Loading...
HomeMy WebLinkAbout93-113 Resolution No. 93-113 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT NO. 1 TO AN AGREEMENT WITH JOHNSON JOHNSON & ROY, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Larry L. Rice, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute Amendment No. 1 to an Agreement on behalf of the City of Elgin with Johnson Johnson & Roy, Inc . for engineering services for the Center City Parking Lot, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: April 28, 1993 Adopted: April 28, 1993 Omnibus Vote: Yeas 6 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk T Amendment No. 1 This Amendment No. 1 entered into this at/C. day of Apr 1 1993, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as "CITY" ) and Johnson, Johnson '& Roy, Inc. (hereinafter referred to as "ENGINEER" ) , shall modify that Agreement dated 13 August 1992 whereby the ENGINEER was engaged by CITY to perform certain professional services in connection with the Elgin Center City Project-Civic/ Cultural District Project. Whereas the CITY desires to expand the scope of services of the ENGINEER to include the furnishing of certain professional services in connection with the Center City Parking Lot engineering (hereinafter referred to as the "LOT" ) . 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. I . Scope of Services : add the following: I .B.2 . Phase II : Schematic and Preliminary Design and Engineering 2 . 0 preparation of schematic and preliminary design and engineering for the LOT. 2 . 1 preparation of demolition plans and specifications for existing structures on the site of the LOT. 2 .2 preparation of plans for parking lot and pedestrian walkways . 2 . 3 preparation of landscape plans for the LOT. 2 .4 preparation of utility plans . 2 .5 preparation of lighting plans. 2 . 6 preparation of signage plans . 2 . 7 preparation of preliminary cost estimates for the LOT. f f -2- I .B. 4 Phase IV: Final Engineering Plans and Specifications 4 . 0 Construction drawings shall include, but may not be limited to: a. Demolition plans b. Layout plans c. Material plans d. Grading plans e. Planting plans f. Utility plans g. Lighting plans h. Irrigation plans i . Signage plans j . Pavement marking plans k. Construction details 1 . Technical specifications 4 . 1 preparation of final cost estimates . 4 .2 preparation of a construction management plan. I .B. 5 Phase V: Bidding 5 . 0 issue documents for bidding 5 . 1 review bids and make recommendation for award I .C. A detailed Scope of Services for the LOT is attached hereto as Attachment D. V. Payments to the Engineer: change paragraph A as follows : A. The CITY shall reimburse the ENGINEER for services under this Agreement a lump sum of four hundred fourteen thousand and thirty-seven dollars ( $414,037) , regardless of actual Costs incurred by the ENGINEER unless SUBSTANTIAL modifications to the project are authorized in writing by the DIRECTOR. The above lump sum fee shall be for basic services Phases I through V as described in Attachments A.and D. Reimbursements shall be in addition to the above and will not exceed $16,050 without prior authorization in writing by the DIRECTOR. -3- XXV. Notices : change this section as follows : B. As to Engineer: Paul J. Wiese Associate Johnson, Johnson and Roy, Inc. 111 West Washington Street Suite 1660 Chicago, IL 60602-2710 XXVIII . Sexual Harassment: add a new section as follows : 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 (copy attached) . A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257 . IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Amendment No. 1 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. -4- For the City: ATTEST: THE CI t OF ELGIN By /).04414..1, 12 .14 By (SEAL) For the Engineer: Dated this /3 day of aa,(1- , A.D. , 1993 . ATTEST: C7Y/d..A._ t()Ckli.t_1;-• • • By By S cre ar Presi (SEAL), '-t • •: lr F / ATTACHMENT D ,• 111 West Washington Street. Suite 1660 Chicago, Illinois 60602 312 6410770 312641 6728 FAX Planning/ Landscape Architecture/ Urban Design/Civil Engineering/ Environmental Services f. Oh11S011,40hRSDR:&'RO 2 April 1993 05-04-P004L Mr. James L. Kristiansen Public Works Director City of Elgin 40 Ann Street Elgin, Illinois 60120 Re: Proposal for Professional Services Center City Place Parking Lot Elgin, Illinois Dear Mr. Kristiansen: The Johnson Johnson & Roy/inc (JJR) team is enthusiastic about the opportunity to assist the City of Elgin in developing construction documents for the Center City Place Parking Lot. Thank you very much for this opportunity. Based on our meetings with you on 24 March 1993, and with Larry Rice and Bob Malm on 1 April 1993, JJR is pleased to submit this revised scope of work. We understand this work effort will be handled as a change order to our current contract;therefore, we have revised this proposal to address scope and fee only. The Scope of Services is based upon the following assumptions: 1. The schedule for meetings and production and issuance of bid documents will be by 14 May 1993. 