Loading...
02-252 Resolution No. 02-252 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT NO. 2 TO AN ENGINEERING SERVICES AGREEMENT WITH CIVIL DESIGN GROUP, INC. FOR THE 2001 SEWER REHABILITATION PROJECT-COUNTRY KNOLL RELIEF SEWERS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Olufemi Folarin, Interim City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute Amendment No. 2 to an Engineering Services Agreement on behalf of the City of Elgin with Civil Design Group, Inc . for the 2001 Sewer Rehabilitation Project-Country Knoll Relief Sewers, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: July 10, 2002 Adopted: July 10, 2002 Omnibus Vote : Yeas : 6 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk t @i) Civil Design Group, Inc. 630.577.1500 630.577.1525 FAX Consulting Engineers www.civildesigngroupinc.com CITY OF ELGIN, ILLINOIS 2001 SEWER REHABILITATION ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 2 THIS AGREEMENT AMENDMENT NO. 2, made and entered into this 22abday of 'rtLy ,2002, by and between the CITY OF ELGIN, an Illinois municipal corporation' (hereinafter referred to as "CITY") and CIVIL DESIGN GROUP, INC. (hereinafter referred to as "ENGINEER"), shall modify that Agreement dated March 20, 2001,and Amendment No.1 dated August 10,2001,whereby the ENGINEER was engaged to perform professional services in connection with the preparation of final design plans, specifications and quantities as needed for contract bid and construction of the 2001 Sewer Rehabilitation (hereinafter referred to as the PROJECT). WHEREAS, the services did not include construction related services for the PROJECT, AND WHEREAS, the CITY desires the ENGINEER to provide construction related services for the PROJECT, AND WHEREAS,the CITY desires to include the payments to the ENGINEER under the AGREEMENT in connection with the professional services with the PROJECT. In response to these additional services, certain revisions and additions 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 I of the AGREEMENT is hereby amended to include PARAGRAPHS F. and G.: F. An outline of the construction services to be provided by the ENGINEER includes General Construction Administration and Resident Project Representative services for the Country Knoll Relief Sewer G. A detailed Scope of Construction Services is attached hereto as attachment A-3. 1754 North Washington Street Suite 120 Naperville, Illinois 60563-1334 SECTION IV, PARAGRAPH A. of the AGREEMENT is hereby deleted and replaced with the following: A. For services provided, the Engineer shall be reimbursed at hourly rates as given in Attachment B-2 for the personnel employed on this PROJECT,with the total fee not to exceed$116,000 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work and authorized in writing by the DIRECTOR. SECTION IV, PARAGRAPH C. of the AGREEMENT is hereby deleted and replaced with the following: C. Reimbursable expenses will include mileage for vehicles used,printing costs for plans and specifications as needed for review by the CITY, permit applications, and review by utility companies. Additionally included are one set of reproducible plans and specifications for use by the CITY in making sets for the bid and construction phases of the PROJECT. The total for these expenses is given in E, F and G. Fees required by other agencies for permit application will be paid directly by the CITY. SECTION IV of the AGREEMENT is hereby amended to include PARAGRAPH G: G. The schedule of Fees and Expenses for the construction services to be performed by the ENGINEER as described in Paragraph I.D. is attached hereto as Attachment C-3. Any such fees are included in the above- referenced figure of$116,000.00. IN WITNESS Whereof, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though watch 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 i By $96),.,—Q___ By 6 b.,• City Clerk City anage • (SEAL) For the ENGINEER: �7 OrFIC AL SEAL H. Dated this/1 day of , 7 17e , AD.,2002 �° pl�lA PO1RtER k;mrrk OTAIE OF ILLINOM ATTES B7------- AL ecretary �C�Iw� �S�� Ice President (SEAL) ATTACHMENT A-3 CITY OF ELGIN 2001 SEWER REHABILITATION COUNTRY KNOLL RELIEF SEWER DETAILED SCOPE OF CONSTRUCTION SERVICES 1. Liaison and Contract Control Act as the CITY's representative with duties, 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 instruction to the Contractor. Assist the Contractor in understanding the intent of the construction contract Documents. Serve as the City's liaison with other local agencies such as utility companies, businesses, CITY's on-site representative , etc. 2. On-Site Review of Work Conduct continuous and full-time on-site observations of the work in progress to determine that the PROJECT is proceeding in accordance with the Construction Contract Documents and that completed work will conform to the requirements of the Construction Contract Documents. Instruct Contractor to correct any work believed to be unsatisfactory, faulty or defective, not conforming to the requirements of the Construction Contract Documents, or does not meet the requirements of any inspections,test, 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 report to the CITY appropriate details relative to the test procedures. