Loading...
00-188 Resolution No. 00-188 RESOLUTION AUTHORIZING EXECUTION OF AN AMENDMENT TO AGREEMENT FOR ENGINEERING SERVICES WITH BLACK AND VEATCH LLP FOR THE EXPANSION OF THE WATER TREATMENT PLANT FACILITIES 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 Amendment to Agreement for Engineering Services on behalf of the City of Elgin with Black and Veatch LLP for the expansion of the Riverside Water Treatment Plant and improvements to the Airlite Water Treatment Plant , a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: August 23 , 2000 Adopted: August 23 , 2000 Omnibus Vote : Yeas 7 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AMENDMENT TO AGREEMENT FOR ENGINEERING SERVICES This contract amendment is hereby made and entered into this Zr day of UCH uS T , 2000, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as "CITY"), and Black and Veatch LLP (hereinafter referred to as "ENGINEER"). WHEREAS, the parties hereto have previously entered into an agreement dated August 1, 1995 (hereinafter referred to as "AGREEMENT"), a copy of which is attached hereto and made a part hereof as Attachment "A", by which CITY has engaged ENGINEER to perform certain engineering services related to the evaluation and design of upgrades and expansion of City's water treatment facilities; and WHEREAS, the parties hereto have previously entered into agreements to amend and modify the Agreement, dated May 10, 1996; October 29, 1996; January 23, 1997; June 8, 1998; and April 19, 1999, copies of which are attached hereto and made a part hereof as Attachment "B"; and WHEREAS, the parties hereto have each determined it to be in their best interests to further amend and modify Agreement pursuant to the terms and provisions of this contract amendment. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, the parties hereto hereby agree to amend Agreement, as previously amended, as follows: SECTION I - SCOPE OF SERVICES In accordance with Paragraph I-D of the AGREEMENT, the following Services are hereby authorized: DESIGN SERVICES The ENGINEER shall perform extended design services for revised Airlite Water Treatment Plant Improvements - Section II to incorporate additional improvements into the previously prepared contract documents as follows: 06/23/00 RDR#11/Elgin Amend. 1 1. Revise construction contract specifications and drawings in preparation for advertisement for Section II work based on CITY staffs review comments, including review of the freezing of the existing roof drain under the Chlorine Building and modification of the installation to prevent freezing of the drain. 2. Perform design services necessary to incorporate additional work items requested by CITY staff to be included in the Contract Documents as follows: a. Replace the three existing ferric sulfate pumps utilizing sole source equipment. b. Replace the five existing chlorine feeders utilizing sole source equipment. c. Remove and replace piping and three existing butterfly valves within Valve Vault B. d. Provide an abatement program for removal of the lead paint on the filter pipe gallery piping, and repaint the piping. CITY shall provide the lead sampling and testing information for inclusion into the Contract Documents for this work. 3. Perform design services and prepare additions to construction contract specifications and drawings for Airlite Water Treatment Plant Improvements — Section II, to incorporate a sodium hydroxide storage and feed system at the Riverside Water Treatment Plant for finished water pH adjustment. The level of effort for these design services is based on the anticipated use of the existing Odor Control Building at the Riverside WTP to house the new chemical feed system with the exception of the bulk storage tanks(s). It is anticipated that the bulk storage tank(s) would be located outside and would be provided with insulation and heat tape for storage of the 25 percent solution. Services to design new and/or upgraded instrumentation, electrical, and SCADA control for automatic pacing of the chemical feed to the effluent of each ground storage reservoir shall also be provided. A preliminary design effort shall be conducted by ENGINEER to determine whether locating the sodium hydroxide facilities within the existing Odor Control Building or within the existing Chemical Building is the best arrangement before proceeding with final design. If it is determined that the new sodium hydroxide feed and storage facilities should be located within the existing Chemical Building, the final design shall then proceed on that basis. If additional structural design 06/23/00 RDR#11/Elgin Amend. 