Loading...
HomeMy WebLinkAbout97-155 Resolution No. 97-155 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT NO. 1 TO AN AGREEMENT WITH HAMPTON, LENZINI AND RENWICK, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Robert O. Maim, Interim City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute Amendment No. 1 to an agreement on behalf of the City of Elgin with Hampton, Lenzini and Renwick, Inc . for engineering services associated with the Randall Road Sanitary Sewer and Water Main Extension Project, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: June 11, 1997 Adopted: June 11, 1997 Omnibus Vote : Yeas 7 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AMENDMENT NO. 1 This Amendment No. 1 entered into this r 3 2 day of --U N i✓ , 1997, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as "CITY") and Hampton, Lenzini and Renwick, Inc. (hereinafter referred to as "ENGINEER"), shall modify that Agreement dated May 10, 1996, whereby the ENGINEER was engaged by CITY to perform certain professional services in connection with the preparation of plans, specifications, and estimates of cost for the Randall Road Sanitary Sewer and Water Main Extension (hereinafter referred to as "PROJECT"). Whereas the CITY desires to expand the scope of services of the ENGINEER to include the furnishing of certain professional services in connection with the construction administration and observation of the construction phase of the PROJECT. In response to these additional services, certain revisions 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. I. Scope of Services Paragraph I.B is amended to include the following additional service: I.B In general, the additional services to be provided for the PROJECT shall consist of Construction Phase related activities. Paragraph I. is further amended to add the following additional paragraphs I.G, I.H, and 1.1: G. Construction Phase. The ENGINEER shall furnish or cause to be furnished a project engineer, construction observers, and other technical personnel to perform the following: 1. Continuous observation of the work and the Contractor's operations for compliance with the plans and specifications as construction proceeds, but the ENGINEER does not guarantee the performance of the contract by the Contractor. 2. Establishment and setting of lines and grades. 3. Maintain a daily record of the Contractor's activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. 4. Supervision of construction observers, proportioning engineers, and other engineering technical personnel. 1 5. Revise contract plans to provide record drawings of the improvement for permanent record. 6. The ENGINEER has not been retained or compensated to provide design and construction review services relating to the Contractor's safety precautions or to means, methods, techniques, or procedures the Contractor elects to use to complete his work. Omitted services include, but are not limited to, shoring, scaffolding, underpinning, temporary retainment, or excavations and any erection methods and temporary bracing. H. A more detailed scope of services entitled "Duties of the Construction Engineer" is attached to this Amendment No. 1 as "Attachment A". I. That nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the CITY or the ENGINEER. The ENGINEER's services under this Agreement are being performed solely for the CITY's benefit, and no other entity shall have any claim against the ENGINEER because of this Agreement or the performance or nonperformance of services hereunder. IV. PAYMENTS TO THE ENGINEER Paragraphs IV.A and IV.D are amended to include additional payments to the ENGINEER for Construction Phase services: A. For services under paragraphs I.G and I.H above, the ENGINEER shall be reimbursed at the rate of 2.85 times the direct hourly rate of personnel employed on this PROJECT, with the Construction Phase fee not to exceed thirty-nine thousand dollars ($39,000) and the total Agreement, inclusive of this Amendment No. 1, not to exceed fifty-eight thousand thirty-five dollars ($58,035), unless further modifications to the Agreement are authorized in writing by the DIRECTOR. D. The CITY shall make periodic payments to the ENGINEER, based upon actual progress, within 30 days after receipt 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. Preliminary Phase $ 6,405 Design Phase 9,440 Land Surveying Phase 3,190 Construction Phase 39.000 TOTAL $ 58,035 2 Paragraph IV. is further amended to add the following additional paragraph IV.G: G. The Construction Phase fee has been calculated based upon Construction Phase services to be furnished by the ENGINEER for 35 calendar days as determined during the negotiation meetings, the results of which are attached hereto as "Attachment B". The date of the first calendar day for this Agreement shall be the date services are first requested by the CITY. In the event PROJECT construction is suspended as recorded on the "Report of Starting and Completion Date," the calendar days for this Agreement will also be suspended for a like amount of time. In the event the engineering services are not completed upon expiration of the stated calendar days and remaining funds are not sufficient to complete the PROJECT, adjustments in total compensation to the ENGINEER shall be determined through negotiation between the parties of this Agreement. IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Amendment No. 1 in triplicate as though each 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: HE CITY OF ELGIN li) 4 By By a$A( �L .