Loading...
08-141 Resolution No. 08-141 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT NO. 4 TO THE AGREEMENT WITH BAXTER& WOODMAN, INC. (Dundee/Summit Intersection Improvements) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Diane Robertson,City Clerk,be and are hereby authorized and directed to execute Amendment No.4 to the agreement on behalf of the City of Elgin with Baxter& Woodman, Inc. for the Phase 1 and Phase 2 design engineering services for the Dundee/Summit Improvement Project, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: June 11, 2008 Adopted: June 11, 2008 Omnibus Vote: Yeas: 6 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk •r CITY OF ELGIN, ILLINOIS DUNDEE/SUMMIT AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 4 THIS AGREEMENT AMENDMENT NO. 4 is hereby made and entered into thikday of , 2008, by and between the City of Elgin, Illinois, a municipal corporation, hereinafter referred to as "CITY", and Baxter&Woodman, Inc., an Illinois Business Corporation, hereinafter referred to as "ENGINEER". WHEREAS,the parties hereto have previously entered into an Agreement dated November 4, 1999 ("ORIGINAL AGREEMENT"), which was amended on August 30, 2001 ("AMENDMENT NO. 1"); amended again on March 24, 2003 ("AMENDMENT NO. 2"), and amended again on August 10, 2005, attached hereto as Exhibits 1, 2, 3 and 4 respectively; and WHEREAS,the parties hereto have each determined it to be in their best interests to further amend the ORIGINAL AGREEMENT; and WHEREAS, the Dundee/Summit Intersection Improvements, included in the Original Agreement, is being modified to include a"modern roundabout design" in lieu of the previously designed "traffic signal design". WHEREAS, the CITY has requested the ENGINEER to provide additional preliminary design tasks and final design services for the Dundee/Summit Intersection Improvements; and WHEREAS,the circumstances necessitating the change in performance contemplated by this Amendment Agreement Number 4 were not reasonably foreseeable at the time the ORIGINAL AGREEMENT, AMENDMENT NO. 1, AMENDMENT NO. 2, or AMENDMENT NO. 3 were signed; the change contemplated by this Amendment Agreement is germane to the ORIGINAL AGREEMENT, AMENDMENT NO. 1, AMENDMENT NO. 2, and AMENDMENT NO. 3 as signed;and this Amendment Agreement is in the best interests of the CITY and is authorized by law. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as follows: 1. The above recitals are hereby incorporated into and made a part of this Agreement. 2. SECTION I.B. of the ORIGINAL AGREEMENT, is hereby amended to add new PARAGRAPH B.6 to read as follows: - 1 _ B A X T E R WOODMAN ti "6. Amending the previously approved Project Development Report (PDR) and preparing the Final Design Documents for the Dundee/Summit Intersection Improvements,to change the design from traffic signals to a modern roundabout. A scope of services and Cost Estimate of Consultant Services described in the foregoing PARAGRAPH B.6 is attached hereto as Exhibits 5 and 6 respectively." 3. SECTION II.A. of ORIGINAL AGREEMENT is hereby amended to read as follows: Project Completion Dates for Summit/Dundee PDR Revision and Final Design Engineering: Amendment No. 4 Approval May 14, 2008 Kick-off Meeting with CITY May 19, 2008 Project Development Report Amendment to IDOT August 18, 2008 Project Development Report Amendment Approved March 9, 2009 Submit Pre-Final Plans to IDOT May 15, 2009 Final Plans to IDOT July 17, 2009 ROW Cleared by IDOT September 23, 2009 IDOT Approval September 18, 2009 Advertise for bids October 15, 2009 Bid Letting November 6, 2009 Begin Construction May 1, 2010 4. SECTION IV.A. of ORIGINAL AGREEMENT is hereby amended to read as follows: "For services provided, ENGINEER shall be paid at the rate of the ENGINEER's hourly rates of compensation for work time performed plus expenses, with the total fee not to exceed $756,378, of which amount not more than $269,000 shall be paid for all additional services contemplated by Amendment Agreement No. 4 between the parties hereto, dated , 2008, unless substantial modifications to the PROJECT are authorized in writing by the CITY." 5. SECTION IV.B. of ORIGINAL AGREEMENT is hereby amended to read as follows: "B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within thirty(30)days after receipt and approval of invoice. The total value of said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and the final payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. - 2 - BAXTER WTI 4 WOODMAN ti Engineering Services Original Amend. Cum% Amend Cum% Amend Cum% Amend Cum% Agreement No.1 Change No.2 Change No.3 Change No.4 Change Subtotal 1. Design Concept Plan $ 70,000 $ 0 0 $ 0 0 $ 0 0 $15,000 21% $85,000 2. Phase I Project Development Report Summit/ Dundee $ 36,000 $ 0 0 $ 0 0 $ 16,147 45% $102,000 328% $154,147 3. Final Design and Bid Assistance- Summit/ Waverly $ 0 $65,000 0 $ 0 0 $ 17,824 0 $ 0 0 $ 82,824 4. Construction Related Svcs Summit/ Waverly $ 0 $ 0 0 $109,688 0 $ 12,670 0 $ 0 0 $122,359 5. Final Design Dundee/ Summit $ 0 $ 0 0 $ 0 0 $ 91,056 0 $127,600 0 $218,656 TOTAL $106,000 $65,000 61% $109,688 165% $137,698 295% $244,600 525% $662,986 6. SECTION N.C. of ORIGINAL AGREEMENT is hereby amended to read: "C. For any services provided by any other entities, firms or subconsultants retained by ENGINEER pursuant to this agreement,CITY shall pay to ENGINEER the invoiced fees of such other firms,entities or subconsultants,provided,however,that any such fees shall be included in and shall not exceed the above-referenced amounts in Section IV.A. hereto. A breakdown of these fees is shown below: - 3 - B A X T E R 410 WOODMAN ■ Subconsultant Services Original Amend. Cum% Amend Cum% Amend. Cum% Amend. Cum% Agreement No.1 Change No.2 Change No.3 Change No.4 Change SubTotal 1. Geotechnical and soils investigations $ 4,000 $ 0 0 $ 0 0 $ 0 0 $36,000 150% $ 10,000 2. Registered Land Surveyor $ 7,000 $10,900 156% $ 0 0 $ 8,952 284% $ 0 0 $26,852 3. Title Commitments /Plats $ 0 $ 5,200 0 $ 0 0 $ 4,140 0 $ 4,200 0% $13,540 4. Material Testing $ 0 $ 0 0 $11,312 0 $ 3,244 0 $ 0 0 $14,556 5. Court Reporter $ 0 $ 0 0 $ 0 0 $ 184 0 $ 0 0 $ 184 6. Phase 1/1I Environmental Site Assessment $ 0 $ 0 0 $ 0 0 $14,060 0 $ 0 0 $14,060 7. Appraiser $ 0 $ 0 0 $ 0 0 $ 0 0 $ 3,000 0 $ 3,000 8. Review Appraiser $ 0 S 0 0 $ 0 0 $ 0 0 $ 1,200 0 $ 1,200 9. Negotiator $ 0 $ 0 0 $ 0 0 $ 0 0 $ 6,000 0 $ 6,000 10. Irrigation Design $ 0 $ 0 0 $ 0 0 $ 0 0 $ 4,000 0 $ 4,000 TOTAL $11,000 $16,100 146% $11,312 249% $30,580 528% $24,400 749% $93,392 7. SECTION IV.D. of ORIGINAL AGREEMENT is hereby deleted. 8. The remainder of ORIGINAL AGREEMENT shall remain in full force and effect except as specifically modified herein or by Amendment Agreements Nos. 1, 2 or 3. 4 _ B A X T E R . 