HomeMy WebLinkAbout98-104 Resolution No. 98-104
RESOLUTION
AUTHORIZING EXECUTION OF AMENDMENT NO. 3 TO AN AGREEMENT
WITH CRAWFORD, MURPHY & TILLY, INC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna
Mecum, City Clerk, be and are hereby authorized and directed to
execute Amendment No. 3 to an Agreement on behalf of the City
of Elgin with Crawford, Murphy & Tilly, Inc . for construction
services for the Central Business District Highland Avenue
Roadway Lighting and Sidewalk Rehabilitation Project, a copy of
which is attached hereto and made a part hereof by reference.
s/ Kevin Kelly
Kevin Kelly, Mayor
Presented: April 22, 1998
Adopted: April 22, 1998
Omnibus Vote: Yeas 6 Nays 0
Attest:
s/ Dolonna Mecum
Dolonna Mecum, City Clerk
CITY OF ELGIN, ILLINOIS
CENTRAL BUSINESS DISTRICT
ROADWAY LIGHTING AND SIDEWALK REHABILITATION PROJECT
ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 3
This Amendment No. 3 entered into this Q3AAL day of 07,44 , 1998, by and between the
City of Elgin, an Illinois Municipal Corporation(hereinafter referred to as "CITY") and
Crawford, Murphy & Tilly, Inc., Consulting Engineers, (hereinafter referred to as
"ENGINEER"), shall modify that Agreement dated February 29, 1996, whereby the ENGINEER
was engaged by CITY to perform certain professional services in connection with the preparation
of plans, specifications, estimates of cost, and construction related engineering services for the
Central Business District-Highland Avenue Roadway Lighting and Sidewalk Rehabilitation
Project(hereinafter referred to as "PROJECT").
Whereas the payment to the ENGINEER for construction engineering related services was not
included in the Agreement, and,
Whereas the CITY desires to include the payments to the ENGINEER under paragraph IV C of
the Agreement in connection with the construction administration, construction observation and
quality control 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.
SECTION IV of the AGREEMENT is hereby amended to replace paragraph C. and add
paragraph D, E and F.
C. Inclusive of paragraph IV A, IV B and IV E,this agreement shall be in the amount not to
exceed$250,182.00.
D. For services provided in connection with the construction administration, construction
observation, and quality control of the construction phase of the PROJECT, the
ENGINEER shall be reimbursed in accordance with the Schedule of Hourly Charges, dated
January 1998, included as Attachment B of this amendment, with the total fee not to exceed
$42,182.00 regardless of the actual cost incurred by the ENGINEER unless substantial
modification to the scope of work are authorized by the CITY through a change order or
amendment.
G:\265 Elgin\9626501\9626501.07\onst.arnnd.wpd 1 City of Elgin
E. The compensation set forth in Paragraph C above does not include any engineering service
after the original construction contract completion date for the PROJECT. In the event the
CITY approves and authorizes an extension of time for the Contractor to complete the
construction work, the compensation for engineering services set forth in Paragraph C shall
be increased for the additional services required for the ENGINEER. In the event the
Contractor does not complete the construction work within the contract completion time
including any extensions thereof granted by the CITY, the CITY shall pay the ENGINEER
extra compensation at the ENGINEERS' hourly rates until the PROJECT construction
work has been accepted by the CITY.
F. The compensation set forth in Paragraph C does not include any engineering services
regarding warranty work by the Contractor after the PROJECT, or parts thereof, has been
accepted for operational use by the CITY. In the event that warranty work is required of
the Contractor, the CITY shall pay the ENGINEER extra compensation at he
ENGINEERS' hourly rates to assist the CITY in enforcing the Contractor's guaranty to
repair or replace defective work within the warranty time stated in the Construction
Contract Documents for the PROJECT.
Attachment A, Scope of Services of the original contract will be supplemented by the
following tasks which correspond to the attached estimate of levels of effort and associated
cost worksheet:
Construction Phase
1. Schedule preconstruction conference.
2. Attend and facilitate preconstruction conference.
3. Coordinate schedule with contractor.
4. Perform initial construction layout(Subsequent layout, if necessary, will
be the contractor's responsibility).
5. Resident engineer duties per the City requirements of Construction
Services including:
a. Inspection Daily Reports
b. Weekly Reports
c. Monthly Progress Reports
d. Construction Observation
e. Quantity and Material Record
f. Preparation of Partial Pay Estimates
G:\265 Elgin\9626501\9626501.07konst.amnd.wpd 2 City of Elgin
g. Preparation of Extra Work and Change Orders, as necessary
h. Facilitate Final Inspection
i. Facilitate Weekly Progress/Coordination Meetings
j. Material Testing
k. Review Shop Drawings
1. Conduct Weekly Coordination with Property Owners
6. Record Drawing Surveys/Submit Record Drawings/Project Close-out
All other provisions of the AGREEMENT shall remain in full force and effect.