2 effort is required to accommodate the new facility, this additional effort shall be defined and handled as supplemental services. The preliminary design effort also includes up to 16 hours for ENGINEER to assist CITY staff in evaluating and initiating installation of an interim finished water pH adjustment chemical feed system to be utilized until the new sodium hydroxide feed system is operational. This support effort does not include any detailed design or preparations of construction or installation documents relative to any interim feed system. The installation and/or construction of the interim feed system shall be performed by CITY staff. Any laboratory sampling and testing of existing filter media or testing of potential methods for removal of the calcium buildup from the filter GAC media associated with evaluation or design of the chemical feed system for final pH adjustment shall be performed by CITY staff. 4. Submit three sets of final Contract Documents to CITY staff for final review. Meet with CITY staff to review project and resolve any CITY review comments. 5. Update the opinion of probable construction cost for Section II, including the additional work outlined in paragraphs 2 and 3 above. Submit opinion to City staff. 6. Submit two sets of final construction documents to Illinois EPA and five sets of Contract Documents to CITY staff. BIDDING AND PREAWARD SERVICES The ENGINEER shall perform extended bidding and preaward services for revised Airlite Water Treatment Plant Improvements - Section II as follows: 1 . Coordinate bid letting date, time, and place with the CITY and prepare final Invitation to Bid for the contract. 2. Assist the CITY in placing the advertisement for the Invitation to Bid and the Contract Documents with up to two plan rooms. 3. Identify potential contractors and suppliers, and distribute copies of the Invitation to Bid for the contract. 06/23/00 RDR#11/Elgin Amend. 3 4. Provide a sufficient number of sets of construction contract drawings and specifications to the CITY for bidding purposes. CITY shall reimburse the ENGINEER $65.00 for each set of Contract Documents requested. 5. Furnish up to 10 sets of construction contract drawings and specifications to the successful bidder. 6. Conduct, at a date and time selected and a place provided by the CITY, a prebid conference. 7. Interpret construction contract drawings and specifications, and provide written responses to questions from bidders requiring clarification during the bidding period. Prepare and issue addenda to the construction contract documents when required. Requests for review of substitute "or equal" materials or equipment to that specified shall not be considered by ENGINEER until after the construction contract has been awarded. 8. Examine the questionnaire during bid opening to identify any supplier whose equipment or materials may not conform to the construction documents. This examination shall be based on the knowledge and experience of ENGINEER. 9. Review and evaluate the qualifications of the apparent low bidder and the proposed major or specialty subcontractors. The reviews and evaluations shall include such factors as work previously completed, whether adequate equipment is available to complete the work properly and expeditiously, financial resources, and technical experience. Provide CITY a written statement summarizing the evaluations. 10. Prepare and distribute a formal bid tabulation sheet, evaluate bids and make written recommendations to the CITY concerning contract award. 11. Prepare and distribute conforming copies of the construction contract documents. These services shall include review of Contractor's bonds, furnishing the Contractor unsigned construction contract documents, and transmitting the construction contract documents to the CITY for signature and distribution. 06/23/00 RDR#11/Elgin Amend. 4 CONSTRUCTION PHASE SERVICES The ENGINEER shall perform construction phase services, including project administration and control system configuration for revised Airlite Water Treatment Plant Improvements - Section II as follows. PROJECT ADMINISTRATION The ENGINEER shall perform project administration services during the construction phase of revised Airlite Water Treatment Plant Improvements Section II. By performing these services, the ENGINEER shall not have authority or responsibility to supervise, direct, or control the Contractor's work or the Contractor's means, methods, techniques, sequences or procedures of construction. The ENGINEER shall not have authority or responsibility for safety precautions and programs incident to the Contractor's work or for any failure of the Contractor to comply with laws, regulations, rules, ordinances, codes or orders applicable to the Contractor furnishing and performing the work. The CITY's current general services contract for testing laboratory services shall be utilized for any construction phase testing or laboratory services required for the project. The CITY shall be solely responsible for obtaining independent testing services for the project. Services to be performed by the ENGINEER are as follows: 1 . Receive copies of the Contractor's insurance certificates and forward the certificates to the CITY for acceptance by the CITY's legal counsel. ENGINEER's review of the insurance certificates is only for the purpose of determining if the Contractor maintains the general types and amounts of insurance required by the contract documents, and is not a legal review to determine if the Contractor's insurance coverage complies with any other requirements. 