Loading...
04-139 Resolution No. 04-139 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT NO. 1 TO AN AGREEMENT WITH BAXTER& WOODMAN, INC. FOR THE LINCOLN/DOUGLAS SEWER SEPARATION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that David M.Dorgan,City Manager,and Dolonna Mecum,City Clerk,be and are hereby authorized and directed to execute Amendment No. 1 to an Agreement on behalf of the City of Elgin with Baxter& Woodman,Inc. for the Lincoln/Douglas Sewer Separation Project,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: May 26, 2004 Adopted: May 26, 2004 Vote: Yeas: 6 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk City of Elgin,Illinois Lincoln/Douglas Sewer Separation Project AGREEMENT AMENDMENT NO. 1 THIS AGREEMENT IS HEREBY, made and entered into this v?6 day of MA-x', 2004, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY"), and Baxter & Woodman, Inc., an Illinois corporation (hereinafter referred to as"ENGINEER"),shall modify that Agreement dated 11 March 2003(hereinafter referred to as"Agreement"),whereby the ENGINEER was engaged by the CITY to perform certain professional services in connection with the preliminary design, final design and bidding related engineering work on the Lincoln/Douglas Sewer Separation Project, (hereinafter referred to as the "PROJECT"). WHEREAS the payment to the ENGINEER for construction related services for the Lincoln/Douglas Sewer Separation Project was not included in the Agreement; and WHEREAS the CITY desires to include the payments to the ENGINEER to provide construction administration,construction observation and quality control of the construction phase for said"Project"; and WHEREAS, the parties hereto desire to amend Agreement to provide for such additional services and payments. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree to amend Agreement as follows: SECTION 4 of the Agreement is hereby replaced in its entirety with the following: 4. PAYMENTS TO THE ENGINEER A. For services provided, the ENGINEER shall be reimbursed at the ENGINEER's Standard Hourly Fees in effect at the time that the service is provided. The total fee will not exceed$201,000 regardless HAPROJ\ELGNC\021193.60Wmend 1.doc - 1 - B A X T E WOODMAN Consulting Engineer of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of work are authorized in writing by the CITY. A copy of the ENGINEER's Hourly Fees and Expense Items for Professional Services is attached hereto as Attachment C. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER. Any such fees are included in the above-referenced amount of $201,000. C. The CITY shall reimburse the ENGINEER for expenses including travel and out-of-pocket expenses. Such reimbursable expenses are included in the above-referenced amount of$201,000. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Completed Phases Cumulative Amount Initiation and Investigative $138,099 Initiation, Investigative and Design $197,239 Bidding $201,000 E. The ENGINEERS' fee for the construction related services for the Lincoln/Douglas Sewer Separation Project shall be a reimbursement for all actual direct employee compensation,overhead, and expenses plus 14 percent of the sum of the direct costs, overhead, and non- payroll expenses for readiness to serve and profit. The costs, expenses, and profit for such services are estimated not to exceed $194,000,ENGINEERS' Project No. 021193.60. 1. The compensation set forth in Paragraph E above does not include any engineering services after the original construction contract completion date for the PROJECT. In the event the CITY approves and authorizes an extension of time for the Contractor to complete the construction work,the H:UPROJ\ELGNCCO21193.60\Amend 1.doc - 2 - BAXTER 4 WOODMAN Consulting Enginesi compensation for engineering services set forth in Paragraph E shall be increased for the additional services required of the ENGINEERS. 