G:\265 Elgin\9626501\9626501.07\const.amnd.wpd 3 City of Elgin
IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed
this Agreement in triplicate a though each copy hereof was an original and that there are no other
oral agreements hat have not been reduced to writing in this statement.
For the CITY:
ATTEST: THE CITY OF ELGIN, ILLINOIS
By '-��, By a
City Clerk ity Manager
(SEAL)_ (SEAL)
For the ENGINEER: ]
yT Dated this day ofApn.
, A.D., 1998
ATTEST: CRAWFO , MURPHY & TILLY, INC.
By 4 t 4414\
Bernard D. Held, P.E. Stephen W. Moulton, P.E.
Associate & Asst. Office Manager Vice President& Office Manager
G:\265 Elgin\9626501\9626501.07\const.amnd.wpd 4 City of Elgin
CITY OF ELGIN, ILLINOIS
CENTRAL BUSINESS DISTRICT
ROADWAY LIGHTING
AND
SIDEWALK REHABILITATION PROJECT
PROJECT CONSTRUCTION
Based on the aforementioned breakdown of manhours, we estimate the cost of construction
services detailed in our amendment as follows:
Employee Estimated 1998
Classification Manhours Hourly Rate Amount
Principal 2 $105.00 $210.00
Project Engineer 64 $92.00 $5,888.00
Engineer 200 $62.00 $12,400.00
Engineering Tech. 440 $45.00 $19,800.00
SUB-TOTAL LABOR 706 $38,298.00
PROJECT EXPENSES:
1. Travel:
80 trips x 50 miles/trip x $0.31 /mile = $ 1,240.00
2. Subsistence:
72 days x $5.00/day = $ 360.00
3. Project Photos:
6 rolls at $14.00/roll = $ 84.00
4. Printing: _ $ 200.00
5. Geotechnical Testing: Estimate = $ 2,000.00
SUBTOTAL EXPENSES = $ 3,884.00
ESTIMATED CONSTRUCTION ENGINEERING COST $ 42,182.00
USE NOT-TO-EXCEED = $ 42,182.00
PREVIOUS AMENDMENT TOTAL (No. 1 &2) $ 208,000.00
REVISED TOTAL ENGINEERING CONTRACT $ 250,182.00
G:\265 Elgin\9626501\962650I.07\const.amnd.wpd 5 City of Elgin
CONSTRUCTION Sr RVTCES
•
•
•
Liaison and Contract Control .
CITY representative with duties, .
Act as the C'ss _
responsibilities and limitations of authority as assigned
•
in the Construction. Contract Documents, and advise and
confer with CITY officials during construction and issue
the CITY ' s authorized instructions to the Contractor.
nde the intent of he
Assist the Contract i n u:. standing r `'
Construction Contract Documents . Serve as the City' s
liaison with
Other local agencies such as utility
companies , businesses , CIT: ' s on-site representative, etc .
2 , On-Site Rev; eW of Work •
full -time on-site observations of
• Conduct continuous and determine th?t the PROJECT i5
the work in progress to
proceeding in accordance with the Construction Contract
Documents and that completed work
will
DoC conform, to the
requirements of the Construction Contract
•
+-
Instruct Contractor to correct any work believed to be
unsatisfactory, faulty or defective, not conforming to the
requirements of
the Construction Cont=aC z. Documents , or
does not meet the requirements of env inspections, tests,
or approval required to be made and report same to the
CITY; and advise CITY of action taken or if any special
testing or inspection will be required .
. Verify that tests are conducted as required by the
• Construction Contract Documents and in the_ presence of the
required personnel, and that Contractors maintain and
submit adequate records thereof; observe, record, and
CITY appropriate details relative to the test
to the
report -
procedures .
perform or cause to have performed as applicable, all
required field tests such as concrete
tests a test,m soil
compaction tests and - ensure
specified. Analyze the
theresults
suitability compli n e l�th `the
tests to determine
requirements of the Construction Contract Documents .
Accompany visiting inspectors representing public or other
agencies having jurisdiction over the project, record the
outcome of these inspections and report to the CITY.
Stakeout construction lines and grades and assist the
with interpretation the
Drawings and
Contractor of
• Specifications .
•
Attachment Al
Prepare and submit detailed daily reports of construction
progress .
,o
3 . Contractor Suggestions and Recuests • •
Consider and evaluate suggestions and requests for
modifications in drawings and specifications which may be
submitted by the Contractor and make recommendations to the
CITY with any time or cost implications for final decision.