2. At a date and time selected by the CITY and at facilities provided by the CITY, conduct a preconstruction conference. The ENGINEER shall prepare an agenda for the conference and prepare and distribute minutes. The preconstruction conference shall include a discussion of the Contractor's schedules and scheduling requirements, procedures for transmittal and review of the Contractor's submittals, processing payment applications, critical work sequencing, change orders, record documents, and the Contractor's responsibilities for safety and first aid. 06/23/00 RDR#11/Elgin Amend. 5 3. Review and comment on the Contractor's initial construction schedule and advise the CITY as to acceptability. The Contractor shall be solely responsible for establishing, monitoring, and providing input for revising the construction schedule including construction means, methods, techniques, site safety, sequences and procedures used in the construction of the project. 4. Analyze the Contractor's construction schedule, activity sequence, and construction procedures as applicable to the CITY's ability to keep existing facilities in operation. 5. Review the Contractor's initial and updated schedule of estimated monthly payments and advise the CITY as to acceptability. 6. Make up to twelve (12) periodic visits to the construction site to observe progress of the work and consult with the CITY and Contractor concerning problems and/or progress of the work. 7. Review drawings and other data submitted by the Contractor as required by the construction contract documents. The ENGINEER's review shall be for general conformity to the construction contract drawings and specifications for the Contract and shall not relieve the Contractor of any of his contractual responsibilities. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto. 8. Receive and review guarantees, bonds, and certificates of inspection, tests, and approvals which are to be assembled by the Contractor in accordance with the construction contract documents, and transmit them to the CITY. 9. Interpret construction contract drawings when requested by the CITY or Contractor. If authorized by the CITY and Contractor, the ENGINEER may interpret construction contract drawings and specifications upon request by subcontractors and suppliers. 10. Review and process the Contractor's monthly payment requests, and forward to the CITY for processing. The ENGINEER's review shall be for the purpose of making a full independent mathematical check of the Contractor's payment request. The ENGINEER is responsible for verifying the quantities of work which are the basis of the payment request. 11 . Provide documentation and administer the processing of change orders, including applications for extensions of construction time. Items involving any 06/23/00 RDR#11/Elgin Amend. 6 delays to the project shall be documented. Evaluate the cost and scheduling aspects of all change orders and, where necessary, negotiate with the Contractor to obtain a fair price for the work. Said negotiation shall be subject to the approval of the CITY. Work related to unusually complex or unusually numerous claims is covered under supplemental services. 12. The ENGINEER shall review value engineering change orders proposed by the Contractor. 13. Upon completion of the project, revise the construction contract drawings to conform to the construction records. Submit one copy of each mylar reproducible and one set of blue-line prints to the CITY. 14. Act as initial negotiator on all claims of the CITY and the Contractor relating to the acceptability of the work or the interpretation of the requirements of the construction contract documents pertaining to the execution and progress of the work. 15. Analyze data from performance testing of equipment by the Contractor or supplier(s) when the construction contract documents require the equipment to be tested after installation. Submit conclusions to the CITY. 16. Upon substantial completion, inspect the construction work and in cooperation with the CITY's staff prepare a tentative listing of those items to be completed or corrected before final completion of contract. Submit results of the inspection to the CITY and Contractor. 17. Upon completion or correction of the items of work on the tentative list, conduct final inspection in cooperation with CITY's staff to determine if the work is completed. Provide written recommendations concerning final payment to the CITY, including a list of items, if any, to be completed prior to the making of such payment. 18. Collect and organize 5 sets of operations and maintenance data provided by Contractor. Each set shall be placed in separate binders and provided with a table of contents, and submitted to CITY. 19. Receive and review the consent of surety to final payment furnished by the Contractor. 06/23/00 RDR#11/Elgin Amend. 