Loading...
8.9 Agr Engr S 9th Corridor CITY OF SALINA REQUEST FOR COMMISSION ACTION DATE TIME 11/3/97 4:00 P.M. AGENDA SECTION: ORIGINATING DEPARTMENT: APPROVED FOR NO. 8 AGENDA: Engineering & General Servi :es ITEM NO. 9 y~ ~// BY: Shawn 0'Lear BY:,,,,. ITEM Supplemental Agreement No. 1 to the Contract for Engineering Services for the South Ninth Street Corridor Improvements. BACKGROUND The City Commission approved a contract for engineering services with Wilson & Company Engineers of Salina on June 16, 1997 for the concept design of the entire South Ninth Street Corridor from Otto Avenue on the north to Schilling Road on the south. That concept design was presented to the City Commission on Monday, October 20, 1997. A subsequent public meeting, sponsored by the Salina Area Chamber of Commerce, was held on Wednesday, October 29, 1997 at the Sirloin Stockade Restaurant for interested business people and citizens. The concept plan has been well received. The next logical step in the development of this project is the design and construction of Phase II of the corridor project, located between Otto Avenue on the north and Magnolia Road on the south. This project is included in the 1998 Capital Improvement Program. The attached Supplemental Agreement. No. 1 to the original contract provides for the final design and project bidding services for the South Ninth Street Corridor Improvements, Phase II. These services include preparation of plans and specifications for the reconstruction of South Ninth Street from Magnolia Road to Otto Avenue, involving improvements to Magnolia Road, Saturn Avenue and the Magnolia Road intersection as outlined in the Concept Design Report. In addition, Wilson & Company will assist in some of the project bidding services. The fees included in the agreement are based upon the "cost plus fixed fee" method with an "amount not to exceed". The original contract totaled $130,816. The supplemental agreement calls for an additional $157,085 for a total contract amount of $287,901. The construction engineering services for this project will be performed by city staff, therefore there are no further engineering service fees anticipated for this Phase II project beyond this supplemental agreement. The 1998 Capital Improvement Program allocates $1,000,000 in general obligation bonds for this project. If approved, the fees for this supplemental agreement will be paid from that account. The City Manager will provide additional information regarding the financing of the ultimate Phase II construction project. RECOMMENDATION It is recommended that the City Commission approve Supplemental Agreement No. 1 to the contract for engineering services with Wilson & Company Engineers for the South Ninth Street Corridor Improvements, in the amount of $157,085. Resolution No. 97-5212 SUPPLEMENTAL AGREEMENT NO. 1 for CONSULTING SERVICES between THE CITY OF SALINA, KANSAS and WILSON & COMPANY, ENGINEERS & ARCHITECTS THIS SUPPLEMENTAL AGREEMENT NO. 1 MADE AS OF ., 1997, by and between the City of Salina, Kansas, (OWNER) and Wilson & Company, Engineers & Architects, with an office at 1700 East Iron Avenue, Salina, Kansas, (ENGINEER). WHEREAS: The AGREEMENT FOR PROFESSIONAL SERVICES between the OWNER and the ENGINEER dated 16 June 1997 set forth the required performance of professional engineering services and payment for improvements (PROJECT) to reconstruct South Ninth Street from Otto Avenue to Schilling Road. The PROJECT included: professional engineering, surveying, geotechnical and landscape architectural services for concept design and planning for improvements to the entire South Ninth Street Corridor from Otto Avenue to Schilling Road. WHEREAS: The original scope of the contract dated 16 June 1997 was supplemented to include final design and project bidding services for Phase I, Magnolia Road to Otto Avenue. WHEREAS: Completion of Final Design - Phase I, Magnolia Road to Otto Avenue and Project Bidding Services - Phase I, were added subsequent to the 16 June 1997 AGREEMENT FOR PROFESSIONAL SERVICES thereby adding to the PROJECT, and: WHEREAS: THE OWNER desires to revise the original scope of professional engineering services to include services added