Loading...
10-150 Resolution No. 10-150 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 1 WITH ENGINEERING ENTERPRISES, INC. (2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R. Stegall, City Manager, and Diane Robertson, City Clerk,be and are hereby authorized and directed to execute Amendment Agreement No. 1 on behalf of the City of Elgin with Engineering Enterprises, Inc. for the 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: July 28, 2010 Adopted: July 28, 2010 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk AMENDMENT AGREEMENT No. 1 This Amendment Agreement No. 1 is hereby made and entered into this 28thday of _July 2010, by and between the City of Elgin, an Illinois Municipal Corporation (hereinafter referred to as"CITY")and Engineering Enterprises, Inc., an Illinois Corporation (hereinafter referred to as"ENGINEER"). WHEREAS, the parties hereto have previously entered into an Agreement dated March 10, 2010, (hereinafter referred to as the "ORIGINAL AGREEMENT"), wherein the CITY engaged the ENGINEER to furnish certain professional services in connection with the CITY's 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program(hereinafter referred to as the "PROJECT"); and WHEREAS,ORIGINAL AGREEMENT provided for a maximum payment of$86,000;and WHEREAS,the parties hereto have each determined it to be in their best interest to amend the ORIGINAL AGREEMENT; and WHEREAS,the CITY has determined that the proposed scope of the PROJECT should be modified to include additional design services to match the increased engineering and construction budget and to include construction engineering services for the 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program; and WHEREAS,the CITY has determined that the total maximum payment for the additional design services described in this Amendment Agreement shall be in the amount of$34,000; and the payment for the added construction engineering services shall be $365,000; and WHEREAS, the circumstances necessitating the changes to the ORIGINAL AGREEMENT contemplated by this Amendment Agreement were not reasonably foreseeable at the time the ORIGINAL AGREEMENT was signed; the changes contemplated by this Amendment Agreement are germane to the ORIGINAL AGREEMENT 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. Paragraph 1B. is hereby amended to read"The ENGINEER shall furnish professional engineering services for the PROJECT as outlined herein and detailed in Attachment A- 1 and Attachment A-2." 2. Paragraph 1.C. is hereby amended to read "A detailed Scope of Services for design engineering is attached hereto as Attachment A-1 and a detailed Scope of Services for construction engineering is attached hereto as Attachment A-2." 3. Paragraph 2.A. is hereby amended to read"A detailed project schedule for the PROJECT is included as Attachment B-1,attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in B below." 4. Paragraph 4.A. is hereby amended to read"For design engineering services provided the ENGINEER shall be paid at the hourly rate for the classifications of personnel who perform work on this PROJECT, with the total fee not to exceed$495,000.00 as estimated in Attachment C-1 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are made and amendments to the maximum payment provided for herein. For construction engineering services provided the ENGINEER shall be paid at the hourly rate for the classifications of personnel who perform work on this PROJECT,with the total fee estimated in Attachment C-1. Vehicle charges shall be paid at a daily rate of$45 per day. The attached Standard Schedule of Charges dated January 2008 will be utilized for this PROJECT." 5. Paragraph 4.B. is hereby amended to read "For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER,plus 0%. Any such fees for outside services in the design engineering phase shall be included in the total fee not to exceed. Any such fees in the construction engineering phase shall be at actual cost." 6. Paragraph 4.C. is hereby amended to read "All costs are included in the not to exceed design engineering fee, including direct costs and the work to be performed by Rubino in the lump sum amount of$7,950." 7. Paragraph 4.D. is hereby amended to read "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. Design Engineering Est.Invoice Date % Complete Value March 1 20% $ 17,200 April 1 50% $ 25,800 May 1 70% $ 48,000 June 1 90% $ 17,000 July 1 95% $ 6,000 Aug. 1 100% $ 6,000 Construction Engineering Est.Invoice Date % Complete Value Aug. 1 20% $ 68,000 Sept. 1 50% $ 102,000 Oct. 1 80% $ 102,000 Nov. 1 95% $ 51,000 Dec. 1 100% $ 17,000" 8. Except as amended by this Amendment Agreement No. 1,ORIGINAL AGREEMENT between the parties hereto shall remain in full force and effect. 9. That in the event of any conflict between the terms and provisions of the ORIGINAL AGREEMENT and the terms and provisions of this Amendment Agreement, the provisions of this Amendment Agreement shall control. CITY OF ELGIN ENGINEERING ENTERPRISES, INC. By: j,, Q By: /r C::::::42-7:2P i Mana Manager Bra le P. Sanderson, P.E. h' g Y Vice President est: Attest: ^ , City Clerk An.ie Ford Ad 'i . . 