7 CONTROL SYSTEM SOFTWARE CONFIGURATION SERVICES The ENGINEER shall provide control system software configuration and application services for Airlite Water Treatment Plant Improvements Section II including programming specific application information into the plant control systems as required to accommodate any changes made to the control system under this construction contract. The configuration services shall include entry of database information in the CITY's existing plant control system SCADA software standard database format; development and programming of graphic screens which display real-time equipment status and process values; and programming of control algorithms in the PLCs to implement equipment control. All configuration services work shall utilize the CITY's existing plant control SCADA system software package. Configuration services shall be performed as indicated below for the revised work as indicated on the revised Contract Documents. • Database development and entry for digital and analog input and output points. • Programming control algorithms for new plant process equipment installed under the Airlite Water Treatment Plant Improvements Section Il contract, including the sodium hydroxide storage and feed system at the Riverside Water Treatment Plant. • Graphic screen development for process monitoring and control, with CITY participation. Up to 12 displays will be developed or modified for plant monitoring and control. Database, control algorithm, graphic screen, and related information shall be initially developed, entered into the system and revised as necessary only: • Once after CITY review, to resolve CITY comments, • Once prior to field acceptance testing, to correct any omissions or deficiencies revealed during start-up, and • Up to four times within a period of 60 days after final acceptance, to correct any omission or deficiencies revealed during acceptance testing. 06/23/00 RDR#11/Elgin Amend. 8 The ENGINEER shall correct omissions and deficiencies described above only for configuration work performed by the ENGINEER as defined herein. Any re-entry of information or duplication of services made necessary by the failure of existing or contractor-supplied hardware or software shall be performed as a supplemental service. Configuration services shall consist of the following tasks: 1 . System standards and conventions previously developed for the Riverside WTP shall be used to ensure consistency throughout the configuration process, and to allow the CITY to maintain consistency in presentation after final acceptance. 2. Enter the configuration data into the CITY's existing plant control SCADA system using software available to the ENGINEER. Support CITY staff and Contractor by addressing configuration related questions. 3. As part of the configuration process, ENGINEER shall provide up to 24 hours of training of CITY's personnel identified as responsible for continuing system software maintenance. The training process shall familiarize the CITY's designated personnel with the configuration work that has been completed to promote self-sufficiency. Training for up to three CITY personnel shall be provided. 4. The ENGINEER shall be present during the Contractor's initial system start-up and checkout. At this time, CITY staff shall exercise equipment controlled by the system, verify proper operation of work performed by ENGINEER, and provide modifications to work done by ENGINEER as needed to confirm operation of the system as intended. A maximum of 10 staff-days shall be provided for this task. Additional start-up assistance services shall be provided as a supplemental service. The CITY shall furnish qualified personnel to assist in system checkouts. CITY personnel shall have authority and qualifications necessary to place equipment in and out of service, disconnect equipment as necessary to allow off-line testing, and shall act as the liaison between checkouts operations and CITY's facility management to minimize disruption of ongoing facility operation. 5. After the revisions to the system are fully operational and accepted by the CITY, deliver final documentation to the CITY recording all data and 06/23/00 RDR#11/Elgin Amend. 9 configuration items as finally accepted. Modification to the final documentation reflecting CITY initiated changes shall be the CITY's responsibility. PART TIME RESIDENT SERVICES DURING CONSTRUCTION The ENGINEER shall furnish a part-time Resident Project Representative (RPR) for construction of revised Airlite Water Treatment Plant Improvements - Section 11 and the River Intake and Pumping Station Expansion - Sections I and II. An office engineer shall be provided to assist the CITY's staff in monitoring the construction activity. CITY staff shall observe and document construction activity during periods when the RPR is not on site. A total of 54 resident staff days are budgeted for the River Intake and Pumping Station project and 108 resident staff days are budgeted for the Airlite Water Treatment Plant Improvements project. If required and requested by the CITY, additional resident services shall be provided by the ENGINEER as a supplemental service under this Amendment. The RPR