4 . Shop Drawings
shop drawing submittal requirements and assist
Develop
Contractor in developmentsubmittal schedules .of
and monitor compliance with
Submittal schedules .
drawings and 5a.�:0125 , the results
Review and approve shop other data which any
of tests and inspections and - r.-� o
to but only for conformance
L T is recuired submit, �'
Contractor
L of the Project and compliance wi _!1
with the design concept J ap. L
g' in theConstruction Contract
the information Van L construed as relieving
Documents . Such review shall not be
the Contractor of
the responsibility to meet requirements
Documents . Determine the°r the Construction Contract materials and ecuiDc.-nt
proposed
substitute and review ( for
acceptability` of Contractor; receive and
proposeddthe he •the specifications)
general content as required by guarantees, bonds
maintenance and operating instructions, gua:
inspection which are to be assembled by
and certificates Of' with the Constructionthe Contractor(s) in accordance w
Contract Documents .
drawingsubmittal and approval
Record and maintain a shopt:e,:eVc` submittals are
log and notify the Contractor
lacking or untimely.
5 . Schedules
type construction schedule with
Prepare a final Primavera Y. T and
obtain
Co participation oftheContractor eA
Contractor' s approval of the'submissions,constructand scheschedule• of
schedule of shop drawing the Contractor and
values shall also be prepared by
approved by the engineer.
Work with the Contractor to maintain a workable updated
Primavera type construction schedule that is maintained uiredany
nd
monitored weekly as construction progress
the Construction Contract Documents . Report and
progress by and
schedule deviations and corrective measures proposed
the
Contractor to the CITY.
Attachment A2
•
6 . Job Meetincs
L '
Conduct . weekly progress meetings with all parties as
recuired by the Construction Contract Documents to review
construction progress, design interpretations and overall
minu-
--ess . Prepare, maintain, and circulate copies of
minutes
thereof. Arrange a schedule of on-site job work
meetings with the General Contractor and Subcontractors to
review day-to-day requirements and
problems . Prepare,
maintain, and circulate copies of minutes thereof .
7 . Contract AdminiStraticn and Records
Contract
Handle .all day-to-day Administration and
th_ job site o_cer 1 y
f.
associated correspondence • Maintain F`job conferences , shopop
files for correspondence, reports o
drawings , and samples submissions,
reproductions of
original
Construction Contract Documents including all addenda, change orders, field orders , additional draw_ncs
issued subsequent to the execution of
the Construction
Contract
Documents, Progress reports , and other project
related documents .
8 . Re ports
Furnish written reports to the CITY on a biweekly basis of
progress of the work and the Contractor' s compliance with
the approved ro ress schedule and schedule of shop drawing
progress
submissions . '
9 . Contractor Pay Recuests
requests for payments as
P.eview the Contractor' s y ie
ofthe CITY
and adviset
construction work progresses , Tcordathe
amounts due and payable to the Contractor in
with the terms of the Construction Contract Documents .
10 . Change Orders
Perform evaluation of .proposed Construction
noractnch nge
ge
m
Orders and submit recommendation for approval
the CITY. Prepare Construction Contract Change Orders when
authorized by the CITY.
11 . Government Policies
'Review the Contractor' s compliance with governmentalt
generalaed safety provisions will
programs . Compliance with OSHA requirements
mend - be reviewed by an
as
independent safety officer retained by the Contractor part of the construction work. The safety officer will
visit the job site periodically and will submit written
reports to the CITY, Contractor, and ENGINEER.
Attachment A3
12 . Record DraWincs
Prepare record drawings which show field measured
dimensions of the completed construction ework
the hich ITYwthe
he
ENGINEERS consider significant and p
one set of reproducible record drawings and all equipment
operation and maintenance manuals within ninety (90) days
of the PROJECT completion. •
13 . Final Completion
Conduct a final inspection of the PROJECT with the C the
CITY on c or and
d
the Contractor, and prepare and give
• final punch list. Issue an opinion of satisfactory
completion for
LraCCOp;snfenaofl request PROJECT
for payment. h? CITY.
Process the Contract
Attachment A4
r•
' CRAWFORD, MURPHY & TILLY, INC.
SCHEDULE OF HOURLY CHARGES
EFFECTIVE JANUARY 1, 1998
Classification Hourly Rate
Clerk/Word Processor $ 39.00
Technical Assistant $ 39.00
Technician $ 45.00
Senior Technician $ 62.00
Technical Manager $ 57.00
Planner $ 57.00
Land Surveyor $ 66.00
Engineer/Architect $ 62.00
Senior Technical Manager $ 77.00
Senior Engineer/Architect $ 77.00
Project Engineer $ 92.00
Senior Technical Project Manager $106.00
Senior Project Engineer/Architect $106.00
Principal $111.00
To the amount charged at rates shown will be added the actual cost of blueprints,supplies, transportation and subsistence
and other miscellaneous job related expenses directly attributable to the performance of services. A rental charge will
be made when flow monitoring, sampling or level recording equipment, nuclear density equipment or other similar
specialized equipment are used directly on assignment. In the event that additional services such as exploratory drilling,
materials testing, aerial photogrammetry,foundation studies or other specialized services are furnished to the ENGINEER
by another organization, reimbursement for such services shall be at actual cost plus ten percent.