4 WOODMAN BAXTER&WOODMAN,INC. CITY OF ELGIN, ILLINOIS :X9 , n i/L(114.1 By Vice President • ity Manaer L 4//1&. ".7 00c5' a.40 Date of Signature Date of Signature (SEAL) o : :'.. `1", �`: , 1., Net Y ws ATTEST: ATTEST: T E p t� ' 411?c-- �- ' ►� ` -� A C"11.Mo Deputy Secretary City C1e Attachment JJF:jak 5/20/2008 1:\ELGNC\990684\Agreement\Ammendment No 4\AMENDMENT NO 4.doc _ 5 _ B A X T E R WOODMAN N J . ExIBiT 2_ CITY OF ELGIN,ILLINOIS DUNDEE/SUMMIT AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS ENGINEERING SERVICES AGREEMENT THIS AGREEMENT, made and entered into this -day of 4//:)i-(1999, by and between the CITY OF ELGIN, an Illinois municipal corporation(hereinafter referred to as "CITY"), and Baxter & Woodman, Inc., an Illinois Business Corporation (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the preliminary design of the Dundee/Summit and Summit/Waverly Intersection Improvements (hereinafter referred to as the "PROJECT"). AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY,hereinafter referred to as the "DIRECTOR". B. In general, the professional services to be performed under this Agreement will consist of the following. 1. Preparation of the Design Concept Plan for the PROJECT. A detailed scope of services is provided in the ENGINEER's proposal dated August 27, 1999, which is attached hereto as Attachment A. B A X T E R - 1 - WOODMAN Con. !Inrg f.r'Tire.;. 2. Preparation of two Phase I Project Development Reports for Categorical Exclusion. The scope of services required to complete the Phase I Reports consists of the following: a. Hire a land surveyor as a subconsultant to prepare plats of highway. b. Coordinate project with utility companies. c. Obtain soil borings/corings from a subconsultant. d. Prepare Project Notification Forms and submit to NIPC and IDOT. e. Prepare for and attend initial IDOT/FHWA coordination meeting. f. Prepare three news releases for publication regarding the City of Elgin initiating a project study, holding public meetings/hearings, and requesting design approval from IDOT/FHWA. g. Meet with the Kane County Council of Mayors to update the status of the PROJECT. h. Prepare Property Owner Notification and Sign-Offs for properties which require easements or right-of-way acquisition. i. Coordinate improvements with IDOT's Bureau of Programming, Traffic,Hydraulics and Land Acquisition. j. Coordinate and solicit concurrence for traffic projections from CATS. k. Prepare Environmental Survey Request form. 1. Prepare Location/Drainage Study for proposed storm sewer improvements. m. Prepare preliminary traffic detour plan and map. n. Update project cost information. o. Prepare preliminary geometric plan and vertical profile. p. Prepare initial Phase I Project reports and submit to IDOT for approval. q. Prepare Design Variance Requests,if required. r. Review IDOT/FHWA comments, revise project report and preliminary plan accordingly and resubmit final Phase I reports for approval. II. PROGRESS REPORTS A. An outline project milestone schedule is provided as Attachment B, attached hereto. B AX T E R - 2 - WOODMAN Cott n 1 B. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the DIRECTOR monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings, and outstanding issues. III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including, but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. The CITY shall reimburse the ENGINEER for professional services described in Paragraphs I.B.1 and I.B.2,based on the ENGINEERS' hourly rates of compensation for work time performed plus expenses. The ENGINEERS' fee including reimbursable expenses shall not exceed $106,000, regardless of actual costs incurred by the ENGINEER unless substantial modifications to the PROJECT are authorized in writing by the CITY. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within thirty(30)days after receipt and approval of invoice. The total value of said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and the final payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Design Concept Plan $ 70,000 Phase I Project Development Report 36.000 Total $106.000 B A X T E R - 3 - WOODMAN C. The ENGINEER shall make necessary arrangements and employ qualified subconsultants, subject to approval of the DIRECTOR, for the following work: 1. Geotechnical and soils investigations 2. Registered Land Surveyor The CITY shall reimburse the ENGINEER for the direct cost of the above professional subconsultant services, an amount not-to-exceed Eleven Thousand Dollars ($11,000) without a modification to this agreement by a change order or amendment. D. The total payments by the CITY under this agreement under paragraphs IV.A and IV.0 shall not exceed One Hundred Seventeen Thousand Dollars($117,000)unless this agreement is modified by a change order or amendment. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. B A X T E R -4- `® WOODMAN Cmith(ling I ngliirr, VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR • determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach hereof by the ENGINEER. VIII. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within fifteen(15)days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. IX. BREACH OF CONTRACT If either party materially violates or materially breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen (15) days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. X. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including Workmen's Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services. B A X T E R - 5 - Frit WOODMAN (iu.rrdtingErr;nors XI. NO PERSONAL LIABILITY No official, director, officer, agent or employee of either party shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and$1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article X entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of$1,000,000 per occurrence subject to a $1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability Insurance covering claims resulting from error, omissions, or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. B A X T E - 6 - �, WOODMAN (:narufi g Iluvnrn. XIII. CONSTRUCTION MEANS.METHODS.TECHNIQUES, SEQUENCES, PROCEDURES, AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age,race, color, creed,national origin, marital status, or the presence of any sensory, mental or physical handicap,unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto;provided,however,that no assignment shall be made without the prior written consent of the CITY. XVI. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract has been made. B A X T E R 7 - WOODMAN an,,,,rir,,;1.N Y XVII. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co-partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment relationship between the parties hereto. XVIII. SEVERABILITY The parties intend and agreed that,if any paragraph, subparagraph,phrase, clause or other provision of this Agreement,or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XX. MODIFICATION This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written change order duly executed by the parties. Each party agrees that no representations of warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. BAXTER - 8 - WOODMAN C.Iwadling Ln nrri< XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of 720 ILCS 5/33E et seq. XXV. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative, and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies must be provided to the Department of Human Rights upon request. 