to the PROJECT, and: WHEREAS: The OWNER is authorized by law to employ Consulting Engineers to render professional engineering services and to make payment for their services; WITNESSETH: The OWNER and ENGINEER mutually agree that this SUPPLEMENTAL AGREEMENT NO. 1 shall be subject to the provisions of the AGREEMENT FOR PROFESSIONAL SERVICES between the City of Salina, Kansas, and Wilson & Company, Engineers & Architects, dated 16 June 1997, and is hereby modified in accordance with the attached SUPPLEMENT NO. 1. Page 1 of 4 SUPPLEMENT NO. 1 To the AGREEMENT FOR PROFESSIONAL SERVICES dated 16 June 1997: On Pages 2 and 3 of 15, delete Paragraph 1.3 and 1.5 in their entirety and replace with the following: 1.3 Final Design - Phase I. On the basis of acceptance of the Concept Design Report, prepare construction plans and specifications for reconstruction of South Ninth Street from Magnolia Road to Otto Avenue, including improvements to Magnolia Road, Saturn Avenue and the Magnolia Road Intersection as outlined in the Concept Design Report. Improvements shall include; grading, drainage, surfacing, storm sewer, traffic signals, traffic control, construction sequencing, pavement marking, roadway lighting and landscaping. Preliminary and Final Plans shall be prepared and submitted for review by OWNER prior to final contract document preparation and advertisement for bids. 1.5 Project Bidding Services - Phase I. After written authorization to proceed with the Bidding Services, ENGINEER shall: 1.5.1. Assist OWNER in notifying contractors and suppliers through the Invitation to Bid, of the availability of the Bidding Documents. 1.5.2. Furnish for distribution to all interested Bidders who comply with specified procedures for securing Bidding Documents, up to 20 copies of the full size Drawings, Specifications and Bidding Documents hereinafter called Contract Documents. 1.5.3. Attend one pre-bid coordination meeting, if requested by OWNER. 1.5.4. Prepare a current opinion of probable Construction Cost to be presented at the Bid opening. 1.5.5. Attend the Bid opening, and assist OWNER in evaluating the bids received. 1.5.6. Assist OWNER in resolving protests that arise from the bidding process as a result of Contractor, subcontractor, suppliers or manufacturer's action. 1.5.7. ENGINEER shall not be responsible for disputes which may arise from the issuance by OWNER, by ENGINEER, or by others, of partial sets of Drawings, Specifications and Bidding Documents. Page 2 of 4 On Page 6 of 12, delete Paragraph 5.1.1.1. in its entirety and replace with the following: 5.1.1.1. Fee and Method of Payment. For the services described herein, the OWNER agrees to pay the ENGINEER on a cost plus fixed fee basis. The ESTIMATED TOTAL PAYMENT shown below shall not be exceeded without authorization by the OWNER. Payments for the ENGINEER's cost shall be based on actual costs incurred in providing the services described. However, the fixed fee shall be exactly the amount stated below unless revisions are made by supplemental agreement to the Scope of Services, in which case, the amount of the fixed fee and the estimated cost payable to the ENGINEER shall be revised accordingly. Payments shall compensate the ENGINEER for all direct labor costs, reimbursable expenses, overhead rate (currently at 1.05), fixed fee and all other direct costs in providing the services. TOTAL PAYMENT to the ENGINEER for the services described is estimated to be as follows: Project Estimated Fixed Revised Original Description Cost Fee Contract Fee Contract Fee Section 1.2 Concept Phase $116,203 $14,613 $130,816 $130,816 Section 1.3 Final Design Phase I 134,636 17,882 152,518 $0 Section 1.5 Project Bidding Services 4,258 309 4,567 $0 ESTIMATED TOTAL PAYMENT $255,097 $32,804 $287,901 $130,816 Estimated Total Increase for Supplemental No. 1 $157,085 Page 3 of 4 IN WITNESS WHEREOF: The parties hereto have executed this SUPPLEMENTAL AGREEMENT NO. 1 as of the day and year first above written. OWNER: ENGINEER: City of Salina, Kansas Recommended by: Title: Director of Engineering and General Services By: Title: Attest: By: Title: Ronald L. Chandler, Manager Wilson & Company, Engineers & Architects 1700 East Iron Salina, Kansas 67401 TME/cer Page 4 of 4 Project Fee Workup South Ninth Street Project (Phase II Design- Magnolia to Otto) Salina, Kansas Date: October 30, 1997 By: TM Eisenbraun COST DATA ~-8 $55.50 OD-3/4 $16.00 OH 1.05 P-6 $36.50 OA-4 $13.00 MRKUP 0.15 P-2/4 $~_5.50 ...... PD-1/2 $21.50 LABOR COSTS: DESIGN Direct Total Task Total Labor OH Labor Code Description / Task P-8 P-6 P-2/4 PD-1/2 OD-314 OA-4 Hrs Cost Cost Profit Fee 63-- Base Sheets, P&P, Cross Sects 4 74 140 52 270 $5,875 $6,169 $1,807 $13,851. 