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