2. Conceptual Design for this project has been completed by a separate Consultant, Lisec & Biederman, Ltd. as indicated on the attached site plan dated 18 January 1993. We look forward to working closely with the City and your professional staff to complete this effort. If you are in need of additional information to evaluate this proposal, please contact me directly. Sincerely, JOHNSON JOHNSON & ROY/inc Paul J. Wiese PHASE IL Design Development/Preliminary Engineering GOAL: To produce detailed design plans and budget for the scope area that will proceed into Construction Documents. Geographical Area As indicated on attached Site Plan. Task 2.0 Design Development/Preliminary Engineering The drawings will be prepared at a suitable scale to illustrate demolition and backfill, the location and types of hard surface materials, placement of street furniture, location and type of plant material, location and use of irrigation, location and type of lighting elements and signage plans. Upon completion of the above plans, sections, detail drawings, outline specifications and a Preliminary Statement of Probable Construction Cost will be prepared. Task 2.1 Demolition Plan Develop plans for demolition of existing structures and backfilling of the basement. Task 2.2 Parking Lot Paving and Walks Develop plans and typical sections for the parking lot and walk improvements. Task 2.3 Landscape Design Develop a landscape plan which provides for functional and aesthetic treatment for the geographical area. Locations, type, size and species of materials will be provided. Task 2.4 Utilities The plan and size of recommended storm sewer improvements will be identified for the parking lot. Task 2.5 Lighting/Illumination Plans A lighting plan which addresses functional and aesthetic requirements will be developed. Addressed in this plan will be the general location and types of fixtures, uniformity ratios, lamp type,wattage, lumens and color of light. Task 2.6 Signage A signage plan will be developed. Attention will be given to facility identification, pedestrian directional signs, traffic control signage, handicapped signage, and service area signs. Task 2.7 fieview Meeting One meeting to review and develop final design development documents is planned. Mr. James L. Kristiansen Center City Place Parking Lot-Elgin, Illinois 2 April 1993 Page 5 PHASE III. Bid Documents GOAL: To produce detailed technical plans and specifications and anticipated costs for the geographical area. Task 3.0 Technical Construction Document Preparation Following written approval of the Design Development Documents, the Consultant Team shall prepare drawings and specifications setting forth in detail the requirements for construction. Construction drawings shall include: - Demolition Plans - Layout Plans - Material Plans - Grading Plans - Planting Plans - Utility Plans - Lighting Plans - Irrigation Plans - Signage Plans - Pavement Marking Plans - Construction Details - Technical Specifications - ADA Compliance Review JJR will prepare the above documents as one bid set and will furnish one set of mylar reproducible plans to the City. The City will be responsible for printing plans and specifications for the bidding and contract award phases. In addition to the above, JJR will prepare the following: Task 3.1 Final Statement of Estimated Costs JJR will provide detailed materials takeoff, unit prices and expected final cost estimates for each component of the work. Task 3.2 Construction Management Plan The Consultant will develop a construction management plan which will be utilized during construction to enable all requirements for communications,job conferences, inspections, progress monitoring, shop drawings, changes, claims, etc., are established prior to the start of construction. Task 3.3 Review Meetings Two meetings to review and develop final construction documents are planned. . t Mr.James L. Kristiansen Center City Place Parking Lot-Elgin, Illinois 2 April 1993 Page 6 PHASE IV. Bid Phase Task 4.1 Issue Documents for Bidding Following written approval of the bid documents and the statement of anticipated construction cost, JJR shall assist the City in obtaining bids, subsequent negotiations as may be required, and in the preparation and award of construction contracts. During this task, JJR will prepare a recommended list of bidders; identify multiple bid packages, if appropriate; make recommendations regarding award of contract; and prepare and/or review construction contracts as requested by the City. ADDITIONAL SERVICES The following tasks are considered additional services and would be performed only on written approval. A. Construction Observation JJR shall provide observation of the construction as set forth in AIA Document A201, General Conditions of the Contract for Construction". JJR shall visit the site at intervals appropriate to the stage of construction to become familiar with the progress and quality of the work and to determine in general if the work is proceeding in accordance with the Contract Documents. JJR shall review and approve shop drawings, samples and other submissions of the contract(s) for conformance with the design intent. JJR shall review and approve applications for payment by the Contractor(s). In addition to the contract observation services outlined, JJR is available to: Help identify a full time clerk of the works. Provide off-site tagging of plant materials. " Prepare as-built drawings based on the Contractor(s) mark-up