shall observe the Contractor's work and perform the services listed below when on site. The RPR shall not have responsibility for the superintendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of the ENGINEER. This service shall in no way relieve the Contractor of complete supervision of the work or the Contractor's obligation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions. Part-time RPR shall review or observe the Contractor's activities or construction site conditions as they are during his on-site visits. CITY staff shall review, observe, and document activities and conditions when RPR is not on-site and report to RPR any items of concern. General services to be performed by the part-time RPR during on-site visits for each contract are as follows: SITE OBSERVATIONS AND LIAISON WITH THE CITY AND THE CONTRACTOR 1 . Conduct on-site observations of the general progress of the work to assist the ENGINEER in determining if the work is proceeding in accordance with the construction contract documents. 2. Serve as the ENGINEER's liaison with the Contractor, working principally through the Contractor's Superintendent, and assist the ENGINEER in providing interpretation of the construction contract documents. Transmit the 06/23/00 RDR#11/Elgin Amend. 10 ENGINEER's clarifications and interpretations of the construction contract documents to the Contractor. 3. Consult with the CITY and the Contractor, giving opinions and suggestions based on his (Resident Project Representative's) observations regarding defects or deficiencies in the Contractor's work and relating to compliance with drawings, specifications, and design concepts. 4. Advise the ENGINEER and the Contractor or his superintendent immediately of the commencement of any work requiring a shop drawing or sample submission if the submission has not been accepted by the ENGINEER. 5. Monitor changes of apparent integrity of the sites (such as subsurface conditions, existing structures, and site-related utilities when such utilities are exposed) resulting from construction related activities. 6. Observe pertinent site conditions when the Contractor maintains that differing site conditions have been encountered, and document actual site conditions. The review and analysis of the Contractor claims for differing site conditions are supplemental services. 7. Review the Contractor's construction sequence and traffic control plans for all construction work undertaken simultaneously. Review the Contractor's proposed changes to the construction drawings. 8. Verify that Contractor has contacted utilities in the general construction area and advised them of the Contractor's schedule. 9. Visually inspect materials, equipment, and supplies delivered to the work site. Reject materials, equipment, and supplies which do not conform to the construction contract documents. 10. Assist the CITY's RPR in coordinating on-site materials testing services during construction. Copies of testing results shall be forwarded to the CITY and Contractor for review and information. 11. Observe field tests of equipment, structures, and piping, and review the resulting reports, commenting to the CITY as appropriate. 06/23/00 RDR#11/Elgin Amend. 11 OUTSIDE LIAISON AND PUBLIC RELATIONS SERVICES 1 . Accompany visiting inspectors representing public or other agencies having jurisdiction over the project. Record the results of these inspections and report to the ENGINEER and CITY. MEETINGS, REPORTS, AND DOCUMENTS REVIEW AND MAI NTENANCE 1 . Attend preconstruction conferences, and assist the ENGINEER in explaining administrative procedures which will be followed during construction. 2. Prepare for and attend monthly progress meetings, and other meetings when deemed necessary, with the CITY and the Contractor to review and discuss construction procedures and progress scheduling, engineering management procedures, and other matters concerning the project. 3. Report to the ENGINEER whenever work is known to be defective or does not meet the requirements of any inspections, tests, or approval required to be made or has been damaged prior to final payment, and advise the ENGINEER when the work should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection, or approval. 4. Review applications for payment with the Contractor for compliance with the established procedure for their submission and forward them with recommendations to the ENGINEER, noting particularly their relation to the schedule of values, work completed, and materials and equipment delivered to the site but not incorporated into the work. 5. Assist CITY staff in maintaining a marked set of record drawings and specifications at the job site based on data provided by the Contractor. This information shall be combined with information maintained by the Contractor and a master set of record documents produced. ASSISTANCE IN CERTIFICATION OF SUBSTANTIAL COMPLETION 1. Before the ENGINEER issues a Certificate of Substantial Completion, assist the CITY in submitting to the Contractor a list of observed items requiring completion or correction. 