Loading...
HomeMy WebLinkAbout99-52 Resolution No. 99-52 RESOLUTION AUTHORIZING EXECUTION OF AN ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 1 WITH CRAWFORD, MURPHY AND TILLY, INC. FOR THE NORTH MCLEAN BOULEVARD RECONSTRUCTION PROJECT 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 an Engineering Services Agreement Amendment No. 1 on behalf of the City of Elgin with Crawford, Murphy and Tilly, Inc . for the North McLean Boulevard reconstruction project, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: February 24, 1999 Adopted: February 24 , 1999 Omnibus Vote: Yeas 6 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk City of Elgin,Illinois N. McLean Blvd. Reconstruction Project - Kaskaskia Ave. to Royal Blvd. _ Engineering Services Agreement Amendment No. 1 This Amendment No. 1 entered into this ( 'Sr day of A 4/e c , 1999, by and between the City of Elgin, an Illinois Municipal Corporation( hereinafter referred to as "CITY") and Crawford, Murphy, And Tilly, Inc., Consulting Engineers, (hereinafter referred to as "ENGINEER"), shall modify that Agreement dated March 17th, 1997, whereby the ENGINEER was engaged by the CITY to perform certain professional services in connection with N. McLean Blvd. Reconstruction Project-Kaskaskia Ave. to Royal Blvd. (hereinafter referred to as PROJECT). Whereas the payment to the ENGINEER for: (1) Construction Engineering related services (97265-01-06), (2) McLean Blvd. /Larkin Ave LAPP -Design (97265-01-05), (3) McLean Blvd. /Larkin Ave LAPP - Construction(97265-01-07), 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 aforementioned items pertaining to 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 E and F. C. Inclusive of paragraph IV. A. , IV. B., and IV. E., this Agreement shall be in the total amount not to exceed$354,801.00. E. For services provided in connection with the described items of PROJECT,the ENGINEER shall be reimbursed in accordance with the stated Schedule of Hourly Charges, included in this document, with a total fee not to exceed$197,150.00 regardless of the actual cost incurred by the ENGINEER unless substantial modifications to the scope of work are authorized by the CITY through a change order or amendment. F. 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 97265-01-00 1 of 3 Amendment No. 1(Rev.No.2) 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. Task Date of Hourly Sched. Amount Construction Eng. January, 1999 (Att. F) $173,350.00 LAPP Design January, 1998 (Att. E) $ 12,200.00 LAPP Construction January, 1999 (Att. F) $ 11,600.00 TOTAL $ 197,150.00 Attachment D, "Construction Services", of the original Agreement will be supplemented by Amendment Attachment A, "Construction Service Modifications", whose effort and associated costs are included as Attachment B of this document. The effort and associated costs for LAPP Design, LAPP Construction, and Additive Alternate No. 1 are included in this document as Attachments C, D, & E respectively. All other provisions of the Agreement shall remain in full force and effect. 97265-01-00 2 of 3 Amendment No. 1(Rev.No.2) IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement 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: THE CITY OF ELGIN By '04-60 -�! \Q. ,-- Byd - Qc1.4.,.....---- City Clerk , City/Manager (SEAL) For the ENGINEER: Dated this 474- day of f—e/3/2-u _, A.D., 1999. C.1 - ATTEST: CRAWFORD, MURPHY & TILLY, INC. P illi° igC(A By _ i -,ir/, ..