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the CITY. Stake-out construction lines and grades and assist the Contractor with interpretations of the Drawings and Specifications. Prepare and submit detailed daily reports of construction progress. 3. Contractor Suggestions and Requests Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the Contractor and make recommendations to the CITY with any time or cost implications for final decision. 4. Shop Drawings Develop shop drawing submittal requirements and assist Contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. Review and approve shop drawings and samples, the results of tests and inspections and other data which any Contractor is required to submit , but only for conformance with the design concept of the project and compliance with the information given in the Construction Contract Documents. Such review shall not be construed as relieving the Contractor of the responsibility to meet requirements of the Construction Contract Documents. Determine the acceptability of substitute materials and equipment proposed by the Contractor; and receive and review(for general content as required by the specifications) maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the Contractor(s) in accordance with the Construction Contract Documents. Record and maintain a shop drawing submittal and approval log and notify the Contractor whenever submittals re lacking or untimely. 5. Schedules Prepare a final Primavera type construction schedule with the participation of the Contractor and obtain the Contractor's approval of the construction schedule. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the Contractor and approved by the engineer. Work with the Contractor to maintain a workable updated Primavera type construction schedule that is maintained and monitored weekly as construction progresses as required by the Construction Contract Documents. Report progress and schedule deviations and corrective measures proposed by the Contractor to the City. 6. Job Meetings Conduct weekly progress meetings with all parties as required by the Construction Contract Documents to review construction progress, design interpretations and overall progress. 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 Administration and Records Handle all day-to-day Contract Administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conference, shop drawings, and samples submissions, reproductions of original Construction Contract Documents including all addenda, change orders, field orders, additional Page 2 drawings issued subsequent to the execution of the Construction Contract Documents, progress reports, and other project related documents. 8. Reports Furnish written reports to the CITY on a biweekly basis of progress of the work and the Contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. 9. Contractor Pay Requests Review the Contractor's requests for payments as construction work progresses, and advise the CITY of the amounts due and payable to the Contractor in accordance with the terms of the Construction Contract Documents. 10. Change Orders Perform evaluation of proposed Construction Contract Change Orders and submit recommendation for approval or denial to the CITY. Prepare Construction Contract Change Orders when authorized by the CITY. 11. Government Policies Review the Contractor's compliance with governmental mandated programs. Compliance with OSHA requirements and general safety provisions will be reviewed by an independent safety officer retained by the Contractor as part of the construction work. The safety officer will visit the job site periodically will submit written reports to the CITY, Contractor, and ENGINEER. 12. Record Drawings Prepare record drawings which show field measured dimensions of the completed construction work which the ENGINEERS consider significant and provide the CITY with one set of reproducible record drawings and all equipment operations and maintenance manuals within ninety (90) days of the PROJECT completion. 