63-- Horiz. Align. & Geometrics 4 16 178 268 130 596 $13,187 $13,846 $4,055 $31,088 63-- Vertical Alignment 4 20 26 32 30 112 $2,783 $2,922 $856 $6,561. 63-- Grading, Drainage & St. Sewer 16 24 68 102 85 10 305 $7,181 $7,540 $2,208 $16,929 63-- Surfacing 24 78 42 34 178 $4,312 $4,528 $1,326 $10,166 63-- Signals & Lighting 12 32 237 88 76 10 455 $11,116 $11,672 $3,418 $26,206 63-- Traffic/Sequencing/Part Mrk~ 14 72 44 56 186 $4,189 $4,398 $1,288 $9,875 63-- Quantities & Estimates 8 34 58 0 12 112 $2,562 $2,690 $788 $6,040 63-- Meetings/Pmsentations/Supv. 32 54 20 0 16 10 132 $4,643 $4,875 $1,428 $10,946 I 681 1961 7871 7741 4791 421 2,3461 $55,8481 $58,6401 $17,174I $131,662 IT°tals Page 1 Project Fee Workup South Ninth Street Project (Phase II Design- Magnolia to Otto) Salina, Kansas Date: October 30, 1997 By: TM Eisenbraun EXPENSE COSTS: DESIGN Unit Total Item ! Description No. Cost Cost Company/Vehicle (mi) 60 $0.40 $24 Ammonia Prints (sq. ft.) 5,500 $0.12 $660 Computer Services CADD Charges Ihrs) 479 $14 $6,706 Plotter (100 shts x 3 times) 300 $1~ $3,000 Postage Costs Submittals 0 $35 $0 Fax Costs 20 $1.50 $30 Landscape Design Services L.S. $4,660 $4,660 Miscellaneous $50 Total Direct Expense Cost I I 1515,130 Profit on Expenses (N/A/ 0.0000 $0 Total Expenses I J I $15,130 TOTAL FEES: DESIGN Total Item I Description Cost Total Direct Labor Cost $55,848 Total OH Cost $58,640 Total Direct Expense Cost $15,130 Total Profit $17,174 Total Fee $146,792 Page 2 Project Fee Workup South Ninth Street Project (Phase II Design- Magnolia to Otto) Salina, Kansas Date: October 30, 1997 By: TM Eisenbraun COST DATA P-8 $55.50 'OP-6 $26.65 OH 1.05 FS-6 $26.00 OP-4 $18.65 MRKUP 0.15 FS-3 $16.45 FS-2 $13.80 LABOR COsTs: SURVEYING (Supplemental and R/W Information) Direct Total Task Total Labor OH Labor Code Description /Task P-8 FS-6 FS-3 ~ OP-6 OP-4 Hrs Cost Cost Profit Fee 131- Supplemental Field Surve¥.~ ~ 4~ 2-'-'--'--~ 2-"------~ ~ 1---'---~' 11---------'~ $2,30---'--'~' $2,416 $708 $5,425 IT°tals I 2I 41 I 281 28J 2I 12I 113I $2,301 I $2'4161 $708I $5,425 EXPENSE COSTS: SURVEYING Total Unit Expense Item ! Description No. Cost Cost Survey Vehicle (mi) 50 $0.50 $25 Computer Services CADD Charges (hrs) 14 $14 $196 Plots 6 $10 $60 Miscellaneous L.S. $20 $20 Total Direct Expense Cost I I5301 Profit on Expenses (N/A) I 0.0000 $0 Total Expenses I I I $301 TOTAL FEES: SURVEYING Total Item / Description Cost Total Direct Labor Cost $2,301 Total OH Cost $2,416 ~otal Direct Expense Cost $301 Total Profit $708 ! Total Fee I $5,726 Page 3 Project Fee Workup South Ninth Street Project (Phase II Design- Magnolia to Otto) Saline, Kansas Date: October 30, 1997 By: TM Eisenbraun COST DATA P-8 $55.50 OD-3/4 $16.00 'OH 1.0"5 P-6 $36.50 OA-4 $13.00 MRKUP ' 0.~'5 P-2/4 $25.50 'PD-1/2 $21.50 LABOR COSTS: PROJECT BIDDING SERVICES Direct Total Task Total Labor OH Labor Code De,scr!ption / Task P-8 P-6 P-2/4 PD-1/2 OD-3/4 OA-4 Hrs Cost Cost Profit ,Fee 64-- Proiect Biddin~l Services 0 12 12 0 0 20 44 $1, ,004 $1,054 $309 $2,367 IT°tals I 01 121 121 01 01 201 441 $1,0041 $1,0541 $30,91 $2,367 Note: Plan and Specification Printing Costs Based on 20 Sets EXPENSE COSTS: PROJECT BIDDING SERVICES Unit Total Item ! Description No. Cost Cost Company Vehicle (mi) 25 $0.40 $10 Ammonia Prints (sq. ft.) 12,0D0 $0.12 $1,440 Printing (Specs) 20 $25.00 $500 Postage Costs 20 $10 $200 Fax Costs 0 $1.50 $0 Miscellaneous $50 Total Direct Expense Cost I I52'200 Profit on Expenses (N/A) I 0.0000 $0 Total Expenses I I I $2,200 TOTAL FEES: BIDDING SERVICES Total Item / Description Cost Total Direct Labor Cost $! ,00,4 Total OH Cost $1,054 Total Direct Expense Cost $2,200 Total Profit $309 Total Fee I $4,567 Page 4