775 ILCS 5/1-101 et seq. BAXTER WOODMAN C:rn ui!liug L»;:nrn XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII. NOTICES All notices,reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: JOHN LOETE,P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: DARREL R. GAVLE, P.E. Baxter&Woodman,Inc. 8678 Ridgefield Road Crystal Lake, Illinois 60012-2797 XXVII. PROTECTION AND RESTORATION OF PROPERTY The Contractor shall take all necessary precautions for the protection of public and private property. The contractor is responsible for the damage or destruction of property resulting from neglect, misconduct or omission in his manner or method of execution or non-execution of the work, or caused by defective work or the use of unsatisfactory materials or equipment, and such responsibility shall not be released until the work has been completed and accepted and the requirements of these specifications complied with. Whenever public or private property is damaged or destroyed, the contractor shall, at his expense, restore such property to a condition equal A X T E - 10 - orB ® WOODMAN remit( ?g 1•:ry^Nrrr3 to that which existed prior to such damage or injury by repairing, rebuilding or replacing it as may be directed, or he shall otherwise make good such damage or destruction in an acceptable manner. If he fails to do so the City will withhold any payments towards completed work until arrangements are made to correct any damage as described. IN WITNESS WHEREOF, the parties hereto have caused the execution of this Agreement by their duly authorized officers as of the day and year first above written. BAXTER& WOODMAN,INC. CITY OF ELGIN,ILLINOIS t � By � GrE�_ By yiee=President/��E / ity Manager (SEAL) (SEAL) ATTEST: ATTEST: '&46-�--4,1.—e.,7 //71_,f.f/...L Deputy Secretary Clerk Attachment JVA:mk 10/4/1999 H:IPROJ\ELGNC19906841engsvc.doc B A X T E R — 11 — IVA 4111. WOODMAN Cmishhin fi g;we3 ATTACHMENT A CITY OF ELGIN, ILLINOIS DUNDEE/SUMMIT AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS PROJECT APPROACH The primary benefit to obtaining federal funds is the cost participation by the FHWA. Most major roadway construction projects, even at the local agency level, approach or exceed S1,000,000. These costs can place a strain on a municipality's yearly operating budget. While the cost saving benefits cannot be ignored, there are a few potential drawbacks, including: • A longer time frame from initiating engineering to construction. • Additional engineering requirements. • Following federal procedures for right-of-way or easement acquisition. ■ Additional construction costs due to more stringent design requirements. The benefit of receiving 75 to 80 percent of construction and construction engineering costs usually outweigh the drawbacks. Our approach focuses on identifying accurate costs by selecting the roadway alternative and avoiding the long IDOT review period through the preparation of a Design Concept Plan (DCP). Two key components of following federal procedures are understanding the approval process and identifying accurate costs when applying for federal funds. Funds are usually capped at 120 percent of the cost identified in the application for Surface Transportation Projects (STP). Congestion Mitigation and Air Quality(CMAQ)projects are capped at the costs used in the application. Additional costs over the cap limits are borne by the Municipality. Our experience has taught us that IDOT prioritizes their personnel to review Phase I report documents on federally funded projects. Projects with commitments for construction receive a higher priority than projects scheduled in later years. Projects scheduled on a Council's Multi-year B list receive the lowest priority. This situation was especially true on the Hopps Road/Spring Street project,where we received review comments one year after submitting the draft report. Since Hopps Road/Spring Street was listed on Kane County's Council of Mayors' Multi-year B list, IDOT did not review the report promptly. Since your intersection projects will not be listed on the Council of Mayors' project list for some time, IDOT will not place any priority on reviewing the Phase I documents. Therefore, B A X T E R _ 1 _ X ®® WOODMAN (on 11111110,'CT:1111,11 in an effort to identify more accurate costs with the selected roadway alternative and to avoid long IDOT review periods, our approach to your project is to complete a DCP prior to the City initiating Phase I and Phase II Engineering. The benefits to preparing a Design Concept Plan and our approach follow: Benefits to a Design Concept Plan • Utilize City funds wisely. Determining the selected alternative during the DCP will allow the City to make wise use of its dollars. For example, preparing the Plat of Highways can vary greatly because the number of parcels to be acquired could be zero or more than ten. The DCP will identify the most appropriate alternative, exact number of parcels to acquire, and provide you with accurate fees prior to initiating Phase I Engineering. Another example is if Illinois Route 58 is widened to five lanes, then an Environmental Class of Action Determination(ECAD)procedure will be required. If the City elects not to spend its funds on a major state highway improvement, or the selected alternative modifies the existing traffic signal equipment, then an ECAD is not necessary. These examples illustrate how the DCP can save the City money. By pinpointing the definite work to be performed, the City can use its money wisely. • Timely goals will be achieved. Your goal is to submit applications for federal funding within one year, with possible construction in 2001. If a Phase I report is submitted prior to the City receiving a commitment for federal funding(either the STP or CMAQ programs seem appropriate),then the project will fall into IDOT's"black hole", and the report will not be reviewed in a timely fashion. When this occurs, the City, as well as Baxter&Woodman,Inc., will feel frustrated due to a lack of progress. On the other hand, continual progress will be made during the Concept Phase all the way to completion. Once the decision is reached to proceed with the federal funding on the selected alternative, the Phase I process will proceed faster since most of the preliminary engineering will be completed and the project should have higher priority with DOT. Your goal of construction in the year 2001 is more likely, depending on funding availability and right-of-way acquisition constraints. • Federal funding could potentially be used for Phase I and Phase H Engineering. Both the Kane County Council of Mayors' STP program and the CMAQ program allow the use of federal funds for engineering. One way for the City to receive a higher ranking for construction of a federal project is to commit additional City funds B A X T E R - 2 - WOODMAN CohwitiutI.tr t, over the minimum percentage of construction (25 percent for STP projects and 20 percent for CMAQ projects). The additional City commitment could be offset by receiving federal funds for Phase I and Phase II Engineering. • More accurate cost estimate will be developed for initiating the federal funding applications because we will identify all design parameters before applications are submitted. • Phase I Engineering will start with the selected alternative. One of the early steps on a federally funded project is the initial coordination meeting with IDOT and the FHWA. Knowing the project objectives at this stage assists DOT in determining procedure requirements and will streamline the review process. We believe the benefits of preparing a DCP for the City of