If the completion of services on the project assignment requires work to be performed on an overtime basis, the fee will
be adjusted to include premium costs.
The total liability, in the aggregate, of the ENGINEER and ENGINEER's officers, directors, employees, agents and
consultants, and any of them, to OWNER and anyone claiming by, through or under OWNER, for any and all injuries,
claims, losses, expenses or damages arising out of the ENGINEER's services, the project or this agreement, including
but not limited to the negligence, errors, omissions, strict liability or breach of contract of ENGINEER or ENGINEER's
officers, directors, employees, agents or consultants, or any of them, shall not exceed the total compensation received
by ENGINEER under this agreement, or the total amount of$50,000,whichever is greater.
In the event the client is unwilling or unable to limit the ENGINEER's liability in accordance with the provisions set forth,
then the client agrees to pay the ENGINEER a sum equivalent to an additional amount of 4% of the total fee to be charged
for the ENGINEER's services, which sum shall be a "Waiver of Limitation of Liability Charge." This charge will not be
construed as being a charge for insurance of any type, but will be increased consideration for the greater risk.
These rates are subject to change upon reasonable and proper notice. In any event this schedule will expire and be
superseded by a new schedule on or about January 1, 1999.
98-NP
Attachment B
Agenda Item No. e'
City of Elgin
ti
��ATEDSF�'
April 1, 1998
TO: Mayor and Members of the City Council
FROM: Joyce A. Parker, City Manager
SUBJECT: Amendment No. 3 to an Agreement with
Crawford, Murphy & Tilly, Inc. (CMT)
Central Business District (CBD) Highland Avenue
Street Lighting and Sidewalk Replacement Project
PURPOSE
The purpose of the memorandum is to provide the Mayor and
members of the City Council with information to consider
Amendment No. 3 to an agreement with CMT for construction
related engineering and inspection services to the CBD High-
land Avenue Street Lighting and Sidewalk Replacement Project .
BACKGROUND
The original agreement with CMT for the preparation of plans
and specifications for the CBD Chicago Street Lighting and
Sidewalk Replacement project was authorized by City Council at
its February 28, 1996 meeting. Amendment No. 1 to the agree-
ment was for construction related engineering and inspection
services for the Chicago Street project . Amendment No. 2 was
for design engineering related services for the Highland
Avenue project . Because CMT had success and certain knowledge
from the Chicago Street project, they were selected as a sole
source to complete the Highland Avenue design covered with
Amendment No. 2 .
Amendment No. 3 will add construction services to the agree-
ment with CMT for the CBD Highland Avenue Street Lighting and
Sidewalk Replacement Project . A copy of Amendment No. 3 is
attached as Exhibit A.
The award of the contract for the construction of the CBD
Highland Avenue Street Lighting and Sidewalk Replacement
Project is included on the City Council Agenda under separate
cover.
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
None .
A I
•
r i
Amendment No. 3/CMT for CBD Project
April 1, 1998
Page 2
FINANCIAL IMPACT
Amendment No. 3 is in the amount of $42 , 182 . Funds for the
construction portion of this project are in account numbers
270-0000-791 . 93-80 ($205, 000) , 276-0000-791 . 93-80 ($70, 000)
and 376-1000-795 . 93-80 ($300, 000) , project number 334001 in
.1 the amount of $575, 000 .
`U Total contracts to be entered into under the above account
numbers are as follows :
. Utility Dynamics $ 470, 575 . 10
(Construction)
. Crawford, Murphy & Tilly $ 42, 182 . 00
(Construction Inspection)
. Total $ 512, 757 . 10
If the above amendment is approved, the amount of the
agreement with CMT would total $250, 182 (Original Agreement =
$78 , 000, Amendment No. 1 = $70, 000, Amendment No. 2 = $60, 000,
Amendment No. 3 = $42, 182) .
LEGAL IMPACT
None .
ALTERNATIVES
None .
RECOMMENDATION
It is recommended that City Council approve Amendment No. 3 to
the contract with Crawford, Murphy & Tilly in the not-to-ex-
ceed amount of $42, 182 . 00 and authorize staff to execute the
necessary documents .
ectfully submit d,
a
ce A. Parker
City Manager
SP/do
Attachments