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 ENGINEERS extra compensation at the ENGINEERS' hourly rates until the PROJECT construction work has been accepted by the CITY. 2. The compensation set forth in Paragraph E does not include any engineering services regarding warranty work by the Contractor after the PROJECT, or parts thereof, has been accepted for operational use by the CITY. In the event that warranty work is required of the Contractor, the CITY shall pay the ENGINEERS extra compensation at the ENGINEERS' hourly rates to assist the CITY in enforcing the Contractor's guaranty to repair or replace defective work within the warranty time stated in the Construction Contract Documents. All other provisions of the Agreement shall remain in full force and effect. HAPROJ\ELGNC\021193.60\Amend 1.doc - 3 - WOODMAN Consulting Engineers 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, ILLINOIS By147414-v—Q_ By City Clerk City Manager (SEAL) For the ENGINEER: Dated this /3 day of //J , A.D., 2004. ATTEST: BAXTER &WOODMAN, INC. By / I11,Z A4. By 4* if' Secretary Vice President (SEAL) LDH:py 05/13/04 HAPROJ\ELGNC1021193.60\Amend 1.doc -4 - B A X T E R 1 WOODMAN Consu/(ing Engineers 0 OF E� ` Agenda Item No. City of Elgin 17. TC i)10' E ', 111 May 21, 2004 tai ' � ' � �GiAr 111 N r0 a TO: Mayor and Members of the City Council FINANCIALLY STABLE CITY GOVERNME NT EFFICIENT SERVICES. FROM: David M. Dorgan, City Manager AND C2UALITYINFRASTRUCTURE John M. Loete, Public Works Director SUBJECT: Amendment No. 1 to the Engineering Services Agreement with Baxter& Woodman (B&W) for the Lincoln/Douglas Sewer Separation 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 B & W for construction related engineering inspection service for the Lincoln/Douglas Sewer Separation Project. RECOMMENDATION It is recommended that City Council approve Amendment No. 1 in the amount of$194,000 with Baxter&Woodman and authorize staff to execute the necessary documents. BACKGROUND At its meeting on February 12, 2003, the City Council authorized an agreement with B&W ($201,000) for design engineering for the completion of plans, specifications and bid documents for the Lincoln/Douglas Sewer Separation Project. As is normal practice, it was planned at the time of that approval to amend the agreement for construction inspection services once the scope of the construction project was clearly defined. Amendment No. 1 ($194,000) will add the construction engineering services to the original agreement with B&W for the subject project. The Lincoln/Douglas Sewer Separation Project will provide for a new storm sewer system on Douglas Ave. and Ann St. to separate the current combination storm/sanitary sewer. The existing combination sewer line will be utilized as a sanitary sewer only. The award of the construction contract was awarded at the May 12th meeting. A project location map is attached as Exhibit A. A copy of Amendment No. 1 is attached as Exhibit B. Amendment No.1-Lincoln/Doulas Sewer Separation May 21, 2004 Page 2 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. ILFINANCIAL IMPACT Amendment No. 1 totals $194,000 and covers all construction related engineering fees for the (./ Lincoln/Douglas Sewer Separation project. Funds are available in the sewer portion of the 1999 and 2000 General Obligation Bond sale, account numbers 399-4200-795.92-41 and 380-4200-795.92-41, project number 339662, Lincoln/Douglas Sewer Separation in the amount of $48,651.24 and $5,247.20 respectively. Additional funds are available in account number 430-4202-772.93-90, project number 339055, 2003 Annual Sewer Repairs in the amount of $62,474.60. The balance of the needed funding, $77,626.96, is available in account number 275-0000-791.93-80, project number 339795, 2004 Neighborhood Storm Sewer Repairs. The total not-to-exceed contract with B& W will now be $395,000. LEGAL IMPACT )/14WNone. ALTERNATIVES 1. Approve Amendment No. 2 to the agreement with B & W. 2. Do not approve the amendment. Respectfully submitted for Council consideration. (do) Attachments EXHIBIT A Location Map r . . , . - LINCOLN I: : D•OUGLAS • . . _ . . A I � N PROJECTE1IER HEPAR T CJ _.:r ;. . . .. . . ,1 \ilimusiimij OS ISHA AVE ‘,1k; • T CONGDON I i BLUFF RD. - -' c 144 RIVER 0- W TEAL 1 T AVE. Y < r' W Zi f GENESEE reer�� C.O- PEII ._ • 1 .._. DWASC0 /. N ' . . • or .7 AMIE. 0 / ININ i; 11< )I • I > •t Z /1 ci WJ Z. lNCOIN IV*. e rill inii IL Vi—l)5 tOYELL c ST _r I 0 r JUL'AN 1 ,j— A�AONA Ai OW . ts AVE is 1 JEFF: SON I. J1 Irif JEFFERSON i DANIEL " r r AVE I I l ST = fr /ENTERPR.SE It PtUM ilrPLJM SUM ed II 1 1-11 ST \ %.iik\ RR ..... Tswim,T 1 :ci-1 t;_j, 1-----s7 r \ ~ fREMONT I CHE��-R ST ��\\ ; EXHIBIT B Amendment No. 1 City of Elgin, Illinois Lincoln/Douglas Sewer Separation Project AGREEMENT AMENDMENT NO. 1 THIS AGREEMENT IS HEREBY, made and entered into this day of 2004, by and between the CITY OF ELGIN, an Illinois municipal corporation(hereinafter referred to as "CITY"), and Baxter & Woodman, Inc., an Illinois corporation (hereinafter referred to as "ENGINEER"), shall modify that Agreement dated 11 March 2003 (hereinafter referred to as "Agreement"), whereby the ENGINEER was engaged by the CITY to perform certain professional services in connection with the preliminary design, final design and bidding related engineering work on the Lincoln/Douglas Sewer Separation Project, (hereinafter referred to as the"PROJECT"). WHEREAS the payment to the ENGINEER for construction related services for the Lincoln/Douglas Sewer Separation Project was not included in the Agreement; and rik WHEREAS the CITY desires to include the payments to the ENGINEER to provide construction administration, construction observation and quality control of the construction phase for said "Project"; and WHEREAS, the parties hereto desire to amend Agreement to provide for such additional services and payments. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree to amend Agreement as follows: SECTION 4 of the Agreement is hereby replaced in its entirety with the following: 4. PAYMENTS TO THE ENGINEER A. For services provided, the ENGINEER shall be reimbursed at the ENGINEER's Standard Hourly Fees in effect at the time that the H:\PROJ\ELGNC\021193.60\Amend I.doc - 1 - service is provided. The total fee will not exceed $201,000 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of work are authorized in writing by the CITY. A copy of the ENGINEER's Hourly Fees and Expense Items for Professional Services is attached hereto as Attachment C. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER. Any such fees are included in the above-referenced amount of$201,000. C. The CITY shall reimburse the ENGINEER for expenses including travel and out-of-pocket expenses. Such reimbursable expenses are included in the above-referenced amount of$201,000. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Completed Phases Cumulative Amount Initiation and Investigative $138,099 Initiation, Investigative and Design $197,239 Bidding $201,000 E. The ENGINEERS' fee for the construction related services for the Lincoln/Douglas Sewer Separation Project shall be a reimbursement for all actual direct employee compensation, overhead, and expenses plus 14 percent of the sum of the direct costs, overhead, and non-payroll expenses for readiness to serve and profit. The costs, expenses, and profit for such services are estimated not to exceed $194,000, ENGINEERS' Project No. 021193.60. 1. The compensation set forth in Paragraph E above does not include any engineering services after the original H:\PROJ\ELGNC\021193.60\Amend I.doc 1` - 2 - construction contract completion date for the PROJECT. In the event the CITY approves and authorizes an extension of time for the Contractor to complete the construction work, the compensation for engineering services set forth in Paragraph E shall be increased for the additional services required of the ENGINEERS. 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 ENGINEERS extra compensation at the ENGINEERS' hourly rates until the PROJECT construction work has been accepted by the CITY. 2. The compensation set forth in Paragraph E does not include any engineering services regarding warranty work by the _ Contractor after the PROJECT, or parts thereof, has been accepted for operational use by the CITY. In the event that warranty work is required of the Contractor, the CITY shall pay the ENGINEERS extra compensation at the ENGINEERS' hourly rates to assist the CITY in enforcing the Contractor's guaranty to repair or replace defective work within the warranty time stated in the Construction Contract Documents. All other provisions of the Agreement shall remain in full force and effect. H:\PROJ\ELGNC\021193.60\Amend I.doc - 3 - 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, ILLINOIS