Elgin are substantial. The following Scope of Services to prepare the DCP includes: Scope of Services • Collect detailed topographic surveys of both intersections. • Collect current 24-hour traffic counts and peak hour turning movement counts. • Prepare an Accident Analysis based on the last 3-year accident history. • Prepare a drainage analysis identifying existing drainage conditions and proposed stormwater improvements. • Develop a minimum of 3 intersection alternatives with capacity analysis. • Prepare cost estimates for each alternative. • Meet with City Staff, as needed, to review alternatives, obtain their input and gain concurrence of the selected improvement alternative. • Prepare exhibits of each alternative. • Meet with IDOT to review the selected alternatives. • Attend one public information meeting. • Prepare STP or CMAQ funding applications. B A X T E R - 3 - Pr% WOODMAN Col)sal;;,•'fmmrc,, Near the completion of the DCP, engineering fees can be negotiated for the next step-Phase I and Phase II Engineering. Phase I and Phase II engineering services will be reduced after completion of the DCP. Many of the tasks completed with the DCP can be utilized in Phase I and II Engineering, such as: ✓ survey work, ✓ traffic and peak hour turning movement counts, ✓ accident analysis, ✓ drainage analysis, ✓ cost estimates, and ✓ proposed geometry. We are committed to using your money wisely and will not duplicate our efforts. BAXTER 4 WOODMAN (brnufling L),_inrn, ATTACHMENT B CITY OF ELGIN, ILLINOIS DUNDEE/SLMNIIT AND SUIvIMIT/WAVERLY INTERSECTION IMPROVEMENTS PROJECT MILESTONE SCHEDULE Submit STP application for Dundee/Summit Intersection October 14, 1999 Obtain Field Surveys and Collect Data November 1 to December 1, 1999 Develop alternatives and prepare cost estimates December 1, 1999 to March 1, 2000 Meet with City to review alternatives March 1, 2000 Submit CMAQ application for Summit/Waverly Intersection March 5, 2000 Conduct Public Information Meeting April 15, 2000 Prepare Phase I Report for Dundee/Summit Intersection 3-15-2000 to 10-15-2000 Prepare Phase I Report for Summit/Waverly Intersection 3-15-2000 to 3-15-2001 Approval of Phase I Reports contingent upon IDOT/FHWA review. - P®BAXTER WOODMAN l:n,xalrrr�LfnL� rrn £ x ;,'11311 ? CITY OF ELGIN, ILLINOIS DUNDEE/SUMMIT AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 1 THIS AGREEMENT AMENDMENT NO. 1 entered into this 30 day of f}VG, 2001,by and between the CITY OF ELGIN, an Illinois Municipal Corporation (hereinafter referred to as "CITY"), and Baxter&Woodman,Inc., an Illinois Business Corporation(hereinafter referred to as "ENGINEER"), shall modify that Agreement dated November 4, 1999, whereby the ENGINEER was engaged by CITY to perform certain professional services in connection with the preliminary design of the Dundee/Summit and Summit/Waverly Intersection Improvements (hereinafter referred to as "PROJECT"). WHEREAS, the services did not include additional final design services for the Summit/Waverly Intersection Improvements, AND WHEREAS, the CITY desires the ENGINEER to provide final design services for said intersection improvements, AND WHEREAS, the services did not include bid assistance services for the Summit/Waverly Intersection Improvements, AND WHEREAS, the CITY desires the ENGINEER to provide bid assistance services for said intersection improvements, AND WHEREAS, the CITY desires to include the payments to the ENGINEER under the greement in connection with the final design and bidding of the intersection improvement 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. _ 1 _ B A X T E R WOODMAN Consult:ng t+r dn∎„-c SECTION LB. of the AGREEMENT, is hereby further amended as follows: New PARAGRAPHS B.3 and B.4 are hereby added to read as follows: 3. Preparation of the Final Design Documents for the Summit/Waverly Intersection Improvements. 4. Performance of bid assistance services for the Summit/Waverly Intersection Improvement project. A Cost Estimate of Consultant Services for the services described in the foregoing PARAGRAPHS B.3 and B.4 is attached hereto as Attachment b. SECTION IV.A. of the AGREEMENT is hereby deleted and replaced with the following: A. The CITY shall reimburse the ENGINEER for professional services described in Paragraphs I.B.1 through I.B.4, based on the ENGINEERS' hourly rates of compensation for work time performed plus expenses. The ENGINEERS' fee including reimbursable expenses shall not exceed$171,000,regardless of actual costs incurred by the ENGINEER unless substantial modifications to the PROJECT are authorized in writing by the CITY. SECTION IV.B. of the AGREEMENT is hereby deleted and replaced with the following: B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within thirty (30) days after receipt and approval of invoice. The total value of said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and the final payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Original Amendment Agreement No. 1 Sub-Total 1. Design Concept Plan $70,000 $0 $70,000 2. Phase I Project $36,000 SO $36.000 Development Report 3. Final Design and Bid $0 $65,000 $65.000 assistance— Summit/Waverly TOTAL $106,000 $6 ,000 $171,000 BAXTER 4111‘ 4 WOODMAN C.mntuhing EnErnrrrt SECTION IV.C. of the AGREEMENT is hereby deleted and replaced with the following: C. The ENGINEER shall make necessary arrangements and employ qualified subconsultants, subject to approval of the DIRECTOR, for the following work: Original Amendment Agreement No. 1 Sub-Total 1. Geotechnical and soils $4,000 SO $4,000 investigations 2. Registered Land Surveyor $7,000 $10,900 $17,900 3. Title Commitments SO $5,200 $5,200 TOTAL $11,000 $16,100 $27,100 The CITY shall reimburse the ENGINEER for the direct cost of the above professional subconsultant services, an amount not-to-exceed Twenty Seven Thousand One Hundred Dollars ($27,100)without a modification to this agreement by a change order or amendment. SECTION IV.D. of the AGREEMENT is hereby deleted and replaced with the following: D. The total payments by the CITY under this agreement under paragraphs IV.A and IV.0 shall not exceed One Hundred Ninety Eight Thousand One Hundred Dollars ($198,100) unless this agreement is modified by a change order or amendment. All other provisions of the AGREEMENT shall remain in full force and effect. - 3 - BAXTER WOODMAN ConsullingEnanem 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 , At .• . By. ( L, 4.1� City Clerk / City Manager (SEAL) For the ENGINEER: Dated the:3') day of H .u.. , A.D., 2001. ATTEST: BAXTER & WOODMAN, INC. / r Secretary President/CEO (SEAL) Attachment JVA:py 04'23/01 JVA:mk 07/26/01 P ROJIELGNC\990684\A M ENDMENT NO.1.doc D A X T E R WOODMAN Gm mkivg Eutmn.rcx . Work Item Proj. Sr. Proj. CADD Junior Tech. Seer. Item Engineering Prin. Eng. Eng. Eng. Total Fee ;Administration and Meetings 201 10 0 5 35 $ 3,360 'Traffic Signal Plans 60 0 20 85 0 165 5 12,900 ?D rain age and Utility Plans 40 20 30 90 5 7.080 !Geometric and Grading Plans 51 25 30 80 160 201 5 325 S 24,155 {Pavement Marking Plans 5 0 1U 10 25 5 1.940 !Specifications 01 5 10 0 70 5 40 S 2,910 IF inal P-S..S.:.E.and MOT Permit Review 15 15 45 15 40 1 130 5 10.745 --- ' ' ; 1Svbmnsxdmuu/ \ ---- ____ _ !Ti/leCvnun'uncuu(13xSw0= 55.200) | ' - . .