field prints. ` Prepare change orders to accommodate unforeseen field conditions. Material Testing and Quality Control for construction operations. EXTRA SERVICES In addition to performing the Basic Services and additional services described above, JJR will be available to provide Extra Services during the period of this contract, including but not limited to the following: 1. Preparing written or graphic material for and/or attending public or private hearings, meetings, or conferences with public, quasi-public or private persons, groups, or agencies for the purpose of presenting the plans or any other like action, except as specifically provided in the final Work Plan. • Mr. James L. Kristiansen Center City Place Parking Lot-Elgin, Illinois 2 April 1993 Page 7 2. Preparing drawings, reports and/or slides required because of revisions in the project program or criteria when such revisions are inconsistent with approvals or instructions previously given; or performing services required to prepare alternate schemes for the Client's consideration beyond those described in the description of services. 3. Coordinating and/or reviewing work of any and all others performing services for the project retained by the Client, and by any other person or organization on behalf of the Client, except as specifically provided in the final Work Plan. 4. Preparation or coordination of presentation quality perspectives, renderings, or models other than those provided in the course of the work and prepared by the Client's request. 5. Providing services similar to those set forth hereinbefore and not otherwise covered by the contract. Extra services are to be compensated separately. REMUNERATION Basic Services The client shall compensate JJR for the Scope of Services described herein on a lump sum basis. The estimated labor fee for this project is outlined below. JJR believes fee should not be an obstacle to producing a quality job and are receptive to further discussion on the costs and services you are anticipating for implementation of this project. 1. Di G (C F✓ 2. Design Development $ 6,240 3. Bid Documents $ 7,040 4. Bidding $ 2.040 TOTAL $1-9 800 Reimbursables In addition to the labor fees, we recommend that a budget of$1,050.00 be established for reimbursable expenses per the attached Standard Fee and Reimbursement Schedule. Extra Services For Extra Services, JJR will be compensated at the hourly rate described in the attached JJR Standard Fee and Reimbursement Schedule for the actual hours worked by JJR staff. • Mr.James L. Kristiansen Center City Place Parking Lot-Elgin, Illinois 2 April 1993 Page 8 This document may serve as an agreement between us and you may indicate your acceptance by signing in the space provided below and returning one signed copy for our files. We appreciate this opportunity for providing our services to you on this important project. prAi^b eposa!000nter Attachment AUTHORIZED REPRESENTATIVE: CITY of ELGIN BY: TITLE: PRINTED SIGNATURE: DATE: AUTHORIZED REPRESENTATIVE: JOHNSON JOHNSON & ROY/inc BY: ITLE: Vice President/Secretary PRINTED SIGNATURE: George L. Sass. ASLA DATE: 2 April 1993 STANDARD FEE AND REIMBURSEMENT SCHEDULE JOHNSON JOHNSON & ROY/inc ANN ARBOR, MICHIGAN 4 JANUARY 1993 PROFESSIONAL AND TECHNICAL STAFF Senior Principal $125.00/hour Principal $110.00/hour Senior Associate $85.00/hour Associate $75.00/hour Senior Professional Staff/Level 2 $79.00/hour Senior Professional Staff/Level 1 $60.00/hour Professional Staff/Level 2 $55.00/hour Professional Staff/Level 1 $45.00/hour Senior Technical Staff $45.00/hour Technical Staff $35.00/hour These billing rates are subject to semi-annual review and revision. A surcharge of fifty percent(50%) will be added to hourly rates for expert witness testimony and/or for participation at hearings, depositions, etc. REIMBURSABLE EXPENSES 4 Mileage $0.28/mile Travel and Subsistence Cost Telephone,Telex, Telecopy, etc. Cost Postage, Handling, etc. Cost Copies (8-1/2"x 11") $0.10/copy Color Copies (8-1/2"x 11") $2.25/copy Color Copies (11"x 17") $3.75/copy Reproduction and Printing Cost+ 10% Materials Cost+ 10% Equipment Rental Cost Subcontract Services Cost+ 10% Computer expenses for in-house Computer Aided Design and Drafting (CADD) Services shall be billed at$15.00 per machine hour, exclusive of personnel costs. INVOICES Progress invoices shall be issued monthly and payment is due upon receipt. Balances remaining unpaid after thirty (30) days are subject to a monthly finance charge of 1% (12% annually) until paid. ; • 0 {� `• . . .. .,...1.: , r•, ` . �,�,_,,.„,,,,,,, 'I r l+• C'frfTu'CITY Pl�1Cl r 1 ! =7.' `4; , tau "" t ' _ I fNwitl M P.t1JD VYlL 3 ,_� „ k J V.v[. y'�' � -_ i- - ,Th L V , . ' ' j • . ''''• 1 • Iq'it'. or•. r I fa-1l1 f a •_-•___ '. —,4- 2 •74--- ;'; i'sw T'.',V • '; . �. ( � � . r ��: �ii,1 3 I \ i .Cr ..rr.J_\��j:.j�.•...I` .,4 r.J i 1 I u• I.1...--- .�1•�•... .i.� L CF1fTL'r�ypTY `1 T I ! �Y r .........» p a pYK�ON�Yr .--,-,-.1 -----.-1- . ..--.. q_r ,-,---"' ..4,-- r.,........,7................. ,, ••• t- — ..., .1=1. . , i.:); "X..T . ...-. 1, • "• Lim(' of Scope•••---a ....e .r,...,. Chit a►e oww ' w.a.N..a. . . P•r<<.n I It • SITE%,AN . u•v•au•t r.r lU•aYV II. • • • • H - M • Yt.l • • •h r. • • • • •