is performed.
■
I
I �
.�
N ,
a
Lcv
Ln
N
• N A
(D N
■ W •
•
•
•
.C7
N
O
N
1.
fi
f_
C
�
CC
C
rt�
of
y�
m
-
J
J
Z
U
�
?
j
0
0
O
O
O
O
a_
N
is
is
iv
m
m
m
a
U
3
E
E
E
E
E
E
}
0
0
0
0
0
Y
'200
00
a
z
C3
Co
cmu
-
O�(D
o
oOgO
m
�
Om
gaU
O
.o%
J
NM
NN
i
f0:
>
().D
N
NN
C
N
-
W
E
O(nN
�
EN
ENF++ENErn
za-
W
a
0D
a
¢
C
ccacca_rUJC
wr�
0
0
0
o
a
0
0
a
a
0
M;0
o
L)
0.0
J
U
U
U
Uuj
U
F!�
U
LLf
L]
U❑
U
U
Z W
7
j
J >
N
C
N
C
N
C
N
C
F—
(n
C
U)
C
f
N
C
N
C
F
0
C
w
mF
N
C
0
C
W of
LL w
00
UUUU
0�0��
�O
•,
z
z
V�U
w
Q Z
Z
QM
M
M7
�Q0
Ml
Q
MM
tOF}
J
F-
U
C
U�
]U
TASK
NO.
TASK DESCRIPTION G-2 A-3 HOURS
COST
C,ONTRACT
A WA wham indicalad
3.1
Construction Administration (1EFA; 197 services)
36
122
6
6
170
$ 36.862
3.1
Construction Administration (w—Mein+9l services)
65
234
3
3
305
$ 67942
3.2
Construction Lavout and Record Drawlnls - Water Main
9
156
165
$ 30.354
3.3
Construction Observation and Documentation - Water Main
1,995
1,995
$ 385,035
3.4
Construction Observation and Documentation - LSLR I IEPA; 197 services)
1,521
1.521
$ 260,001
3.4
Construction Observation and Documentation - LSLR (al services)
626
626
$ 107,046
Cnrdract A SUbtoW!,
101
3515
1.1105
9
1t%
21147
11
9
4 T82
s 887.39D
Translatone, rRedbi and Pnntl s 1350
Pplrn6i and Elechrcal I n BdF $ B 1ii35
Sral Tasti Ru$irrp $ 1.070
DIRECT EXPENSES 7Ep # $10 1E
EEI Labor Expenses = 52IN 953
TOTAL LABOR EXPENSES (EPA) $796.953
Translations, Mailin and Prints $ 6M
Plumbin and Electrical Ins action B&F $ 2 835
Soil Testin Rubino $ 4,810
DIRECT EXPENSES = $ 8,245
EEI Labor enses= $ 627,239
TOTAL OR
EXPENSES $ 627,239
TASK
NO.
TASK DESCRIPTION
E-3 1 E-1 P.s
P•4 E•1
T•8 •T!5 G-2 A•3
HOURS
COST
HTRACT
B (I A)
3.1
Construction Administration
1 581
198
8
8 272
$ 59,362
3.4
Construction Observation and Documentation -
LSLR
2.422
2,4221
T, 423.350
Contract 0 atvtotal:
1 581
1931
1 2,422
1
1
$
1 8 2,894463.212
CONTRACT. C. IEPA
3.1 Construction Administration
8
5 16
$ 1940
3.4 Construction Observation and Documentation -
LSLR
1.687
1, 6157
291 725
a
1,offa8,
TASK
NO.
TASK DESCRIPTION
E-3
E•1 P-5
T-5
1 0•2
1 A-3
HOURS COST
2!MWT0
EHERGfNCY REPAIR
3.1
Construction Administration
9
31
81
81
56
$ 10,657
3.4
Construction Observation and Documentation -
LSLR
386
386
$ 66,008
Contract D Subtotal:
1 0
31
1
1
1 3861
81
8
442
78,683
CONTRACT E (DCEO AND EPA GRANT)
3.1
Construction Administration
30
106
8
8
152
$ 32,278
3.4
Construction Observation and Documentation-
LSLR
1,313
1,313
$ 224,523
Contract E Subtotal:
30
1061
1 1
1
1 1,3131
81
8
1,485
256,801
Translations, Mailing and, Printing $ 60C
Plumbi and Electrical Ins action B&F $ 5.950
Soil Test! Rubino) $ 1,700
DIRECT EXPENSES = $ 250
r EEI Labor Expenses = $ 333,464
TOTAL LABOR EXPENSES1 $ 333464
Wheeler Road, Sugar Grove, IL 60554 Tel: 630.466.6700 Fax: 630.466.6701 w,vw.eeiweb.com
ENGINEERING ENTERPRISES, INC.
52 Wheeler Road, Sugar Grove, IL 60554
Ph: 630.466.6700 • Fx: 630.466.6701
www.eeiweb.com
Attachment D-1
EMPLOYEE DESIGNATION
CLASSIFICATION
HOURLY RATE
Senior Principal
E-4
$256.00
Principal
E-3
$251.00
Senior Project Manager
E-2
$243.00
Project Manager
E-1
$218.00
Senior Project Engineer/Surveyor II
P-6
$208.00
Senior Project Engineer/Surveyor I
P-5
$193.00
Project Engineer/Surveyor
P-4
$175.00
Senior Engineer/Surveyor
P-3
$161.00
Engineer/Surveyor
P-2
$146.00
Associate Engineer/Surveyor
P-1
$132.00
Senior Project Technician II
T-6
$182.00
Senior Project Technician I
T-5
$171.00
Project Technician
T-4
$159.00
Senior Technician
T-3
$146.00
Technician
T-2
$132.00
Associate Technician
T-1
$115.00
GIS Technician II
G-2
$130.00
GIS Technician I
G-1
$119.00
Engineering/Land Surveying Intern
1-1
$ 85.00
Executive Administrative Assistant
A-4
$ 80.00
Administrative Assistant
A-3
$ 75.00
VEHICLES. DRONE, EXPERT TESTIMONY, REPROGRAPHICS AND DIRECT COSTS'
Vehicle for Construction Observation $ 20.00
Unmanned Aircraft System / Unmanned Aerial Vehicle / Drone $235.00
Expert Testimony $290.00
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%
* unless specified otherwise in agreement
OUTSTANDING SERVICE • EVERY CLIENT • EVERY DAY