�✓ By 11 Ul(Z • ss%ci. - lif"roject Manager Office Manager 97265-01-00 3 of 3Amendment No.1(Rev.No.2) City of Elgin,Illinois N. McLean Blvd. Reconstruction Project -Kaskaskia Ave. to Royal Blvd. - Modifications to "Attachment D - Construction Services" The purpose of this document is to either modify or clarify those items which are included as Attachment D in the original agreement, dated March 17th, 1997. For the sole purpose of estimating effort required, we are assuming the construction start date of April 1", 1999, and a contract completion date, as stated in the contract documents, as November 30th, 1999. This equates to 35 calendar weeks of construction. Any work performed prior to April 1st will be estimated and included as Pre - Construction related activities. Likewise, any work performed after November 30th, paragraph IV. F. notwithstanding, will be estimated and included as project close- out activities. We propose to staff the project with a Resident Project Representative, a part -time Resident Project Observer, and a Project Manager. Laboratory and field testing will be performed by Testing Services Corporation, and assisted, at times,by CMT personnel. For the purpose of estimating, we are not including any work required on weekends, or premium time incurred for holiday work. We are assuming a 40 - hour (max) work week for the Resident Project representative, and a 24 -hour (max) work week for the Resident Project Inspector. The Project Manager will limit his/her time to two (2) hours per week, not including tasks specifically identified within this scope clarification statement. Any work required beyond these estimated criteria shall be considered justification for an engineering supplement to this agreement. The following are intended as clarification to the "Construction Services Scope": Item No. 1: Effort associated with scheduling, coordinating, and facilitating a pre-construction meeting is included with this task item. Item No. 2: Survey layout will be performed in accordance with the check sheet included within the Construction Contract Documents. Item No. 3: None Item No. 4: None Item No. 5: Any reference to preparation of"Primavera" type construction schedules shall be omitted, as this requirement was not made of the Contractor within the Construction Contract Documents. Item No. 6: This task item will require effort to be provided by the Project Manager in addition to the estimated two (2)hours per week. For estimating purposes, we 97265-01-00 1 Attachment A(Rev.No.2) will assume 35 meetings. Item No. 7: None Item No. 8: Written Progress Reports will be submitted concurrently with partial pay estimates. Assume 17 reports will be prepared and submitted. Item No. 9: Assume 17 partial estimates and one (1) final estimate will be prepared. Item No. 10: This item does not include any "negotiation" of the change order beyond CMT's initial recommendation. Assume the preparation of four(4) change orders, including the final balance change order. Item No. 11: This section shall be omitted, as CMT accepts no responsibility for the safety on the construction site. Item No. 12 This item also will include effort associated with completion of final construction record, and paper work. The record drawings will be prepared in Microstation, and one CD containing record drawings will be submitted with one reproducible set. Item No. 13: This task item will require effort to be provided by the Project Manager in addition to the estimated two (2) hours per week. 97265-01-00 2 Attachment A(Rev.No.2) City of Elgin N.McLean Blvd. Reconstruction Project-Construction Professional Services-Estimate of Effort and Associated Cost CRAWFORD,MURPHY&TILLY,INC. _ CONSULTING ENGINEERS PREP.BY:1 pjf I i DATE: I 0128/99) CMT PROJECT NO.: 97265-01-06 1 MANHOURS&CATEGORY(1999) TASK DESCRIPTION SENIOR SENIOR PROJECT SENIOR ENGINEER LAND TECHNICAL. SENIOR TECHNICAL CLERK/ TASK PRINCIPAL PROJECT TECHNICAL ENGINEER ENGR./ARCH. OR SURVEYOR PLANNER MANAGER TECHNICIAN TECHNICIAN ASSISTANT WORD HOUR ENGRJARCH. PROJ.MGR TECH.MGR. ARCHITECT PROCESSING SUMMARY $116.00 $111.00 $111.00 $98.00 $80.00 $86.00 $70.00_ $58.00 $59.00 $66.00 $48.00 $42.00 $40.00 1. Liaison and contract Control 6 11 69 3 89 2. On-site Review of Work 70 886 32 840 1828 3. Contractor Suggestons and Requests _ 4. Shop Drawings 16 16 4 38 5. Schedules 2 6 _ 8 6. Job Meetings 35 70 105 7. Contract Administration an Records 350 350 8. Reports17 J � 17 9. Contractor Pay Requests _ 17 17 10. Change orders 2 8 10 11. Government Policies 12. Record Drawings 2 72 24 6 104 13. Final Completion 4 4 8 14. MANHOUR