• City Clerk City Manager (SEAL) For the Engineer: yin Dated this day of 1. 1, `� , A.D., 1997. ATTEST: HAMPTON, LENZINI AND RENWICK, INC. PO BYl�. XA4475ht By S ecretary President (SEAL) 3 ATTACHMENT A AMENDMENT NO. 1 DUTIES OF THE CONSTRUCTION ENGINEER GENERAL The Construction Engineer services as the City's on-site field representative for the construction project. Services will include field observation, design interpretation, and contract administration to determine compliance with contract drawings and specification. The Construction Engineer will work closely with and report to the Director. SPECIFICATIONS AND RESPONSIBILITIES A. Liaison and Contract Control: Assist the contractors in understanding the intent of the contract documents. Serve as the owner's representative with the contractor working principally through the contractor's Project Engineer and on-site Superintendent. Serve as the City's liaison with other local agencies such as utility companies, businesses, etc., keeping them advised of the day-to-day activities. B. Review of Work, Rejection of Defective Work, Inspection, and Testing: 1. Conduct on-site observations of the work in progress to determine that the project is proceeding in accordance with the contract documents and that completed work will conform to the requirements of the contract documents. 2. Advise Director of any work believed to be unsatisfactory, faulty or defective, or not conforming to the requirements of the contract documents, or not meeting the requirements of any inspections, tests or approvals required to be made; and advise Director of action to be taken and if any special testing or inspection will be required. 3. Verify that tests are conducted as required by the contract documents; observe, record, and report to Director appropriate details relative to the test procedures. 4. Advise the City of all required field tests such as concrete tests, asphalt tests, and soil compaction tests. Analyze the results of the field and laboratory tests, and advise the City of the suitability of the materials tested. 5. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections, and report to Director. C. Contractor Suggestions and Requests: Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the Director with any time or cost implications for final decision. D. Schedules: 1. Work with contractor to ensure that a workable construction schedule is developed and monitor schedule as construction progresses. Report progress and schedule deviations to Director. 2. Review construction schedule and schedule of values prepared by the contractor. Be alert to the construction schedule and to conditions which may cause delay in completion and report same to Director in sufficient time to make adjustments. E. Conferences: 1. Conduct periodic progress meetings(weekly)with all parties to review construction progress, design interpretations, and overall progress. 2. Arrange a schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day requirements and problems. Maintain and circulate copies of minutes thereof. F. Contract Administration and Records: 1. Maintain at the job site orderly files for correspondence, reports of job conferences and samples submissions, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports, and other project-related documents. 2. Keep a diary or log book, recording contractor's hours on the job site, weather conditions, data relative to questions of extras or deductions, list of visiting officials, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures. 3. Record names, addresses, and telephone numbers of all contractors, subcontractors, and major suppliers of equipment and materials. G. Contractor Payment Requisitions: Review applications for payment with contractor for compliance with the established procedure for their submission, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered at the site. H. Change Orders: Perform initial evaluation of change orders and submit same to Director with recommendation and cost estimate breakdown for final approval and processing. I. Record Drawings: Maintain an accurate record of all field conditions, and upon completion of the project, ensure that the design drawings are revised to show the as-constructed condition. J. Final Completion: 1. Together with the Director conduct a pre-final inspection and prepare and give to the contractor a pre-final punch list. Notify the Director in writing when all work is completed. 2. Together with the Director and contractor conduct a final inspection. Prepare a final punch list. Notify the Director in writing when all work is completed and ready for final payment. AMENDMENT NO. 1 ATTACHMENT B CONSTRUCTION ENGINEERING NEGOTIATION MEETING PROJECT: RANDALL RD SANITARY SEWER&WATER MAIN EXT. MEETING DATE: 04107/97.&05/07/97 IN ATTENDANCE: Client - City of Elgin • Joe Evers - City of Elgin Steve Pertzborn - City of Elgin Doug Paulus - HLR Bob Lenzini - HLR ITEM DESCRIPTION 1. Calendar Days Services are to be Provided: 5,Weeks x 7 35 Days 2. Work Days Services are to be Provided Total Days 35 Minus Sundays 5 Minus Saturdays 5 Total Weekdays Required 25 Total Saturdays Required ..... 