've Assistant 41 Attachment A-1 Detailed Scope of Services Understanding It is our understanding that the City of Elgin would like EEI to design and prepare construction documents and assist in the bidding process for their 2010 Neighborhood Street Resurfacing Program and 2010 Sidewalk Replacement Program. The project limits for the 2010 Neighborhood Street Resurfacing Program generally consist of several miles of roadway within multiple neighborhoods throughout the City. The project limits for the 2010 Sidewalk Replacement Program generally consist of sidewalk located throughout the City. It is understood that the roadways to be included in this resurfacing program are those identified in the maps provided by the City contained in Attachment D-1. The general scope of the improvements will consist of milling and resurfacing, pavement patching, curb and gutter removal and replacement, sidewalk removal and replacement, catch basin repair, signage, pavement markings and other ancillary construction items. Project Scope Phase I Preliminary Engineering—Tasks and Services Task 1.01 —Meetings and Coordination EEI will schedule a Kick-off Meeting with the City to introduce the design team and review the work items, schedule and Project Management Plan in detail with the City staff. At the meeting we will establish the communication plan for project. In addition, EEI will obtain any additional information that City staff may have that would be useful on the project. Prior to the meeting, we will send a request for information to the city. Task 1.02—Field Review After collecting any and all available information from the City, EEI will conduct a preliminary field inspection of the roadways selected for rehabilitation. During this field review the design team will collect information required to assemble project quantities and cost estimates. The field review will collect information such as areas of roadways to be resurfaced, recommended locations for pavement patching, and areas of sidewalk and curb to be removed and replaced. Any signs of significant drainage problems or other design deficiencies will be noted for further discussion with the City. Task 1.03—Field Review with City After our initial field review, EEI will schedule a meeting with City staff in the field to discuss the areas that have been identified for pavement patching, sidewalk replacement, curb replacement, catch basin repair, etc. After meeting with City staff, EEI will make any adjustments and finalize the preliminary design. Task 1.04—Utility Coordination EEI will submit exhibits to the necessary utility companies to begin the process of identifying any potential utility conflicts. Due to the nature of the project being a resurfacing project conflicts are not anticipated; however, this information will be useful should it be determined that storm sewer or other utility repairs may be needed. Task 1.05—Subsurface Investigations EEI will enter into a contract with a subcontractor to perform pavement cores throughout the project limits approximately every 1,000 feet. A report will be generated, reviewed by EEI and provided to the City. Engineering Enterprises,Inc. . a• -_a, Consulting Engineers Attachment A-1 Task 1.06—Preparation of Preliminary Documents (Estimates, Exhibits, etc.) After a thorough review of all data, EEI will prepare a preliminary cost estimate, preliminary exhibits, and preliminary project specifications. Hand sketches indicating the location of all pavement patching, sidewalk replacement, curb replacement, signage, and pavement markings will be kept on file for verification by the City as needed and for use in construction. These documents will be submitted to the City for review and comment. EEI will coordinate and attend a meeting with City staff to discuss the preliminary documents and to determine a consensus of what roadways to include in base and alternate bids in the final contract documents. EEI will implement and complete our QC/QA plan as established in our Project Management Plan. Phase II Final Design Engineering—Tasks and Services Task 2.01 — Development of Contract Documents EEI will develop final design documents including final quantities, exhibits, details and specifications for bidding. These documents will include City procurement requirements, general conditions, bid documents, insurance requirements, performance bonds, etc. The documents will be generally consistent with the example contract documents provided by the City for the 2009 Neighborhood Resurfacing contract. The final design documents will also include traffic control plans. EEI will implement and complete our QC/QA plan as established in our Project Management Plan. Task 2.02—Preparation of Engineer's Estimate of Probable Construction Costs EEI will prepare and submit an Engineer's Estimate of Probable Construction Costs in a format acceptable to the City. Task 2.03—Final Review by City EEI will provide six complete copies of the contract documents and final cost estimates to the City for final review prior to bidding. Following the City's review EEI will schedule one meeting with City staff to receive and discuss the proposed revisions. Following the meeting EEI will incorporate all revisions in to the