TOTALS 121 16 27 ��i 1503 32 867 6 2572 DIRECT EXPENSE&REIMBURSABLES COST SUMMARY TASK DESCRIPTION TRAVEL SUBSISTENCE PRINTING TESTING I OTHER I I OTHER I I OTHER I I OTHER I I OTHER I I OTHER I I OTHER I TOTAL TOTAL TOTAL COST COST COST (TSC) COST COST COST COST COST COST COST DIRECT EXPENSE LABOR COST 1. Liaison and contract Control $25 $100 i $125 $5,982 $6,107 2. On-site Review of Work $8,750 $11,500 $20,250 $102,012 $122,262 3. Contractor Suggestons and Requests 4. Shop Drawings $2,600 $2,600 5. Schedules ' $588 $588 6. Job Meetings $675 $675 $7,980 $8,655 7. Contract Administration an Records $23,100 $23,100 8. Reports $1,122 $1,122 9. Contractor Pay Requests $1,122 $1,122 10. Change orders $720 $720 11. Government Policies a 12. Record Drawings $6,192 $6,192 13. Final Completion $25 $200 $225 $648 $873 14. COST TOTALS&COST SUMMARY $9,475 $300 $11,500 $21,275 $152,066 $173,341 SUGGESTED COMPENSATION I $173,3501 97265-01 Amendment No.1 Attachment B(Rev.No.2) City of Elgin McLean Blvd./Larkin Ave.LAPP-Design Professional Services-Estimate of Effort and Associated Cost CRAWFORD,MURPHY&TILLY,INC. CONSULTING ENGINEERS PREP.BY:I pjf DATE: I 01/28/99 [ CMT PROJECT NO.: [97265-01-05 MANHOURS&CATEGORY(1998) TASK DESCRIPTION SENIOR SENIOR PROJECT SENIOR ENGINEER NAND TECHNICAL SENIOR TECHNICAL CLERK( TASK PRINCIPAL PROJECT TECHNICAL ENGINEER ENGR/LARCH. OR SURVEYOR PLANNER MANAGER TECHNICIAN TECHNICIAN ASSISTANT WORD HOUR ENGRJARCH. PROD.MGR TECH.MGR ARCHITECT PROCESSING SUMMARY $111.00 $106.00 $106.00 $92.00 $77.00 $82.00 $68.00 $57.00 $57.00 $82.00 $45.00 $39.00 $39.00 1, Actual effort expended 18.5 103.0 39.5 39.5 200.5 2. 3. { MANHOUR TOTALS 18.5 103,0 39.5 39.5 200.5 DIRECT EXPENSE&REIMBURSABLES COST SUMMARY TASK DESCRIPTION TRAVEL SUBSISTENCE PRINTING SUB- I OTHER I I OTHER I I OTHER I 'OTHER t 1 OTHER I I OTHER I I OTHER) TOTAL TOTAL TOTAL COST COST COST CONSULTANT COST COST COST COST COST COST COST DIRECT EXPENSE LABOR COST 1. Actual effort expended $119 $119 $12,078 $12,197 3. 4. COST TOTALS 3 COST SUMMARY $119 $119 $12,078 $12,197 I SUGGESTED COMPENSATION ' $12,200J 97255-01-00 Amendment No.1 Attachment C(Rev.No.2) 1 . City of Elgin McLean Blvd./Larkin Ave.LAPP-Construction Professional Services-Estimate of Effort and Associated Costs CRAWFORD,MURPHY&TILLY,INC. CONSULTING ENGINEERS PREP.BY:I pjf L DATE: I 01/28/991 CMT PROJECT NO.: I 97265-01 .. MANHOURS&CATEGORY(1999) TASK DESCRIPTION sc,liOR SENIOR PROJECT SENIOR ENGINEER LAND TECHNICAL SENIOR TECHNICAL CLERK/ TASK PRINCIPAL PR.ECT Tr CHN1CAL ENGINEER ENGR/ARCH. OR SURVEYOR PLANNER MANAGER TECNVICLAN TECHNICIAN ASSISTANT WORD HOUR ENGI-/ARCH. PROJ.MGR. TECH.MGR. ARCHITECT PROCESSING SUMMARY $116.00 $111.00 $111.00 $96.00 $80.00 $88.00 $70.00 $58.00 $59.00 $68.00 $48.00 $42.00 $40.00 1. Attend Pre-Construction meeting 2 2 4 2. Pre-Construction activities 1 1 1 6 9 3. Construction observation(Federal Aid Procedures)(Assume 25 WD) 13 125 138 4. Construction project close-out(Federal Aid Procedures) 8 36 44 5. MANHOUR TOTALS 3 3 221 167 195 ______ _ ____. ___ — — —-- , _,_______ _ -- ---•=.-- .=,-=-...-_,..-=_.___, - DIRECT EXPENSE&REIMBURSABLES COST SUMMARY TASK DESCRIPTION TRAVEL SUBSISTENCE PRINTING SUB- 1 OTHER j r OTHER 1 1 OTHER] I OTNER] 'OTHER 1 1 OTHER I [OTHER] TOTAL TOTAL TOTAL COST COST COST CONSULTANT COST COST COST COST COST COST COST DIRECT EXPENSE LABOR COST _ 1. Attend Pre-Construction meeting $324 $324 2. Pre-Construction activities UK) $480 _ 3. Construction observation(Federal Aid Procedures)(Assume 25 WD) $400 $2,250 $2,650 $6,108 $87758 4. Construction project close-out(Federal Aid Procedures) , $2,040 $2,040 5. COST TOTALS&COST SUMMARY $400 $2,250 $2,650 $8,952 $11,602" . — SUGGESTED COMPENSATION I $11,600 • . . 