By By City Clerk City Manager (SEAL) For the ENGINEER: Dated this day of , A.D., 2004. ATTEST: BAXTER &WOODMAN, INC. By By Secretary President/CEO (SEAL) LDH:py 05/12/04 H:\PROJ\ELGNC\021193.60\Amend 1.doc - 4 - �y OF Et.. Agenda Item No. 3 § - City of Elgin May 7, 2004 TO: Mayor and Members of the City Council FROM: David M. Dorgan, City Manager # John M. Loete, Public Works Director SUBJECT: Bid No. 04-029, Lincoln/Douglas Sewer Separation Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider a bid award for the Lincoln/Douglas Sewer Separation Project. RECOMMENDATION It is recommended that City Council award the subject project to Mola Construction Co., Inc. in the amount of$1,744,154.40. BACKGROUND The City has an Illinois Environmental Protection Agency(IEPA) permit for the operation of its combined stonii/sanitary sewer overflows. The Operations Plan that is part of that permit identifies the Lincoln/Douglas overflow as a system that must be separated by 2005. The subject bid award will provide for the construction of a new storm sewer system on Douglas Ave. from Cooper Ave. to Ann St. and on Ann St. from Douglas Ave. to the Fox River. Repairs will be made to the existing sewer main which will then function as a sanitary sewer only. In addition, Ann St. from N. Grove St. to its western terminus will be reconstructed. A project location map is attached as Exhibit A. Notices were published in the Courier News on February 20 and 21, 2004. The bids for the subject project were opened publicly on March 16, 2004. There were 12 bidders for the project, with Mola Construction Co., Inc. of Wheaton, IL submitting the low bid. A copy of the letter of recommendation to award from Baxter & Woodman, the firm hired by the City to provide project engineering, is attached as Exhibit B. A bid tabulation is included in this letter. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None Lincoln/Douglas Sewer Separation May 7, 2004 Page 2 01)FINANCIAL IMPACT The bids received ranged from a low bid of$1,744,154.40 to the high bid of$3,331,907.18. The engineer's estimate for the project is $2,013,000. Funds are budgeted in the amount of $2,000,000 for the design, construction inspection and construction of the Lincoln/Douglas Sewer Separation Project, project number 339662. Funds for this bid award are available in the following accounts: Account Number Budget Balance Available 380-4200-795.92-41 $ 570,000.00 $ 569,401.60 383-4200-795.92-41 $1,180,000.00 $1,180,000.00 399-4200-795.92-41 $250,000.00 $48,651.24 TOTAL $2,000,000.00 $1,798,052.80 The subject construction contract with Mola Construction Co., Inc. will total $1,744,154.40 and be charged to the first two account numbers above. The balance of the funding will be used for the amendment to Baxter and Woodman's agreement with the City to add construction administration and inspection services on the project. This item is also on the May 12th agenda as a separate item for Council consideration. vp/i/LEGAL IMPACT None ALTERNATIVES 1. Award the contract to Mola Construction Co., Inc. 2. Reject all bids and do not award the contract at this time. Respectfully submitted for Council consideration. (do) Attachments I EXHIBIT A Location Map u GI_p S / to at 3 E.sC1°0 tooli( .- 0.0S it AILoW4Nicr 1'1014 r T.‘ toil, 5E9 „...,..cp- _ \-_-_ ,.,._._SENN ES° LE AVE <4;efl'SrØ 1SHA t '� i \-3\za w AVE•% C' ' tEAL '' INC II4 s V V- W s %/ 1� O 4 7WASGa .. •3001 A,. wGA 3, 011111\7"`u W 4 %.4% _ti , 00 ,.% ! -r; LSEEN0,...4010A It 11111111111 IN Ili\ie\a\ EN c) rilg p JO � P5 tOvi ' 0, ENTEk 0 a s , U ,N Ai?, AE p,JIA j ..' St,MNiT _______,--, ! 1� C -00 toif - ruNT FM.AAE 4V , 0111 -4,\ milli•••,„, •VCI\ ST ...ft oi,„„„,or • till \ cNE s�•••roti .._ ., \ 4,„\e,\e N eglisC Aon‘sos -\\ ANN ,� 1i. a v \\ fRAS . O t -. o1 / S \ �` c•-°4S KA \ jJ 4 At s 00 7314111 i 11111.Tµ r, ma0 11P:Pocri illi\__....--Domitg. c--.1 it \ � � N4RTH +, II: . ..\;></K) g\. S# ‘‘ EL~ �oN Et �� F v \/ 0 \ * \\ \ ' 5,j°1° 740.— olc -/ e o ..t.c . 7 )//)7/-\- lir/\ ' EXHIBIT B Award Recommendation BAXTERc 0 py .