13. Final Completion Conduct a final inspection of the PROJECT with the CITY and the Contractor, and prepare and give to the Contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the PROJECT by the CITY. Process the Contractor's final request for payment. Page 3 ATTACHMENT B-2 CITY OF ELGIN - 2001 SEWER REHABILITATION COUNTRY KNOLLS RELIEF SEWER HOURLY RATES AND REIMBURSABLE COSTS - 2002 Hourly Salary Classification Des. $ Rate Principal in Responsible Charge P1 130.00 Senior Project Manager E5 110.00 Project Manager E4 90.00 Project Engineer E3 80.00 Civil Engineer E2 75.00 Landscape Architect L1 90.00 Senior Engineering Technician T5 75.00 Engineering Technician T4 70.00 Technician T3 65.00 Junior Technician or Field Crew Chief T2 59.00 Field Crew Technician T1 52.00 Administrative Assistant Al 45.00 Field Survey Crew (2 Person) 111.00 Reimbursable Costs Use of GPS Survey Equipment $50.00 / Hour (if in Agreement) Printing & Reproduction Actual Cost x 1.1 Automobile Transportation 0.345 per mile x 1.1 Other Transportation Costs Actual Cost x 1.1 Package Delivery Services Actual Cost x 1.1 Outside Sub-consultant Services Actual Cost Other Project-Specific Reimbursable Costs Actual Cost x 1.1 Notes on Billing Rates & Reimbursable Costs 1. Salary rates include general office and payroll overhead. 2. Computer systems are utilized for all design, drafting, and project administration tasks. The rates quoted above include provision for the use of these systems. There are no extra fees for computer usage. 3. Reimbursable costs will be itemized in billing statements. 4. Other consultant services (if required) will only be used with prior authorization and will be specifically itemized in the Consulting Agreement. 5. Hourly Billing Rates normally change on January 1' of each year. ATTACHMENT C-3 CITY OF ELGIN 2001 SEWER REHABILITATION COUNTRY KNOLL RELIEF SEWER SCHEDULE OF FEES AND REIMBURSABLE COSTS Description of Work Fees Construction Layout 999.00 Resident Project Representative Services 25,200.00 As-Builts 1,205.00 Total Professional Services, including Sub-Consultants $27,404.00 Reimbursable Costs Automobile Transportation 596.00 Total Reimbursable Costs $596.00 Total Fees (Professional Services plus Reimbursables) $28,000.00 • \.s.`OF E,c�-j. Agenda Item No. City of Elgin / •• 1.. 1101 L G ■`ii June 21, 2002 ( � ( ��,�� :uu N n1N ,� _ . :8 FNIANCIALLV STABLE CITY GOVERNMENT TO: Mayor and Members of the City Council EFFICIENT SERVICES. AND QUALITY INFRASTRUCTURE FROM: Olufemi Folarin, Interim City Manager SUBJECT: Amendment No. 2 to an Agreement with Civil Design Group, Inc. (CDG) for the 2001 Sewer Rehabilitation Project-Country Knoll Relief Sewers PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider Amendment No. 2 to an agreement with CDG for construction related engineering inspection services for the Country knoll Relief Sewer Project . BACKGROUND The original agreement with CDG ($75, 000) for the preparation of final plans, specifications, cost estimates and bidding assistance for the 2001 Sewer Rehabilitation Projects was authorized by the City Council on February 28, 2001. The design of the Country Knoll Relief Sewer ($10, 100 of the $75, 000 total) was included in this agreement . Amendment No. 1 ($13, 000) for construction engineering services for the 2001 Sewer Rehabilitation Projects, excluding the subject relief sewer, was authorized by City Council on August 25, 2001. Amendment No. 2 will add construction engineering services with CDG for the Country Knoll Relief Sewer Project at an added cost of $28, 000 . A copy of Amendment No. 2 is attached as Exhibit A. The award of the construction contract for the subject project is being presented to City Council under separate cover. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. rk Amndmnt #2/2001 Country Knoll Sewer Relief June 21, 2002 Page 2 D;(6k. . FINANCIAL IMPACT Amendment No. 2 totals $28, 000 and covers construction related engineering services for the Country Knoll Relief Sewer Project (project no. 339620) . Funding is available in the sewer portion of the 2001 Bond Sale, account no. 381-4200-795 . 92-41, project no. 339642, Sewer Televising and Cleaning. The revised not-to-exceed agreement amount with CDG will now total $116, 000 . vo/EGAL IMPACT None. ALTERNATIVES 1. Authorize Amendment No. 2 with CDG. t 2 . Do not authorize Amendment No. 2 with CDG. RECOMMENDATION It is recommended that the City Council authorize Amendment No. 2 with Civil Design Group, Inc. in the amount of $28, 000 and authorize staff to execute the necessary documents. Respectfully submitted, • Olufemi F 1 rin Interi C . y ager SP:do Attachments r