project documents prior to bidding. Task 2.04—Bidding and Contracting Upon completion and final approval of the plans and specifications, EEI will assist in the advertising, bidding, review, award and contracting phase of the project. During the bidding phase, EEI will answer questions from prospective bidders and will prepare addenda with the City as appropriate to respond to any questions. EEI will coordinate with the City of Elgin's Purchasing Department to make sure all plan holders get the addenda. The Project Manager will attend the bid opening, and thereafter EEI will review the accuracy of the bids and prepare a tabulation of bids. Based on the final review of that information, EEI will prepare a formal recommendation of award and provide the necessary materials to City staff. Upon award of the project, EEI will prepare the necessary contracts to be executed by the City and the Contractor. EEI will coordinate signing of the contract with City staff and the Contractor. Task 2.05—Public Coordination EEI will prepare notices that will be sent out to all homeowners and business located within the project limits. EEI will acquire all addresses of homeowners and businesses that notices will be sent to. Task 2.06— Project Management and QC/OA Reviews EEI will provide the necessary project coordination, administration and management throughout the course of the project. Engineering Enterprises,Inc. Consulting Engineers Attachment A-2 CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING ACTIVITIES A. CONSTRUCTION ADMINISTRATION 1. General: The Construction Administrator will serve as the City of Elgin's representative for the entire construction project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Construction Administrator will provide all Level 1 management services. These services are defined as all management functions and requirements over and above the daily routine project requirements. They will include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the construction project in accordance with the City's objectives of cost, time and quality. The Construction Administrator will work closely with and report to the Director of Public Works or his designee. 2. Specific Duties and Responsibilities: a. Project Control: Establish and maintain lines of communication, authority, and procedures for coordination among the City, Director, Design Engineer, Contractors, and Construction Engineer as needed to carry out the project construction requirements. b. Additional Services: When required, identifies the need for, and assists the City in selecting and retaining professional services of a surveyor, testing laboratories and other special consultants, and coordinates these services during their performance. c. Contract Requirements: Administrates and monitors for the Project Director, contractors and other project consultants, the contractual requirements for items such as insurance, bonds, and general conformance with governmental regulations, including minority compliance. d. Construction Monitoring: Monitors the work of contractors and construction engineer to insure adequate quality control of the construction work and compliance with the design drawings, specifications and other required regulations. Attachment A-2 e. Scheduling: Works with the contractor and Construction Engineer to insure that a workable construction Engineer to insure that a workable construction schedule is developed and agreed to by all parties. Provide for continuous monitoring of the schedule as construction progresses. Identify potential variances between scheduled and probable completion dates. Review schedule for work not started or incomplete and recommend to the Director, Construction Engineer and contractors, adjustments in the schedule to meet the probable competition date. Provide summary reports of each monitoring and document all changes in schedule. Together with the Construction Engineer determine the adequacy of the contractor's personnel and equipment and the availability of materials and supplies to meet the schedule. Recommend courses of action to the Director when requirements of a contract are not being met. f. Shop Drawings: Monitor the submittal of all shop drawings, catalog cuts and material selections by the contractors and coordinate timely approval of the same by the Design Engineer. Review and monitor on a continuing basis the delivery status of critical material and equipment so as to prevent unnecessary delays. g. Administration: Handle all project administrative correspondence including preparation of all written documents and correspondence requiring the City's and Director's signature and authorization. Maintain a file on all project correspondence and records to include daily construction reports prepared by the Design Engineer's field Construction Engineer. h. Contractor's Payment: Review and process for payment, though the Director, all applications by contractors and design consultants for progress and final payments. i. Change Orders: Recommend necessary or desirable changes to the Director and the Design Engineer, review requests for changes, and handle all administrative aspects to include contractor negotiations, formal preparation and submission with recommendation to the Project Director. j. Cost Control: Monitors all project costs and revises and refines the initially approved changes as they occur, and develop cash flow reports and forecasts as needed. Page 3 k. Job Meetings: Conduct periodic (biweekly in general)progress meetings with all associated parties to review construction progress, procedures, scheduling, design interpretation, problem areas and overall coordination. 