06/23/00 RDR#11/Elgin Amend. 12 2. Assist the ENGINEER in conducting final inspection in the company of the CITY and the Contractor, and prepare a final list of items to be completed or corrected. 3. Verify that all items on the final list have been completed or corrected and make recommendations to the ENGINEER concerning acceptance. SECTION IV - PAYMENTS TO THE ENGINEER In accordance with Paragraph IV-C of the AGREEMENT, the CITY agrees to reimburse the ENGINEER on the basis of 2.85 times the direct salary cost of personnel employed for work associated with Design Services, Bidding and Preaward Services, Construction Phase Services, and part-time resident services authorized by this Amendment, plus direct expenses at cost, plus subcontract billings times 1 .05. The maximum amount to be invoiced for Services under this Amendment shall not exceed Five Hundred Ten Thousand Five Hundred Forty Dollars ($510,540.00) without further authorization in writing by the CITY. The CITY shall not be obligated to reimburse the ENGINEER for costs incurred in providing Bidding and Preaward Services and Construction Phase Services in excess of the billing limit specified above, nor shall the ENGINEER be obligated to continue performance under the AGREEMENT or otherwise incur costs in excess of that amount, unless and until the CITY notifies the ENGINEER in writing that the billing limits have been increased, and has specified in such notice revised billing limits for the services in question. When and to the extent that the billing limits have been increased, any costs incurred by the ENGINEER in excess of the billing limits prior to their increase shall be allowable to the same extent as if such costs had been incurred after the increase in the billing limits was approved. In accordance with Paragraph IV-D of the AGREEMENT, a detailed fee breakdown of these Amendment services is attached hereto as Attachment C. 06/23/00 RDR##11/Elgin Amend. 13 IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this AMENDMENT 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: ATT T' BHFCI OF ELGIIJ 7_3 By y ((,�� Dolonna Mecum Ji ce ' rker City Clerk City Manager (SEAL) For the ENGINEER: sf Dated this / 'day of/1-1 u !,T A.D., 20 P i By �, ►�_� David B. Hunt Vice President 06/23/00 RDR#11/Elgin Amend. 14 ELGIN, ILLINOIS JUNE 21,2000 ENGINEERING SERVICES CONTRACT Page 1 of 2 AMENDMENT - ATTACHMENT C FEE BREAKDOWN SUMMARY �1 RIVER INTAKE AIRLITE WTP PUMPING STATION IMPROVEMENTS AnTOTALSNT �' I EXPANSION SECTION II SECTIONS I & II I i i[1DESIGN PHASE SERVICES * $97,100 $97,10011 ,BIDDING AND PREAWARD SERVICES $41,500 $41,500 I1 ,jCONSTRUCTION PHASE SERVICES PROJECT ADMINISTRATION * $186,515' $186,5151! II RESIDENT SERVICES DURING CONSTRUCTION $42,100 $83,900 $126,000 it CONTROL SYSTEM CONFIGURATION SERVICES * $59,425 $59,425 SUBTOTAL CONSTRUCTION PHASE SERVICES $42,100 $329,8401 $371,940 1 (TOTAL-AMENDMENT 11 $42,1001 $468,440;1 $510,5401 *Services included under current contract. AMENDMENT•ATTACHMENT DESIGN.PHEAwARO,AND CONSTRUCTION 1.1.50 SERVICES ENGINEERING SERVICES FEE BREAKDOWN Pags3a,�1 Juno 21.WOO FOX RIVER INTAKE 6 PUMPING STATION EXPANSION Iq 'A IBi . IBa '9 'C] N`A P C Prof Mgr Prof Engr 0.S Engr Shop OWga/, Graphics SVuc1 Ea, r Moon f E ec 16C « P S RPR r es Chem Clerical ANUA, i EXPENSE FEE DBH ! ADP JLN JOL I Paint Sp.c.I Jolt NOM I LSICS 1 ON SK PB AL I OBE OCG WLK TOTAL TOTAL TOTAL ' . .. . RESIDENT ENGINEERING SERVICES ' r .. •0 Part M.Resident Profec,Roonsentn. TOTAL.FOX RIVER INTAKE•PS EXPANSION 0 A 00 0. 0. 0. 0.00' 0. 0. I 1.031 o. 0.00 52 00. 0.00 I 00. 000 0 5.00. $3,679 $63,100 104 ,W 104 1 103 1 W-_-1 103__.1 Icts ---1,‘ -] - AIAUTEWTPIMPROVEMENTS.SECTIONII A A A ♦ I B B B ! 'C9 I 1D] ,D] .1 rH] L '1 PIC Prof Mgr Prof Engr : 0.s Erg I SNop OWg Graphics i Arch SO./ EN t4 I EMC ISC PR p OC Clerical IT I .. I Clerl-a. ' - n EXPENSE I i FEE DBH RDA JLN JDL 1 Palnl JH GNI• LS/CS DN 1 SK PB AL DBE .0. WLK TOTAL TOTAL TOT• II L f! I DESIGN PHASE SERVICES t I�I - 1, x.wi lno 1 a.w s, R evise Occurs.. 0.15! zoo, I50 1 5. 1.50! s l • 19.7 2.0 se .0 Y 3.00 ! 1 S'''1001' {u S a ' • "0.g F pH I n mlwl Feed System IRw etle WTP f i:TO sw 6.001 100 w 3Aw 1 3e. <. a01 I f 001 _ _A oc R rg 0.50 l f 00 62._ r � ; I !s Duality 00 100f 050 zso .IS'I fI ry • em l Fnl Documents So I OIO I O a 1w y � SUBTOTAL 0.50 0 w 30011 6001 01 150I : 31.asi % 6 17 3. J II - $9995$ $97.10011 •• • 5.0 Provide 10' 7.0 Intwimot Construction ! • I BIDDNG AND PREAWARD SERVICES l ! f ,! I 11. ! ''50 1. 90]. %T.w 0 { 1 91'E ti ! 610 6535r edl E O 1B red eco 1«e _yp I ! w1 s% UOJO4 1 I v P• nw Bid E 1 Ma I I 0 1601� a3 P p 0 CO ed CnO.1 0oc .ntF . t I 5660 52.777 sUBTOTAL w SO O 501 O.wI 250{ , . i _ Ow ] 1.501 fm 00 0� - i 11 • •• • 11 0 y _ _ - r -- _----_--_.-_ >. I 33w,1 P i H Oo 1 1 f• 1 _ ONSTRUCTIO PHASE SERVICES I I PROJECTADMINISTRATION 1 1 1 I 1 1 - i f l I t - II ■Insurance tle I OAS $0 tl and Conduct Prscon tl Con ee • r w I ,.50� IJw - I ' S• $1 0%0 R 0 Com Con Con Schedule I 5 I 1 6 A Y Con C Sa I S� , I 1 1 f•Schedule 5 7S i 51 fop 1 1 I 9. 