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.
•
•
•
•
•