1. Reports: Provide a timely weekly status reporting system to keep the City abreast of all aspects of the project which will: a) emphasize problem areas to the Director on a by-exception basis; and b)present solutions for the problems which will enable management to make decisions on a go-or-no-go basis. m. Public Information: Provides advance and current information to the public as necessary and appropriate. Works with citizens directly impacted by contractor to protect citizen's interests. n. Final Completion: Together with the Design Engineer and Construction Engineer conduct a pre-final inspection and develop a pre-final inspection and develop a pre-final punchlist for the contractor. Upon competition of the pre-final punchlist notify the Project Director that a final inspection is in order. Attend the final inspection with the City Engineer and contractors. Advise the Project Director when all punchlist work resulting from the final inspection has been completed. Recommend, prepare, and process all final pay estimates through the Project Director. o. As-built Drawings: Review as-built drawings prepared by the Design Engineer to insure adequate information has been given to facilitate on-going maintenance work by the City. Coordinate distribution of copies to the City Engineering, Public Works Operations and Water Divisions as appropriate. B. CONSTRUCTION ENGINEER 1. General: The Design Engineer may serve as the City's on-site construction representative for the construction project as the Construction Engineer. He will be responsible for the general control and field inspection of the construction project and will provide all Level 2 management services. These services are defined as all management functions required for day to day control of the project. They will include field inspection, design interpretation, contract administration and general coordination and control of the day to day construction activities of the contractor to insure timely completion and quality construction in strict compliance with contract drawings and Page 4 specifications. The Construction Engineer will work closely with and report to the Construction Administrator. 2. Specific Duties and Responsibilities a. Liaison and Contract Control: Assist the contractors in understanding the intent of the contract documents. Serve as the City's representative with the contractors working principally through the contractor's project engineer and on-site superintendent. Serve as the City's liaison with other local agencies, utility companies, state agencies, businesses, etc. keeping them advised of day to day activities. b. Review of Work, Rejection of Defective Work, Inspection and Testing: 1) Conduct on-site observations of the work in progress to determine that the project is proceeding in accordance with the contract documents and that completed work will conform to the requirements of the contract documents. 2) Instruct contractor to correct any work believed to be unsatisfactory, faulty or defective or does not conform to the requirements of the contract documents, or does not meet the requirements of any inspections, tests or approval required to be made; and advise Construction Administrator of action taken and if any special testing or inspection will be required. 3) Verify that tests are conducted as required by the contract documents and in presence of the required personnel, and that contractors maintain adequate record thereof; observe, record and report to Construction Administrator appropriate details relative to the test procedures. 4) Perform or cause to have performed as applicable, all required field tests such as concrete tests, soil compaction tests and insure such tests are made by as may be specified. Analyze the results of all field and laboratory tests to determine the suitability of materials tested. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to Construction Administrator. c. Contractors Suggestions and Requests: Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the Construction Administrator with any time and cost implications for final decision. Page 5 d. Shop Drawings: 1) Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the contract documents: determine the acceptability of substitute materials and equipment proposed by contractor(s); and receive and review(for general content as required by the specifications) maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection which are to be assembled by contractor(s) in accordance with the contract documents. 