1 0.3 1 64.7001 .5 N drawings Data 1 I 1 0.5 l 100 11_50 600 100 i I r 1 SO: I 16 . f a) )51 $451 � Itltltltl 1 00 Review ac GuaanWa BOea a7M0. B s ] 050' q. 0 Construction COnVDoc 1501 w 10001 3.00 250 5.00 ).00� el ' xr I 11 1 10.0' 11.0 Process 6w1 53 639.614,A P CO or' 1 Y P y m e M9 !s I 100 ]w I 1.50 � 1.50l1 00 $600 $29:1! . r Chary O and TI Extension R� aa ].w I { I w 950 OSO ]�1 1 w 1I 3 Revive, ooE1...en B B 1 aaO� ` $1 100, 1131091 ■ • 13 0 it •18.0 Co1.1 $I 1 . $2'1tlR wzoo 6 w I 50 6.001 o so s0 u.]eo, s 1'T 1500, $.1753aY C Y and TOO awl 3.w l zoo I 9, .t Performance ng oat,From Cnext« w s l 1 o.:s I '.1 ! �LO eo In'P•0 w 1 a. 2w : 1.w $00 1 s $66 % i 1 ! !s f )] 62.152 i a�ctl � I MO g O6Y I 1.50 I 0 ]x01 4] 9 $ 1 11.192; • 0; • •• ' l .50 610 H.;90 ReHeW CO I Surety 1w Fl r •m I 5 S� -SUBTOTAL; 2.501 17 151 %w 30.SOr 91J 4-00 5.00I 5.04 1 0.00 w 000! asp w! lazsl 261 891 $u.a]J u66 s,s ili _ a o .ed s RES GENT ENGINEERING SERVICES 1 r I ! ,1 1 I •2 00 . 0.w { 6831031�p I I 1 SUBTOTAL11 0.00 0 w I 0001 0.00 I 1 0 w 0 w{ Ow 000 3.w 000' I001 Owl 0.00 1 000! o ! Huo ooI ss,.9 I ow CONTROL SYSTEM CONFIGURATION S SUPPORT { I I 001 I I 11�g11 1 5 earW Conventions O.SOI 'I a9 Control SystmS ,p5 a.C...oul - .1 0351 050 _-- --_-_ -_.. :101 1.. I _- 0.2s %.�� Y fW,W� 1 _ SUBTOTAL; o.wl 0.501 Iwl owl eow' o_mI 0ooi _{_ orof wroI w1 o� ml poi osol - )., $ s1.5p1, I a I Iw� x)wI 57.751 .603 ...ti eV I f6e6.o O ez0.5 35x,19, II I! TOTAL•NgIlTE WATER TREATMENT IMPROVEMENTS SECTION 1111 ..w, 36,551 N.)SI 60 wI w)SI 16.SOi )_SO{ )wI l ,._I_ IOaw1 6wI 3a.101 2 501 35.]31 „ I - - TOTAL SERVICES$; 601 ]6.61 M.e� .00, 9..e1 1631 r.Sl )ol 1.SI 310 31♦I eel I 11 1sewl .0' ]6I I 25j u.I 6)6.01 {53,5)01 {5106601 NOTE:THIS LEVEL OF EFFORT AND FEE HAS BEEN INCORPORATED IN THE SPREADSHEET ABOVE-DO NOT PRINT THE SHEETS BELOW OR INCLUDE THEM IN THE SPREADSHEETS SUBMITTED WITH ADDENDUM TO THE CITY II 104 I iw DESIGN OF FINAL pH ADJUSTMENT CHEMICAL FEED SYSTEM A A I 'A ItI A 1 W B t B I 1B lw 10D1 lD J P00 1106] WA i PIC P of Mgr I Prof Eng 0.a Engr SNop DwgM G specs oJ1 I E Mech EMC ITC RPR Process C OC Clerial AND•Y . EXPENSE FEE 1 DBH ICOR I J JDL alai Spec _ _ _ - f WLK 1 TOTAL TOTAL Ill TOTAL _ JAM GNY LAM/ DN SK p0 RS DBE DC , 1 I 71t 1r` I II 1 F. FINAL DESIGN I - 1 I -� 1 I - _ I I Y I 0 re nary Evaluations aref Inte11um p1 A2IuMment Support 0 Final 1 Design 0 1 5 s 4 1 t I 1 x4 » 2 9 530 557 N.va Quality conti9l RrvYw roI 2)x - Subtotal 0 pe6l90 0 2 6 0 4 1 24 20 0 0 9 x 0 0.30 x "2� 91 90. 1).05) $55.030 CONSTRUCTION PHASE SERVICES i Rev..Clop drawings and Data 10 I 1 - ' 5aaa {54•urprel Construction contract DOCUmrn1s • 1 { • 90 Pnpan Recora Drawings I ml ).oI 2 - 1 s s:. Subtotal•Conatiucuon PNa»SrM». 0. 0. 1. 0. 10. 2. 01 W,f 0 0. 9 20 0. 0.00 J 0 0. 30.N {f3 626,640 00 m 301 mf - 14. CONTROL SYSTEM SOFTWARE CONFIGURATION 1 I I '' 2. 00nng ra Entry and suppon F "' t 21',••c Sy r H ng II I f 5702• 9x 19x Control s C Gry� II _ I_ ! 1 _- j. I II 12m "xo. s ?n'' LI 1 � I n o0 . y p 3300' s •P MW F Documentation - - Subtotal.COnngu 5051005 ---- 0 0.00::. 0 '1- 0 0011 9011 001 0. 0. 0 ()Asti, 9.10 5,026.'. 3 sueTOrAL ox 2x1 m f J: { ow 4 39 9 a , 'I s Doi 6011. x011 ooY 00!1 r 130 a 51!»), {121,9]0, oo. m --o _ 0 _ a9.�9 o oo.', 660 m_' so] TOTAL.ALL sERYICESI 4.0'.. 23.9 242 400; 945; 14.51 761 )01.. 1.51 2•O'' 51.5, 1126. 67691 $65,5101 1x.9. x xs' 23.4,1 t5losw',sasI EFFECTIVE PER HOUR NIL::1 ASS 2.25' 2.03 ESSI 2.251 1 TOTAL 1 • SALARY PER Y4ND S plY f 679 929„..711 $3 {33 ' {1900 S26.50 fiix 11363 S13.001 f30 32925 3 I 5 5 614.001? S� ENGINEERING SUMMARY 1 E E TVE SALARY TIPUER ELM 1210 T Flri.991 12153 1 2.03! --- 323015: "a.»1 322,5151 564620 1 53.201 N,M:0 55.347 {flx 621.067 31 3.19,x11 576147 31 30100161 $a2"I 032x: 5$750: {1 9 I TOTAL SOLARY- -- { 1 s s I 3901 s a)sl_..- 3301 s 921 3 3fs'x' 1 1 TOTAL SALARY•ESY S t2 N 1 { j TOTAL EXPENSES $0 xi " $U x 30 x 50 x xl x. x $0 30 x1 {,60 ".o MI H3.952 TOTAL FEE-(SALARY■ESY/•EXPENSES 1j 53,15$. 325,2)5' "1031; 522,0751 554,020', $9,251 ",s2 15,N) •l,lx 521,0371 539,x11 $74,14), $111510, {3,222 5 $21x1 50,093 54 5,0)4�I •:EXPENSE S q prR Y Trips x submIMIsi x56/ra rg f ontll Mminl 1 ' I I - - t ' -. TOTAL so, T (•100/ - 1 {. x. T Trawl(516S AIrfmMpeftiOn.29079( ��sary night Yp s spill rpon ParYrg , - -_ 1 •i I w• •• •Y 520 9 L f hour ho 3( __ I i 1 _ .. • CADO(520/uGE hour MI MU person Ilmwl I 1 I W Computer(i r( _ 1 I w W 679(3 I�Yr hour L I 1 j x 979/7 009 - - -- -- - - I I_ _ _ _ I • 1 wl TOTAL EXPENSES - - '-- - - - - - , --- — w so' x' xI FI "�_ _— xI_ xI xf A OF tri A enda Item No. City of Elgin Agenda .,,,„ E 47ki- p) August 1, 2000 1 TO Mayor and Members of the City Council N r- FROM: Joyce A. Parker, City Manager RIVER ASA RESOURCE SUBJECT: Amendment to the Agreement for Engineering Services with Black & Veatch PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider Amendment to the agreement with Black & Veatch to provide for additional engineering services for River Intake, Airlite Water Treatment Plant Expansion Section II