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