__---___� W prifi. WOODMAN Cm:milting Lop mr. EXhiEiT 3 CITY OF ELGIN, ILLINOIS DUNDEE/SUMMIT AND SUMIvIIT/WAVERLY INTERSECTION IMPROVEMENTS ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 2 THIS AGREEMENT AMENDMENT NO. 2 entered into this a i day ofd, 2003,by and between the CITY OF ELGIN, an Illinois Municipal Corporation (hereinafter referred to as "CITY"), and Baxter& Woodman, Inc., an Illinois Business Corporation (hereinafter referred to as "ENGINEER"), shall modify that Agreement dated November 4, 1999, and amended on August 30, 2001 whereby the ENGINEER was engaged by CITY to perform certain professional services in connection with the preliminary design of the Dundee/Summit and Summit/Waverly Intersection Improvements (hereinafter referred to as "PROJECT"). WHEREAS, the services did not include additional construction-related services for the Summit/Waverly Intersection Improvements, AND WHEREAS, the CITY desires the ENGINEER to provide construction-related services for said intersection improvements, AND WHEREAS, the CITY desires to include the payments to the ENGINEER under the Agreement in connection with the engineering services provided during construction of the intersection improvement 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 I.C. of the AGREEMENT, is hereby added as follows: C. The construction-related services to be performed under this Agreement shall consist of the following: 1. General Construction Administration and Resident Project Representative services for the Summit/Waverly Intersection Improvements, ENGINEER's Project No. 9906S4. �B A X T E R - 1 - L® WOODMAN Corz+u1 ng Enginerr 2. Additional services for the Summit/Waverly Intersection Improvements, provided after the original construction contract final completion date, or in regards to warranty work by the Contractor. A detailed fee breakdown for the additional services described in the foregoing PARAGRAPHS C.1 is attached hereto as Attachment C. SECTION N.A. of the AGREEMENT is hereby deleted and replaced with the following: A. The CITY shall reimburse the ENGINEER for professional services based on the ENGINEERS' hourly rates of compensation for work time performed plus expenses. 1. The ENGINEERS' fee including reimbursable expenses for services described in Paragaphs I.B.I through I.B.4 and I.C.1 shall not exceed S280,688, regardless of actual costs incurred by the ENGINEER unless substantial modifications to the PROJECT are authorized in writing by the CITY. ?. The ENGINEER's fee for the additional services described in paragraph I.C.2 for the Summit/Waverly Intersection Improvements shall be based on the ENGINEER's hourly rates of compensation for work time performed plus expenses. SECTION IV.B. of the AGREEMENT is hereby deleted and replaced with the following: B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within thirty(30) days after receipt and approval of invoice. The total value of said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and the final payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Original Amendment Amendment Agreement No. 1 No. 2 Sub-Total 1. Design Concept Plan 570.000 $0 $0 S70.000 2. Phase I Project 536,000 $0 $0 S36.000 Development Report 3. Final Design and Bid $0 $65,000 $0 565.000 Assistance- Summit/Waverly 4. Constructed Related $0 SO $109.688 5109.688 Services Summit Waverly TOTAL S106,000 565.000 $109,688 S280.688 B A X T E - 2 - W000I`P.N Gmlulux LI,t7'-rt SECTION N.C. of the AGREEMENT is hereby deleted and replaced with the following: C. The ENGINEER shall make necessary arrangements and employ qualified subconsultants, subject to approval of the DIRECTOR, for the following work: Original Amendment Amendment Sub- Agreement No. 1 No. 2 Total 1. Geotechnical and $4,000 SO $0 $4,000 soils investigations 2. Registered Land $7,000 $10,900 $0 S17,900 Surveyor 3. Title Commitments SO $5.200 SO 55.200 4. Material Testing SO SO 511.312 511,312 TOTAL $11,000 $16,100 511,312 $38,412 The CITY shall reimburse the ENGINEER for the direct cost of the above professional subconsultant services, an amount not-to-exceed Thirty-Eight Thousand Four Hundred Twelve Dollars(S38,412)without a modification to this agreement by a change order or amendment. SECTION N.D. of the AGREEMENT is hereby deleted and replaced with the following: D. The total payments by the CITY under this agreement under paragraphs IV.A and IV.0 shall not exceed Three Hundred Nineteen Thousand One Hundred Dollars ($319,100) unless this agreement is modified by a change order or amendment. All other provisions of the AGREEMENT shall remain in full force and effect. A X T E R 3 - iirB � WOODMAN CnnsultingEt-p' 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 City Clerk City Manager (SEAL) For the ENGINEER: Dated the,iE' day o�€: 6.. _ , A.D., 2003. ATTEST: BAXTER& WOODMAN, INC. By By Secretary President/CEO ( Attachment JVA:css 02:11/03 \BAXTER'SEC\PROJ\ELQNC!990684\AMENDMENT NO 2.doc B A X T E R WOODMAN Cmsulling Engnnrrrs ATTACHMENT C Client: ELGNC 1-7-02 rev. MLD Project: Summit and Waverly Drive, Section 02-00171-00-CH Job#990684 (Construction Engineering) Date: January 6, 2003. Expected Service from: April 15, 2002 to August 15 2002 Working Days: 60 78 Actual days worked Calendar Days: Survey Stakeout: Persons Days Hours Tot. Hours Cost Rate$84.00/hr Survey Stakeout: 0 0 0 0 so Rate 65.00/hr Control I 2 3 10 60 $3,900 Rate S45.00/hr Survey Stakeout: 0 0, 0 0 so 31% of Cons cost Survey Sub-Total 180 $3,900 Rate$84.00/hr ,Inspection: 60 % of Cons cost Daily 1 60 8 480 Overtime 1 60 2 120_ OT Rate 1 60 1 60 Daily 1 18 8 144 Overtime 1 0 0 0 667,536 Rate$84.00/hr inspection: Saturdays 1 5 8 40 OT Rate 1 5 4 20 s5,040 Inspection Sub-Total 864 S72,576 I. Survey and Inspection Totals 1,044 $76,476 Rate $96.00/hr GCA: 'Days Hours Tot. Hours 25 % of Cons cost Letting & CDoc. 10 Precon. & Min. 1 10 Site Visits' 6 4 24 Phone Questions 60 0.5 30 Pay Estimates 5 5 25 Designer Time 156 Change Orders 25 Project Closeout 15 Meetings&Admin 25 Construction Administration Totals 320 $30,720 —1 - Total Labor Hrs ( 1,364 Total Labor Costs 1 S107.196 l . Summary of Costs Pages 1-2 Approx.Engr Con. Est. 1,175,642 Labor 107,196 Mileage 2,492 Mat.Test 11,312 Total Con. Engr. Cost S 121.000 Percent cost of Con. Engr. 10.29% • FXHtt3'r Ejt- RECEIVED E ' CITY OF ELGIN, ILLINOIS JAN 5 2006 . DUNDEE/SUMMIT AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS G )r p &WOODMAN ENGINEERING SERVICES AGREEMENT AMENDMENT NO. 3 THIS AMENDMENT AGREEMENT NO. 3 is hereby made and entered into this Jo day of A-u p S- 2005, by and between the City of Elgin, Illinois, a municipal corporation, hereinafter referred to as"CITY", and Baxter&Woodman,Inc.,an Illinois Business Corporation, hereinafter referred to as "ENGINEER". WHEREAS,the parties hereto have previously entered into an Agreement dated November 4, 1999("ORIGINAL AGREEMENT"),which was amended on August 30,2001 ("AMENDMENT NO. 1"); and amended again on March 24, 2003 ("AMENDMENT NO. 2"), attached hereto as Exhibits 1,2 and 3 respectively; and WHEREAS,the parties hereto have each determined it to be in their best interests to further amend ORIGINAL AGREEMENT; and WHEREAS, the Dundee/Summit and Summit/Waverly Intersection Improvements which forms the basis of the Original Agreement is progressing to the final design phase for the Dundee/Sumrnit Intersection; and WHEREAS, the CITY has requested the ENGINEER to provide additional preliminary design tasks and final design services for the Dundee/Summit Intersection Improvements; and provide additional design tasks and additional construction engineering services for the Summit/Waverly Intersection Improvements; and WHEREAS,the circumstances necessitating the change in performance contemplated by this Amendment Agreement Number 3 were not reasonably foreseeable at the time ORIGINAL AGREEMENT, AMENDMENT NO. 1, or AMENDMENT NO. 2 were signed; the change contemplated by this Amendment Agreement is germane to the ORIGINAL AGREEMENT, AMENDMENT NO. 1,and AMENDMENT NO.2 as signed;and this Amendment Agreement is in the best interests of City and is authorized by law. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as follows: 1. The above recitals are hereby incorporated into and made a part of this agreement. _ 1 _ BAXTER WOODMAN 2. SECTION I.B. of ORIGINAL AGREEMENT, is hereby amended to add new PARAGRAPH B.5 to read as follows: "5. Preparation of the Final Design Documents for the Dundee/Summit Intersection Improvements. A Cost Estimate of Consultant Services described in the foregoing PARAGRAPHS B.5 is attached hereto as Attachment D." 3. SECTION ILA. of ORIGINAL AGREEMENT is hereby amended to read as follows: Project Completion Dates for Summit/Dundee Final Design Engineering: Amendment No. 3 Approval August 15,2005 Kick-off Meeting with City August 22, 2005 • Preliminary Plans to IDOT and City for Review January 15, 2006 Address DOT and City comments February 28, 2006 Submit Final Plans to IDOT March 6, 2005 ROW Cleared by IDOT April 12, 2006 IDOT Approval April 14, 2006 Advertise for bids May 12, 2006 Bid Letting June 16, 2006 Begin Construction August 1,2006 4. SECTION IV.A. of ORIGINAL AGREEMENT is hereby amended to read as follows: "For services provided, ENGINEER shall be paid at the rate of the ENGINEERS' hourly rates of compensation for work time performed plus expenses, with the total fee not to exceed$487,378, of which amount not more than$168,278 shall be paid for all additional services contemplated by Amendment Agreement Number 3 between the parties hereto, dated ,2005,unless substantial modifications to the PROJECT are authorized in writing by the CITY." 5. SECTION N.B. of'ORIGINAL AGREEMENT is hereby amended to read as follows: "B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within thirty(30)days after receipt and approval of invoice.The total value of said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule,and the final payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 2 - B A X T E R WOODMAN Engineering Services Cum Cum Cum Original Amend. % Amend % Amend °!a Agreement No.1 Change No. 2 Change No.3 Change Subtotal 1. Design Concept Plan $ 70,000 $ 0 0 $ 0 0 $0 0 $ 70,000 2. Phase I Project Development Report (Summit/Dundee) $ 36,000 $ 0 0 $ 0 0 $ 16,147 45% $ 52,147 3. Final Design and Bid Assistance- Summit/Waverly $ 0 $65,000 -- $ 0 -- $ 17,824 -- $ 82,824 4. Construction Related Svcs Summit/WaverIy $ 0 $ 0 0 $109,688 - $ 12,670 -- $122,359 5. Final Design (Dundee/Summit) $ 0 $ 0 0 $ 0 0 $ 91,056 -- $ 91,056 TOTAL $106,000 $65,000 61% $109,688 165% $137,698 295% $418,386 6. SECTION N.C. of ORIGINAL AGREEMENT is hereby amended to read: "C. For any services provided by any other entities, firms or subconsultants retained by ENGINEER pursuant to this agreement,CITY shall pay to ENGINEER the invoiced fees of such other firms,entities or subconsultants,provided,however,that any such fees shall be included in and shall not exceed the above-referenced amounts in Section IV.A. hereto. A breakdown of these fees is shown below: Subconsultant Services Original Amend. Cum% Amend Cum % Amend. Cum% Sub- Agreement No.1 Change No.2 Change No.3 Change Total 1. Geotechnical and soils investigations $ 4,000 $ 0 0 $ 0 0 $ 0 0 $ 4,000 2. Registered Land Surveyor $ 7,000 $10,900 156% $ 0 0 $ 8,952 284% $26,852 3. Title Commitments $ 0 $ 5,200 0 $ 0 0 $ 4,140 0 $ 9,340 4. Material Testing $ 0 $ 0 0 $11,312 0 $ 3,244 0 $14,556 5. Court Reporter $ 0 $ 0 0 $ 0 0 $ 184 0 $ 184 6. Phase I/II • Environmental Site Assessment $ 0 $ 0 0 $ 0 0 $14,060 0 $14,060 TOTAL $22,000 $32,200 146% $ 3 249% $11,315 528% $ 292 ' 'f,on° q, _cc ?n 1V,,t 7_ 4)30580 2b(FEiiat- - 3 BAXTER Illr 41100 WOODMAN 7. SECTION N.D. of ORIGINAL AGREEMENT is hereby deleted. 8. The remainder of ORIGINAL AGREEMENT shall remain in full force and effect except as specifically modified herein or by amendment agreements Number 1 or 2. BAXTER&WOODMAN,INC. CITY OF ELGIN,ILLINOIS By President/CEO i Mana.er 2G, 7o0-c �\ M e of Signature Date of Signature (SEAL) (SEAL) ATTEST: ATTEST: p.- Secretary City Clerk Attachment JJF:py 07/26/05 H:IPROJIELGNC\9909811AMENDMENT NO 3.doc - 4 - B A X T E R WOODMAN 9 , CITY OF ELGIN,ILLINOIS 1 1 1 SUMMIT/DUNDEE AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS ENGINEERS JOB NUMBER:990684 j AUGUST 12,2003,updated 7/18105 JASON J.FLUHR,P.E. ATTACHMENT D (Sheet 1 of 2) 1 Cost Estimate of Consultant Services-Addendum No.3 Project Senior Project ,CARD Junior Secretary Item Total 'Engineering Principal Engineer Engineer Engineer Manhours Fee Bitting Rates $140. $96.. $88 $86 $76 $50 Work Item 1 I i Administration and Meetings 12 15 5 32 $3,430 Summary of Quantities 10 2 20 32 $2,572. Plan Details 10 10 _ 20 $1,740_ Traffic Control Plans 1 10 5 16 $1,450 Erosion Control Plan 10 5 15 $1,310 Vertical Design 30 10 40 $3,500 Utility Coordination 1 6 5 12 $1,048 Drainage and Utility Plans 2 80 80 162 $14,200 Geometric and Grading Plans 2 40 40 82 $7,240 Traffic Signal Plans 3 2 90 50 145 $12,832 Alignment and Ties 2 4 10 16- $1,280' Pavement Marking Plans _ 5 10 15 30 $2,440 Cross Sections 1 20 20 41, $3,620 $.ecial Provisions 3 2 20 30 30_,___ 85, $6,152 Estimate of Cost 2 5 10 17 $1,480 Kane Co.Stormwater Management/NPDES 1 2 20 _ 23 $2,092 IDOT Review 2 40 40 82 $7,240 Final Plans,Spec.'s,and Estimate 2 20- 20 42 $3,760 ROW/Easement Coordination 5 10 10 25, $2,440 Phase I/II Site Assessment(cleaners) 2 90 8 12 5 117' $10,906' TOTALS 39, 96 451 323, 9Q. 35 1,034 $90,732. Vehicle Expense = $324 ,Total Engineering Fee(Summit and Dundee Phase II)_ $91,056 B A X T E R Elil:\ELGNC19906641Amendment No 3\Amendment 3 Attach D.xis WOODMAN . . , • ATTACHMENT D (Sheet 2 of 2) Additional Items outside of scope•Engineering TAIL.% Summit and Dundee Intersection Task From To Hours Total Analyze"Current Design"vs."Ultimate Design"(with no variances) 7/9/2002 2/22/2003 50.5 $3,648 Revise ROW taking,roadway frontage features due to Dunkin 9/6/2003 10/18/2003 5.5 $440 Donuts and CVS redevelopment Update IDS with new traffic projections 12/14/2003 12/27/2003 20.75 $1,743 Public Hearing for Gifford St closure 2/8/2004 3/6/2004 47.5 $4,150 Alternate Geometry Studies(McDonald's) 4/4/2004 3/3/2005 69.5 $6,166 Subtotal 193,75 $16,147 Summit and Waverly Intersection Task From To Hours Total Sidewalk design changes 1/13/2001 2/16/2002 172 $13,227 • Variance for substandard drop lane(east of Waverly) 6/2/2002 6/15/2002 38.25 $2,740 Temporary interconnect on Summit and Waverly 5/19/2002 9/30/2002 24 $1,857 Construction Engineering Services•Sidewalk changes 1/1/2004 5/1/2005 140 $12,671 Subtotal 374.25 $30,495 TOTAL OUT OF SCOPE ENGINEERING ITEMS $46,642 a a.