including Sodium Hydroxide Storage and Feed System at Riverside Water Treatment Plant. BACKGROUND On July 26, 1995, the City Council authorized execution of a contract with Black & Veatch to provide engineering plans and specifications and additional engineering services for the expansion of the Riverside plant and improvements to the Airlite facility. The initial contract anticipated and outlined additional phases of engineering services necessary to complete these projects, including project administration and resident engineering. This phase completes the Riverside and Airlite project . The City Council at its meeting of February 23, 2000 awarded the Contract for River Intake improvements Section I and Section II to Martam Construction Inc and R. W. Clark respectively. This Amendment with Black & Veatch will provide the following services : 1 . River Intake Pumping Station Expansion Section I & II : A part time Resident Engineer will be provided during the construction phase of this project for a total cost of $42, 100 . eft. Amendment to Contract with Black & Veatch August 1, 2000 Page 2 2 . Airlite Water Treatment Improvements Section II : The services will include Additional Design Services to revise construction contract specifications and drawings to include eliminating the freezing problem of the existing roof drain under chlorine building, perform design services necessary to replace the three existing ferric sulfate pumps and five existing chlorine feeders with new equipment, remove and replace piping and three existing butterfly valves within a valve vault, provide a program for removal of the lead paint and repaint the piping in the filter pipe gallery. Totaling $97, 100 . Provide Bidding & Pre-Award services totaling $41, 500 . Provide Construction Phase Service which include, Project administration for $186, 515, part time Resident Engineer during the construction for $83, 900, and control system configuration for $59, 425 . 3. Provide for a Sodium Hydroxide Storage and Feed System at the Riverside Water Treatment Plant for finished water pH adjustment . The cost of this item is included in item 2 above. The total cost for these additional services is $510, 540 . Black & Veatch is recommended to provide the necessary engineering services for the following reasons : 1 . Black & Veatch is intimately aware of the design requirements for control systems that will, by this extended contract, be implemented at River Intake, Airlite and Riverside plants, and must be compatible with the main control system at these sites. 2 . The majority design has been completed for the Airlite plant improvements section II . To bring another engineer in to provide construction phase services may lead to a discrepancy in construction and design philosophies between two different engineering firms . A difference of opinion would detract from the quality of the finished product . 3 . The Riverside plant Expansion and the of 5 . 0 million Reservoir construction were progressed smoothly and on schedule. . It would be hoped that maintaining similar philosophies and working relationship will continue through the completion of the Airlite plant improvements . rft • Amendment to Contract with Black & Veatch August 1, 2000 Page 3 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The initial budget for this project as prepared in 1999 anticipated total cost of $1, 393, 000; of this $175, 000 was anticipated for engineering services . Due to the increase in scope of services, the construction cost for this project, including the Riverside Sodium Hydroxide storage and feed system, will increase the project cost by approximately $980, 000 . The $980, 000 has not been included within the 2000-2004 Financial Plan. As part of the 2001 budget process, all capital projects within the Water Fund will be reviewed to determine if existing funds are available to fund these additional expenses . The 2001 bond sale may need to be altered to accommodate this construction project . The construction document will be structured in separate and distinct phases so that phase I will be awarded and funded by the year 2000 . Phase II will be allocated and awarded in 2001 budget . The $510, 540 amendment will be funded as follows : 1 . River Intake engineering services of totaling $42, 100 will be funded through Water Department portion of the 2000 Bond Fund, account number 399-4000-795. 92-36, project number 409536. 2 . Airlite Water Treatment Plant Improvement Section II Services including Riverside Sodium Hydroxide Storage and Feed System totaling $468, 440 will be funded through Water Department portion of the 2000 Bond Fund, account number 380-4000-795. 92- 36, project number 409543 . \ow LEGAL IMPACT None. ALTERNATIVES None. r Amendment to Contract with Black & Veatch August 1, 2000 Page 4 RECOMMENDATION It is recommended that the members of the City Council authorize the execution of an amendment to the agreement for engineering services with Black & Veatch for a total of $510, 540 . Respectfully submitted, J ce . Parker City Manager rft r