$, 4 WOODMAN April 19, 2004 Consulting Engineers Mayor and City Council C E A u (2 ' City of Elgin LI u �+ 150 Dexter Court Elgin, Illinois 60120-5555 APR 2 0 2004 J Attention: John Loete CITY OF ELGIN PUBLIC WORKS DEPT. Subject: Elgin—RECOMMENDATION TO AWARD- Lincoln/Douglas Sewer Separation Project Dear Mayor and Council: The purpose of the Lincoln/Douglas Sewer Separation Project is to eliminate the overflow connection to the Lincoln Avenue storm sewer at the combined sewer junction chamber at Lincoln Avenue and Douglas Avenue. In order to accomplish this, a new storm sewer must be constructed to transport the storm water flow that is currently being transported by the combined sewer on Douglas Avenue. When the new storm sewer is in place, the combined sewer that extends from River Bluff Road to Symphony Way will transport sanitary sewage only. The following bids were received for the Project on March 16, 2004: Bidder Amount of Bid Mola Construction Co., Inc. $1,744,154.40' Wheaton, Illinois Getdown Underground, Inc. $1,833,562.50 Batavia, Illinois Bolder Contractors, Inc. $2,101,961.95 Deerfield, Illinois • Martam Construction, Inc. $2,122,942.751 Elgin, Illinois Gluth Bros. Construction, Inc. $2,160,214.25 Woodstock, Illinois 8678 Kiclgclickl Koacl (:rymal Lake. 11.1)0012 815.459.1260 Fax 815.455.0450 in fo6baxwood.con( BAXTER Pr% r 1 WOODMAN April 15, 2004 Page 2 Consulting Engineers 021193 Patnick Construction, Inc. $2,255,859.00 Elgin, Illinois Elmwood Enterprises, Inc. $2,326,875.801 Lakemoor, Illinois Glenbrook Excavating & Concrete, Inc. $2,412,989.50 Prairie View, Illinois Civil Contractors &Engineers, Inc. $2,526,831.00 Morton Grove, Illinois Benchmark Construction Co., Inc. $2,618,230.00 Bartlett, Illinois Kovilic Construction Co., Inc. $2,929,451.15 Franklin Park, Illinois Trine Construction Corporation, Inc. $3,331,907.78 Wheaton, Illinois ' Arithmetic corrections by Baxter&Woodman,Inc Our pre-bid opinion of probable construction cost for this Project was $2,013,000. Because the City Engineering staff had no previous working knowledge of Mola Construction Company, Inc. (MCCI), and because of the sensitivity of the project, the staff requested that we conduct an investigation of the company's qualifications and manpower to ascertain if they were qualified to complete this complicated project. They also requested a Pre-Award Meeting be held with the contractor prior to our issuing of a letter of recommendation. The results of the qualification investigation indicate that MCCI is highly qualified to complete the underground portion of the work. But, their performance on project organization and construction site cleanup and restoration has been an issue on past projects. All their bonding and insurance requirements meet current standards. We also learned that MCCI has recently been awarded a project by the City's Water Department for a water project concerning an interconnection with the Village of Bartlett. BAXTER• PP; WOODMAN April 15, 2004 Page 3 Consulting Engineers 021193 A Pre-Award Meeting was conducted with the Village of MCCI, our staff, and Steve Pertzborn on April 14, 2004. Steve and our staff outlined the project, and stressed the key points that the City and our field representatives will be demanding of MCCI during the course of the Project. Based upon the results of the investigation of the qualifications of MCCI, and our past working relationship with MCCI, we believe that MCCI is qualified to complete the Project. The City staff and our construction services team are prepared to closely monitor MCCI's project organization and site cleanup and restoration work. The bid received is 13 percent below the Engineer's Opinion of Probable Cost, and we recommend that you award the project to Mola Construction Co., Inc. as the lowest responsive, and responsible bidder in the amount of$1,744,804.40. Please advise us of your decision. The original set of Bid Documents and a copy of our Bid Tabulation were sent to the City on March 17, 2004, after we had completed our review of the bids. The qualification investigation package was provided to Steve Pertzborn during the Pre-Award meeting conducted at our office on April 14, 2004. Very truly yours, BAXTER &WOODMAN, INC. CONS ING ENGINEE 44J-W Darrel R. Gavle, P.E. DRG:mk C: Steve Pertzborn, P.E. H:\PROJ\ELGNC\021193\Ltr of Rec To Award Lincoln Douglas.doc