- Additional Items outside of scope•Subconsultant Tasks Surtunit and Dundee Intersection Task Total Registered Land Surveyor $8,952 _. Title Commitments $4,140 Court Reporter $184 Subtotal $13,276 Summit and Waverly Intersection Task Total .. • Material Testing $3,244 Subtotal $3 244 1 TOTAL OUT OF SCOPE SUBCONSULTANT SERVICE ITEMS I 1 S16,520 Total Out of Scope Subconsultant Cost(previous work)= $16,520 Total Out of Scope Engineering Cost(previous work) = $46,642 [ I 1 Total Subconsultant Cost for Summit/Dundee Ph.II Design= $14,060 (Site Assessment I I _ _ Total Engineering Fee(Summit/Dundee Phil from Sheet 1)= $91,056 TOTAL ADDENDUM 3 ._ i i $168,278 BAXTFR WOOD IbP' 4 RIAN CITY OF ELGIN, ILLINOIS DUNDEE/SUMMIT AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS EXHIBIT 5 SCOPE OF SERVICES 1. DESIGN CONCEPT PLAN • Prepare a design concept plan of a modern roundabout at the intersection of Summit Street and Dundee Road, including completing a cost comparison between a roundabout and traffic signals, preparing a memorandum to CITY staff regarding changing the PROJECT scope to include a roundabout, preparing a scope change request letter to the Kane/Kendall Council of Mayors (KKCOM), attending one CITY Staff meeting and one CITY Council meeting, and attending one meeting with IDOT and KKCOM staff to discuss the scope change. 2. (TR160) PROJECT DEVELOPMENT REPORT AMENDMENT • (TR100) MANAGE PROJECT—Plan, schedule, and control the activities that must be performed to complete the PROJECT including budget, schedule, and scope. Confer with CITY staff, from time to time, to clarify and define the general scope, extent and character of the PROJECT and to review available data. Prepare and submit monthly invoices and coordinate invoices from sub- consultants. Attend one kick-off meeting with the CITY to review the PROJECT and establish PROJECT criteria and establish clear lines of communication, and up to three progress meetings to review the Plans, Contract Proposal and Estimate of Cost prior to submittal to the Illinois Department of Transportation (IDOT), hereby referred to as DEPARTMENT. Attend up to two coordination meetings with IDOT and the Federal Highway Administration, one meeting with the KKCOM, and one meeting with the Chicago Metropolitan Agency for Planning to approve the proposed scope change. • (TR550) TOPOGRAPHIC SURVEY - Perform topographic surveys to supplement the previously collected topographic survey and incorporate changes to the surrounding land since the last topographic survey was collected. • (TR420) TRAFFIC COUNTS - Collect 24-hour traffic counts with peak hour turning movement counts at the intersection of Summit Street and Dundee Road to be analyzed for the modern roundabout design. Coordinate with the Chicago Metropolitan Agency for Planning for concurrence with traffic projections. B A X T E R Pr% 1 WOODMAN • • (TR410) AGENCY COORDINATION — Send updated Notification to the necessary officials of the Post Office and Police and Fire Departments. Notify and coordinate the proposed improvements with utility companies. • (TR450) ACCIDENT ANALYSIS — Acquire recent accident data. Review accident records and update the accident analysis in the report. Provide accident countermeasures, where necessary. • (TR540) PRELIMINARY GEOMETRIC PLANS - Prepare the pavement design and geometric plan and profile design for the proposed roundabout construction. • (TR560) INTERSECTION DESIGN STUDY - Prepare an Intersection Design Study at the intersection of Summit Street and Dundee Road for a modern roundabout design including: traffic projections, capacity analyses, and Autoturn analyses of the intersection geometry. • (TR730) DRAINAGE ANALYSIS - Perform an analysis of the existing drainage system, an analysis of existing storm sewer outlets, an evaluation of the need for storm water detention, and the proposed hydraulic design. Prepare the storm sewer design for the proposed improvements. • (TR600) ENVIRONMENTAL ANALYSIS - Prepare the Environmental Survey Request Form for the additional proposed right-of-way within the PROJECT with all associated exhibits. • (TR525) PROJECT DEVELOPMENT REPORT - Revise the previously approved Local Project Development Report for Group II Categorical Exclusion in accordance with the requirements from the DEPARTMENT and the Federal Highway Administration and submit the revised report for approval. • (TR670) PUBLIC INVOLVEMENT - Prepare advertisement, exhibits, handouts, SYNCHRO analysis of the proposed roundabout design and attend one Public Information Meeting. Prepare meeting minutes to document public comments. Prepare mailings to property owners identified for need of land acquisition. 3. (TR190) FINAL PLANS, SPECIFICATIONS, AND ESTIMATE OF COST • (TRIOS) CONSTRUCTION DELAY COORDINATION — Due to the bid letting delay of the original traffic signal design, additional costs were incurred including: updating final bidding documents to current standards after final documents had been previously submitted and reviewed; updating KKCOM Project Update Forms; reviewing alternative designs by McDonald's B A X T E R 2 WOODMAN engineer to maintain full access at McDonalds; and coordinating the revised schedule with KKCOM, IDOT Bureau of Local Roads, IDOT Bureau of Land Acquisition, IDOT Bureau of Traffic, and the CITY. • (TR660) GEOTECHNICAL REPORT — Employ the services of a geotechnical subconsultant to perform 10-foot pavement borings at 300-foot spacing on alternating sides of the pavement centerline. The geotechnical consultant will provide an analysis of the cores/ borings and a soils report in accordance with the requirements of the DEPARTMENT. • (TR690) CROSS SECTION DESIGN - Design roadway cross sections at 100- foot intervals and at all cross streets and driveways. Compute earthwork calculations. • (TR870) STREET LIGHTING PLANS — Prepare photometric calculations, general lighting layout, lighting plans, and electrical details. • (TR830) PAVEMENT MARKING AND SIGNAGE PLANS - Develop a proposed pavement striping and signage plan for the proposed improvements. • (TR840) STREETSCAPE ! LANDSCAPE PLANS - Design landscape trees and plantings for proposed planting areas and the replacement of parkway trees removed during construction. Develop streetscape details for proposed streetscape amenities and brick paver patterns. • (TR750) IRRIGATION DESIGN - Design of an irrigation system that will supply landscaped areas within the proposed improvements with water. • (TR780) PROJECT DETAILS AND STANDARDS —Prepare a Cover Sheet, Typical Sections, Design Details, Erosion Control Plans, Summary of Quantities, and DEPARTMENT Standard Detail sheets. Prepare alignment and ties sheet and set field alignment control. • (TR790) MAINTENANCE OF TRAFFIC PLAN — Prepare construction staging notes, typical sections, and a detour plan to maintain local traffic flow through the PROJECT construction zone. • (TR170) HIGHWAY PLATS - Identify necessary temporary easements and right-of-way acquisition required to complete the proposed improvements, which are in addition to those already identified from the previously designed improvements. Perform up to three (3) legal surveys and develop plats, legal descriptions, and title commitments for those additional parcels of land to be acquired for