2) Record and maintain a shop drawing submittal and approval log and notify contractor whenever submittals are lacking or untimely. e. Schedules: Review construction schedule, schedule of shop drawing submissions and schedule of values prepared by the contractor. Be alert to the construction schedule and to the conditions which may cause delay in completion and report same to the contractor and the Construction Administrator in sufficient time to make adjustments. f. Conferences: 1) Attend periodic progress meetings scheduled by the Construction Administrator with all associated parties to review the overall project status and problems. 2) Arrange a schedule of on-site job work meetings with the general contractor and sub-contractors to review day to day requirements and problems. Maintain and circulate copies of minutes thereof. g. Contract Administration and Records: 1) Handle all day to day contract administration and associated correspondence in accordance with the established procedures. 2) Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and sample submissions, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports, and other project related documents. 3) Keep a diary or log book, recording contractor's hours on the job site, wether conditions, data relative to questions of extras or deductions, list of visiting Page 6 officials, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures. 4) Record names, addresses and telephone numbers of all contractors, sub- contractors and major suppliers of equipment and materials. h. Reports: Furnish Construction Administrator written reports as required of progress of the work and contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. i. Contractors Payment Requisition: Review applications for payment with contractor for compliance with the established procedure for their submission and forward them with recommendations to Construction Administrator, noting particularly their relation to the schedule of values, work completed and materials and equipment delivered to the site. j. Governmental Policies: Review contractor EEO policies and other governmental mandated programs to insure contractor compliance with the governing regulations. k. Change Orders: Perform initial evaluation of change orders and submit same to Construction Administrator with recommendation and cost estimate breakdown for final approval and processing. 1. As-built Drawings: Maintain an accurate record of all field conditions and upon completion of the project insure that the design drawings are revised to show the true as-built condition. m. Final-Completion: 1) Together with the Construction Administrator conduct a pre-final inspection and prepare and give to the contractor a pre-final punchlist. Thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment. 2) Together with the Construction Administrator conduct a final inspection with the City Engineer, Public Works Operations, and Water Division as appropriate, Project Manager and the general contractor. Prepare a final punchlist and thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment Attachment B-1 PROJECT SCHEDULE FOR 2010 NEIGHBORHOOD STREET RESURFACING AND 2010 SIDEWALK REPLACEMENT PROGRAM City of Elgin, Illinois 2010 Feb. Mar. Apr. May June July Aug. Sept. Oct. PRELIMINARY DESIGN PHASE _ _ _ 1.01 Meetings and Coordination 1.02 Field Review 1.03 Field Review with City 1.04 Utility Coordination 1.05 Subsurface Investigations 1.06 Preparation of Preliminary Documents FINAL DESIGN PHASE _ 2.01 Development of Contract Documents _ 2.02 Preparation of Engineer's Estimate of Probable Construction Cost 2.03 Final Review by City 2.04 Bidding and Contracting 2.05 Public Coordination _ 2.06 Project Management and QC/QA Reviews CONSTRUCTION PHASE 3.01 Construction I G:\Public\Elgin\2010\EG1001 2010 Neighborhood Street Resurfacing\Professional Services Agreement\Amendment df\(Attachment B-1-Schedule.xlslSchedule Preliminary& Final Design Project Management and QC/QA Review(s) Meeting(s) City Review(s) Bidding and Contracting Public Coordination Construction ENGINEERING ENTERPRISES,INC. Attachment C-1 -Summary of Professional Engineering Services DATE: 5/12/2010 CONSULTING ENGINEERS ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST ENTERED BY: JMB/BPS PROFESSIONAL ENGINEERING SERVICES 2010 Neighborhood Street Resurfacing and 2010 Sidewalk Replacement Program City of Elgin,Illinois ENGINEERING DRAFTING SURVEYING ADMIN. WORK WORK SENIOR SENIOR SENIOR SENIOR REM COST ITEM PRINCIPAL PROJECT PROJECT PROJECT PROJECT CAD PROJECT PROJECT PROJECT SENIOR HOUR PER NO. WORK ITEM ENGINEER MANAGER MANAGER ENGINEER ENGINEER MANAGER TECHN. TECHN. SURVEYOR SURVEYOR TECHN. SECRET. SUMM. ITEM PRELIMINARY ENGINEERING 1.01 Meetings and Coordination 4 8 8 2 22 $2,772 1.02 Field Review 8 120 200 328 $39,456 1.03 Field Review with City 8 32 32 _ 72 $9,168 1.04 Utility Coordination 4 12 3 19 $2,082 1.05 Subsurface Investigations 2 8 4 2 16 $1,728 1.06 Preparation of Preliminary Documents 8 60 160 24 4 256 $29,760 Preliminary Engineering Total 28 0 226 0 420 0 28 0 0 0 0 11 713 $84,966 FINAL ENGINEERING _ 2.01 Development of Contract Documents 4 24 50 8 4 90 $10,536 2.02 Preparation of Engineer's Estimate of Probable Construction Cost 2 12 24 38 $4,572 2.03 Final Review by City 4 12 24 - 4 44 $5,208 2.04 Bidding and Contracting 2 12 6 2 22 $2,784 2.05 Public Coordination 2 