3. Hours Required Per Day for Construction Observation Weekdays Straight Time i;::: Overtime ;:!:... Equivalent Straight Time 14 Saturdays Overtime Equivalent Straight Time 12 Fila MAMA • RANRANVVM WR1 PA( F 1 • • AMENDMENT NO. 1 ATTACHMENT B CONSTRUCTION ENGINEERING NEGOTIATION MEETING PROJECT: RANDALL RD SANITARY SEWER& MEETING DATE: 04107/97 &O5/O7197*; 4. Number of Construction Observers to be Provided: Full Time -• Part Time HOURS SUBTOTAL THIS ITEM 480 5. Project Engineer Time Requirements: Project Visits ; -•L Days/Week Weekdays : I Hours/Day Saturdays :;:-' '-'•-•• Hours/Day HOURS SUBTOTAL THIS ITEM 5 6. Project Principal Time Requirements: Weekdays :I .1 0'1 I : Hours/Week HOURS SUBTOTAL THIS ITEM 0 7. Construction Staking Time Requirements: 2 Man Crew Yes (Yes/No) HOURS SUBTOTAL THIS ITEM 104 8. Preconstruction Meeting Time Requirements Project Principal ... Hours Project Engineer 3 Hours Project Observer 3 Hours HOURS SUBTOTAL THIS ITEM 6 9. Project Documentation Time Requirements Daily ¶ Hours Payment Estimates 0 Hours/Month Change Orders ¶ Hours/Month Shop Drawings 0 Hours HOURS SUBTOTAL THIS ITEM 10 10. Final Quantities Time Requirements Field Measurement 4 Hours Quantity Computations 2 Hours HOURS SUBTOTAL THIS ITEM 6 FilA Name • RAN. ANWM WR1 PAnF 9 AMENDMENT NO. 1 ATTACHMENT B CONSTRUCTION ENGINEERING NEGOTIATION MEETING PROJECT: 'RANDALL RD SANITARY SEWER&WATER MAIN EXT MEETING DATE: 04/47/97 8t O5/O7t97 11. Project Closing Documentation Time Requirements Final Pay Estimate 0 Hours Final Item Documentation 20 Hours Balancing Change Order 0 Hours Record Drawings 4 Hours HOURS SUBTOTAL THIS ITEM 24 12. Subtotal of Above Hours 635 13. Project Administration 3.5% of subtotal 16 14. Conferences & Consultation 3.0% of subtotal 18 15. Clerical 3.0% of subtotal 13 16. TOTAL PROJECT MANHOURS 682 17. Quality Control: By CITY OF ELGIN (Include in HLR agreement - No) Fila Name • RANRANWM WR1 PAC;F 1\1 ,1 ;t City of Elgin Agenda Item No. v ' n 4= 44r1.0 , May 16 , 1997 TO: Mayor and Members of the City Council FROM: Robert 0. Malm, Interim City Manager SUBJECT: Engineering Services Agreement Amendment No. 1 with Hampton, Lenzini and Renwick for Motorola Site Utilities PURPOSE The purpose of the memorandum is to provide the Mayor and mem- bers of the City Council with information to consider amending an agreement with Hampton, Lenzini and Renwick, Inc . (HLR) for the construction-related engineering services associated with the extension of water and sewer utilities along Randall Road for the Motorola development, in the not-to-exceed amount of $39, 000 . 00. rm. BACKGROUND At its meeting on April 24 , 1996 , City Council authorized an agreement with HLR for the preparation of plans, specifications, estimates and property plats for the extension of a 12-inch water main and 24-inch interceptor sewer along Randall Road to the northern boundary of the Motorola site. The new water main and interceptor sewer will be installed in conjunction with the Randall Road improvements that Kane County will be undertaking in 1997 per an intergovernmental agreement between Kane County and the City of Elgin, signed June 11, 1996 . Bids for the Ran- dall Road project were opened on April 25, 1997 . The bid amount for the site utility extensions is $345,878 . 00 . Copies of the City Council memorandum and HLR' s initial agreement are attached as Exhibit A. Amendment No. 1 with HLR will increase the fee of the original agreement to add construction engineering-related services to monitor this project. Such services are detailed in Amendment No. 1, and generally include: Coordination of work, on-site full-time inspection, review of work, rejection of defective work, monitoring of the work schedule, conduct weekly progress meetings, record keeping, payment reviews, change order reviews, etc. em. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. 6 - , Engineering Services Agreement Amendment No . 1 May 16, 1997 Page 2 r" U kFINANCIAL IMPACT D The Amendment No. 1 to the agreement with HLR is in the not-to- exceed amount of $39, 000 . 00 . The project can be broken down as follows : Water Sewer Total Budget $140, 000 . 00 $365 ,000 . 00 $505,000 . 00 Engineering Services $ 9 , 517 . 50 $ 9 , 517 . 50 $ 19, 035 . 00 Construction/Inspection 5, 000 . 00 34 , 000 . 00 39 , 000 . 00 Actual Construction 122 , 903 . 60 222 , 974 . 40 345, 878 . 00 Total $137 , 421 . 10 $266 ,491 . 90 $403, 913 . 00 Costs associated with the site utility extensions total $345, 878 . 00 . Pursuant to the City ' s intergovernmental agreement with Kane County, all costs are to be paid 30 days after the award of the work by IDOT, presumably by the end of May. There are sufficient moneys available to fund this expenditure. eift- A copy of Amendment No. 1 is attached as Exhibit B. LEGAL IMPACT None. Q ALTERNATIVES None. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute the Amendment No. 3 with HLR, in the addition- al not-to-exceed amount of $39 , 000 . 00, bringing the total agree- ment amount to $58, 035 . 00 . Respectfully submitted, David L. Lawry, P7) Direc • of PublicWorks em Roo0 6461tY1'114/L----, = 0. Maim InteJim City Manager SP/do Attachments