right-of-way or temporary construction easements. • (TR640) ROW APPRAISALS AND NEGOTIATIONS - Employ the services of a real-estate appraiser certified by the DEPARTMENT to prepare a B A X T E R 3 11"4 WOODMAN comparable land sales analysis and appraisals for up to three (3) parcels of land, to be acquired for right-of-way or temporary construction easements, which are in addition to those already identified from the previously designed improvements. Employ the services of a negotiator certified by DEPARTMENT to negotiate the sale of up to three (3) parcels of land, to be acquired for right-of-way or temporary construction easements, which are in addition to those already identified from the previously designed improvements. • (TR700) QC / QA — Perform an in-house peer review and constructability review of the pre-final plans, specifications, and estimates of cost for the PROJECT. • (TR720) FINAL CONTRACT PLANS AND CONTRACT PROPOSAL - Prepare contract documents consisting of Plans, Special Provisions, and Engineer's Estimate of Probable Construction Cost and submit these documents to the DEPARTMENT for a state letting. Make any necessary changes to the documents as required by the DEPARTMENT in order to secure approval. I:\ELGNC\990684\Agreement\Ammendment No 4\Exhibit 5 -Scope.doc B A X T E R Pre 4 WOODMAN CITY OF ELGIN,ILLINOIS 1___-- __. _ SUMMIT/DUNDEE AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS ENGINEER'S JOB NUMBER:990684 APRIL 14,2008 JASON J.FLUHR,P.E. EXHIBIT 6 1 Cost Estimate of Consultant Services-Addendum No.4 SENIOR 1 PROFESSIONAL ITEM TOTAL OUTSIDE ENGINEERING PRINCIPAL ENGINEER ENGINEER CADD SURVEYOR LAND SURVEYOR SECRETARY MANHOURS SERVICES FEE Billing Rates $160 $112 $100 $90 $80 $112 $58_ Work Item J. PHASE I PROJECT DEVELOPMENT REPORT AMENDMENT MANAGE PROJECT 20 140 10 170 $19,460 TOPOGRAPHIC SURVEY 3 20 45 68 $5,700 TRAFFIC COUNTS 5 15 20 $2,060 AGENCY COORDINATION 15 5 5 25 $2,240 ACCIDENT ANALYSIS 5 20 5 30 $3,010 PRELIMINARY GEOMETRIC PLANS 120 80 200 $20,640 INTERSECTION DESIGN STUDY 80 80 160 $16,160 DRAINAGE ANALYSIS 10 60 25 95 $9,370 ENVIRONMENTAL ANALYSIS 20 5 5 30 $2,740 PROJECT DEVELOPMENT REPORT 15 55 10 15 95 $8,950 PUBLIC INVOLVEMENT 10 60 12 10 5 - 97 $10,710 SUBTOTAL 30 435k 200 240 45 40 990 $101,040 VEHICLE EXPENSES-TRAVEL,1010 MI @$0.505/MILE $510 TRAFFIC COUNTERS(9 @$50/DAY) — — __ 4 $ 50 SUBTOTAL PHASE I PROJECT DEVELOPMENT REPORT AMENDMENT $102,000 SHEET 1 OF 2 B A X . T E R I:\ELGNC\990684\Agreement\Amendment No 4\Amendment 4-Attach 6.xls � — . WOODMAN CITY OF ELGIN,ILLINOIS SUMMIT/DUNDEE AND SUMMIT/WAVERLY INTERSECTION IMPROVEMENTS ENGINEER'S JOB NUMBER:990684 _—. __— _ 14,2008 JASON J.FLUHR,P.E. EXHIBIT 6 Cost Estimate of Consultant Services-Addendum No.4 SENIOR PROFESSIONAL ITEM TOTAL OUTSIDE ENGINEERING PRINCIPAL ENGINEER ENGINEER CADD SURVEYOR LAND SURVEYOR SECRETARY MANHOURS SERVICES FEE Billing Rates $168 $118 $104 $94 ' $84 $118 $60 A. Work Item , FINAL DESIGN DUNDEE/SUMMIT CONSTRUCTION DELAY COORDINATION 8 25 66 30 129 $13,978 GEOTECHNICAL REPORT 5 5 $6,000 $6,520 CROSS SECTION DESIGN —1 30 30 60 $5,940 STREET LIGHTING PLANS 160 60 _- — 220 $24,520 PAVEMENT MARKING AND SIGNAGE PLANS 30 25 55 $5,890 STREETSCAPE/LANDSCAPE PLANS 30 80 80 — 190 $19,380 IRRIGATION DESIGN 20 10 30 $4,000 $7,020 PROJECT DETAILS AND STANDARDS 10 50 50 110 $11,080 MAINTENANCE OF TRAFFIC PLAN 40 40 80 $8,480 HIGHWAY PLATS —-- 1 2 40 _ 40 40 1 124 - $4,200 $16,426 ROW APPRAISALS AND NEGOTIATIONS 4 — 20 — 24 $10,200 $12,976 QC/QA — — 4 20 — — — _ 24 $3,032 FINAL CONTRACT PLANS AND CONTRACT PROPOSAL 80 80 10 170 $16,440 SUBTOTAL _ 12 316 337 445 40 60 11 1221 $24,400 $151,682 VEHICLE EXPENSES-TRAVEL,630 MI @$0.505/MILE $318 SUBTOTAL DESIGN CONCEPT PLAN REVISIONS _ _ _ $15,000 SUBTOTAL FINAL DESIGN DUNDEE/SUMMIT _ $152,000 SUBTOTAL PHASE I PROJECT DEVELOPMENT REPORT AMENDMENT $102,000 TOTAL ENGINEERING SERVICES FEE — — — - — $269,000 SHEET 2 OF 2 B A X T E R Pr. WOODMAN May 22, 2008 Li r . TO: Mayor and Members of the City Council 1_. FROM: Olufemi Folarin, City Manager David Lawry, P.E., General Services Group Director SUBJECT: Amendment No. 4 to the Engineering Services Agreement with Baxter & Woodman, Inc. for the Dundee/Summit Intersection Improvements PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider the approval of Amendment No. 4 to the agreement with Baxter & Woodman (B&W) for the phase 1 and phase 2 design engineering for the roundabout alternative for the Dundee/Summit Intersection Improvements Project. RECOMMENDATION It is recommended that City Council approve Amendment No. 4 to the agreement with Baxter & Woodman for phase 1 and phase 2 design engineering services related to the Dundee/Summit Intersection Improvement Project for the not-to-exceed cost of$269,000. BACKGROUND On October 13, 1999, the City Council authorized an agreement with B&W ($117,000) to provide phase 1 design engineering and pursue federal funding for improvements to the Dundee/Summit and Waverly/Summit Intersections. At its meetings of: August 8, 2001, the City Council authorized Amendment No. 1 ($81,100) for phase 2 design engineering for the Waverly/Summit Intersection Improvements; February 26, 2003 the City Council authorized Amendment No. 2 ($121,000) for phase 3 construction engineering for the Waverly/Summit Intersection Improvements and August 27, 2005, the City Council authorized Amendment No. 3 ($168,278) for phase 2 design engineering for the Dundee/Summit Intersection Improvements. As the design process progressed, the City has been able to obtain federal funding from the Surface Transportation Program (STP) and Congestion Mitigation and Air Quality Program (CMTQ) in the amount of $505,000 and $960,000, respectively for the Dundee/Summit intersection. At its meeting on April 9, 2008, City Council authorized staff to pursue the roundabout option for the subject intersection. This design alleviates access concerns raised by some of the A Amendment No. 4 to Engineering Services Agreement with B&W for Dundee-Summit Intersection Improvements May 22, 2008 Page 2 businesses affected by the project as well as eliminates the need for traffic signals. It also provides the opportunity to include streetscape elements in the final design. Amendment No. 4 provides design engineering related to the proposed roundabout. It includes final design and bidding documents and bidding assistance. A plan sheet depicting the roundabout is attached as Exhibit A and a copy of Amendment No. 4 is attached as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The cost of Amendment No. 4 with Baxter and Woodman totals $269,000. The total budget for this project is $2,282,760. To date, $118,387 has been spent and/or encumbered. Funding for this amendment is available in the Riverboat Lease Fund, account number 276-0000-791.93-80, "Public Ways/Street Improvements," project number 339755, "Dundee/Summit Intersection Improvements" with $1,078,360 budgeted and $969,836 available. The revised not-to-exceed contract amount with Baxter and Woodman will total $756,378. LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to approve Amendment No. 4 to the agreement with B&W. 2. The City Council may choose not to approve Amendment No.4 to the agreement with B&W. Respectfully submitted for Council consideration. do Attachments