6 6 2 16 $1,956 2.06 Project Management and OC/OA Reviews 20 60 - 80 $11,520 Final Engineering Total 34 0 126 0 110 0 8 0 0 0 0 12 290 $23,100 CONSTRUCTION ENGINEERING 3.01 Construction Administration 40 160 40 240 $31,680 3.02 Construction Observation and Documentation 40 180 1010 1350 40 2620 $307,500 Construction Engineering Total 80 0 340 1010 1350 0 0 0 0 0 0 80 2860 $339,180 Project Total I 142 i 0 i 692 I 1010 1880 1 0 i 36I 0 I 0 I 0 I 0 I 103 I 3863 i$ 447,246j FEE SCHEDULE AS OF 01/01/08 DIRECT COSTS Principal Engineer E-3 142 hours 0 $162 per hour- $23,004 Printing $500 Senior Project Manager E-2 0 hours 0 $150 per hour= $O Supplies 8 Misc. $0 Project Manager E-1 692 hours 0 $138 per hour= $95,496 Rubino(Geotechnical) $7,950 Senior Project Engineer/Surveyor P-5 1010 hours 0 $126 per hour= $127,260 Material Testing-Const.Eng. $21,250 Project Engineer/Surveyor P-4 1880 hours 0 $108 per hour= $203,040 Vehicle Charges-Const.Eng. $4,000 Senior Engineer/Surveyor P-3 0 hours ® $99 per hour= SO Engineer/Surveyor P-2 0 hours 0 $90 per hour= $0 DIRECT EXPENSES= $33,700 CAD Manager E-1 0 hours 0 $138 per hour= $0 Senior Project Technician T-5 36 hours O $108 per hour= $3,888 TOTAL LABOR COSTS Project Technician T-4 0 hours O $99 per hour= $0 Drafting Expenses= $3,888 Senior Technician T-3 0 hours 0 $90 per hour= $O Surveying Expenses= $0 Secretary A-3 103 hours 0 $78 per hour= $8,034 Engineering Expenses= $448,800 HOURLY TOTAL= 3863 TOTAL EEI LABOR= $460,722 Administrative Expenses= $8,034 TOTAL LABOR EXPENSES= $480,722 TOTAL CONTRACT COSTS=I $494,422 a\ 2010 Neignbonoud Street ResurlacinglPrdessxnal Ser.cm Ag,eemeneern.eanent$TyAttechmee GI-Fee Esanete.idxlFee Estmele `C.4 ofECC' `. tib City of Elgin Agenda Item No. July 8,2010 ,. TO: Mayor and Members of the City Council I*1 � FROM: Sean R. Stegall, City Manager%4Q,i1 ( ♦ i' i ' ' C:Ca„Wally.staph. Joseph Evers, City Engineer ' ''`ty "`" SUBJECT: Amendment No. 1 with Engineering Enterprises, Inc. for Construction Engineering Services for 2010 Neighborhood Street Resurfacing 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 Engineering Enterprises, Inc. (EEI)for construction services for the 2010 Neighborhood Street Resurfacing Project. RECOMMENDATION r It is recommended that city council authorize Amendment No. 1 with EEI in the amount of $409,000 and authorize staff to execute the necessary documents. BACKGROUND The original agreement for the 2010 Neighborhood Street Resurfacing Project Avenue included the design engineering services for street resurfacing and sidewalk replacement in various locations throughout the city. The original engineering services agreement for the subject project ($86,000) was authorized by city council on March 10, 2010. The engineering included the development of bidding documents and details for the resurfacing of streets and the replacement of public sidewalks in six areas. After the award of the original agreement, the city decided to expand funding for this program thereby necessitating the need for additional design engineering. The original areas (Tier 1) included Nesler Road, Summerhill Subdivision, Special Assessment Area I (1981), Highland Glen Subdivision, Cobblers Crossing Subdivision and Randall Ridge Subdivision. The expanded areas (Tier 2) included the rest of Special Assessment Area I, Davis Road, Kenneth Circle and Bluff City Cemetery. A third group of areas (Tier 3) has been designed for in terms of quantity but is not included in the bid documents recently completed by this consultant. A map of the proposed streets is attached as Exhibit A. The bid documents completed for the initial construction project will improve approximately 16.80 miles of city streets. The attached amendment agreement will provide for additional design services necessary to add the streets in Tier 2 and Tier 3. The amendment agreement will provide Amendment No. 1 with EEI—2010 Neighborhood Street Resurfacing Project July 8,2010 Page 2 for construction engineering services for this improvement project. The services will include observation of construction procedures, quality control, quantity documentation and contractor payment processing. A copy of the amendment agreement is attached as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT Amendment No. 1 with EEI will total $409,000 and bring the total cost of the engineering agreement to expand the 2010 Neighborhood Street Resurfacing Program to $495,000. As a means of financing the expanded portion of the 2010 street resurfacing program, the General Fund will loan $409,000 to the Riverboat Fund. These funds are escrowed in the General Fund for the purpose of completing the South Street extension. Therefore, the South Street extension cannot move forward until the Riverboat repays the General Fund. The Riverboat Fund will reimburse the General Fund $409,100, plus interest, when the 2012 Neighborhood Street Rehabilitation program allocation becomes available. LEGAL IMPACT 11\401/None. ALTERNATIVES 1. The city council may choose to approve the amendment as recommended. 2. The city council may choose not to authorize Amendment No. 1 with EEI. Respectfully submitted for council consideration. JE: cf Attachment