97265-01-00 Amendment No.1 Attachment D(Rev.No,2) RATE SCHEDULE 1998 HOURLY RATES CLASS DESCRIPTION BILLING RATE PRINCIPAL 111 SENIOR PROJECT ARCHITECT 106 SR TECHNICAL PROJECT MGR 106 SENIOR PROJECT ENGINEER 106 PROJECT ENGINEERIMANAGER 92 SENIOR ARCHITECT 77 SENIOR ENGINEER 77 SENIOR TECHNICAL MGR 77 LAND SURVEYOR 66 ARCHITECT 62 ENGINEER 62 SENIOR TECHNICIAN 62 TECHNICAL MANAGER 57 PLANNER 57 TECHNICIAN 45 CLERK/WORD PROCESSOR 39 TECHNICAL ASSISTANT 39 Thursday,January 28, 1999 Page 1 of 1 Attachment E RATE SCHEDULE 1999 HOURLY RATES CLASS DESCRIPTION BILLING RATE PRINCIPAL 116 SR TECHNICAL PROJECT MGR 111 SENIOR PROJECT ARCHITECT 111 SENIOR PROJECT ENGINEER 111 PROJECT ENGINEER/MANAGER 96 SENIOR ARCHITECT 80 SENIOR TECHNICAL MGR 80 SENIOR ENGINEER 80 LAND SURVEYOR 70 ARCHITECT 66 ENGINEER 66 SENIOR TECHNICIAN 66 TECHNICAL MANAGER 59 PLANNER 58 TECHNICIAN 48 TECHNICAL ASSISTANT 42 f'1 FRKM/f1Rh GRf1(`FCCf1Q An Thursday,January 28, 1999 Page 1 of 1 Attachment F \•< OFf�C, ( P � �ti City of Elgin Agenda Item No. Q ,tiR, RarebO' January 29, 1999 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Amendment No. 1 to an Agreement with Crawford, Murphy & Tilly, Inc. (CMT) for the North McLean Boulevard Reconstruction Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider Amendment No. 1 to an agreement with CMT for construction related engineering and inspection services for both the North McLean Boulevard/Kaskaskia to Abbott reconstruction project and the McLean Boulevard/Larkin Avenue intersection resurfac- ing project . BACKGROUND The original agreement with CMT for the preparation of plans and specifications for the North McLean Boulevard/Kaskaskia to Abbott reconstruction project was authorized by City Council at its March 12, 1997 meeting. Amendment No. 1 will add construction services to the agree- ment with CMT for the subject project . Construction services include on-site inspection to ensure compliance with plans and specifications, material testing, review of shop drawings, construction layout, resolution of conflicts, conduct weekly meetings and record drawing preparation. It will also add the design and construction engineering services for the McLean/ Larkin Intersection Resurfacing Project . The resurfacing of this intersection was originally scheduled to be completed as part of the North McLean Boulevard Recon- struction Project . However, when Engineering staff became aware of the availability of federal/state funding for these types of projects, City Council authorized staff to complete the McLean/Larkin intersection resurfacing as a separate project . Under the City' s agreement with the state, 75 percent of the construction cost will be paid by the state, with the remaining 25 percent paid by the City. The City is responsible (111114 for all related engineering design and construction costs . Of the $197, 150 . 00 for Amendment No. 1, $23, 800 will be for the McLean/Larkin project . A copy of Amendment No. 1 is attached as Exhibit A. . Amndmnt No. 1/CMT January 29, 1999 Page 2 rThe award of the contract for construction of the subject project is included on the City Council agenda under separate cover. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED Crawford, Murphy & Tilly oLFINANCIAL IMPACT Amendment No. 1 with CMT will equal $197, 150 ($23 , 800 and $173 , 350 for the McLean Boulevard/Larkin Avenue intersection and the North McLean Boulevard reconstruction project, respec- tively) . Funds for the roadway construction portion of the the North McLean Boulevard reconstruction projects are budget- ed - in account numbers 275-0000-791 . 93-80 and 276-0000-791 . 93-80 , project no. 339573 , and total $2, 496, 400 . 00 . Also on the Committee of the Whole agenda is a contract for the roadway construction of North McLean Boule- vard - Kaskaskia/Abbott totaling $1, 766, 390 . 06 . The remainder of these funds is available to fund this Amendment No. 1, leaving a total not-to-exceed fee of $354, 801 . 00 with CMT. LEGAL IMPACT None . '/i' ALTERNATIVES None . RECOMMENDATION It is the recommendation that City Council approve Amendment No. 1 in the amount of $197, 500 . 00, leaving a total not-to-ex- ceed fee with CMT of $354, 801 . 00, and authorize staff to prepare the necessary paper work. spectfully subm' ted, f, Ciyce . Parker ty Manager SP/do Attachment