Loading...
01-152 ( Resolution No. 01-152 RESOLUTION AUTHORIZING EXECUTION OF AN AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT WITH HITCHCOCK DESIGN GROUP FOR THE RIVERFRONT IMPROVEMENT P tOJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an Amendment to Professional Services Agreement on behalf of the City of Elgin with Hitchcock Design roup for professional services for the Walton Island Project, Civic Center Shoreline Project and Overlook Project, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schdck Ed Schock, Mayor Presented: June 13, 2001 Adopted: June 13, 2001 Omnibus Vote : Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk . i RAGREE/HITCHCOC .AM DRAFT 5/15/01 AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT THIS AMENDNENT AGREEMENT made and entered into this /SVFday of Z-U/l/a , 2001, by and between the CITY OF ELGIN, ILLINOIS, a municipal corporation (herein fter referred to as the "City" ) , and HITCHCOCK DESIGN ROUP, an Illinois corporation (hereinafter referred to as "C nsultant" ) . WITNESSETH WHEREAS, the City and the Consultant hav previously entered into a Professional Services Agreement ated September 29, 2000, wherein Consultant provided to the City certain planning and design services for specified city projects including three initial Riverfront improvements projects consisting of the Walton Island Project, the Civic Center Shoreline Project and the Overlook Project; and WHEREAS, the City has determined it t be necessary and desirable to obtain the further assistan e of the Consultant to provide construction services fo such riverfront improvement projects; and WHEREAS, the Consultant is experienced in providing such construction services for riverfront reievelopment projects and desires to render the professional co sultant services to the City. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herei , the receipt and sufficiency of which is hereby acknow edged, the parties hereto agree as follows : 1 . The Professional Services Agreement oetween the City and the Consultant dated September 29, 2000, is hereby amended as follows : A. Paragraph 1 entitled "Scope of Work" is amended by adding an additional paragraph thereto to read as follows : "Consultant shall also perform and direct the necessary qualified personnel o perform the professional services for the Walton Island, Civic Center Shoreline and Overlook Projects as set forth in the Scope of Se vices Document entitled "Phase III - Construeion Services" , consisting of two pages, attac ed hereto and made a part hereof as Exhibit 1-A. All work hereunder shall be perform d under the direction of the City Manager f the City and the Director of Economic Development and Business Services of the City. onsultant shall be entitled to rely upon th accuracy and completeness of information and reports furnished by the City. " B . Paragraph 2 entitled "Tim Schedule and Term" is amended by adding an additional aragraph thereto to read as follows : "The Consultant ' s responsibilit to provide the services in Exhibit 1-A shall c mmence with the award of the contract fo construction management services and shall continue until final acceptance of the work or sixty (60) days after the date of substantial c mpletion of the work, whichever occurs first . " C. Paragraph 3 entitled "Fes" is amended by adding subparagraph D thereof to read as follows : "D. Payments for services p ovided by the Consultant set forth in Exh bit 1-A hereof shall be reimbursed at the hou' ly rate of its professional and technical pe' sonnel as set forth on Exhibit 5-A attached h-reto and made a part hereof by this reference, with the total fees and expenses to be paid te the Consultant for the services described in Exhibit 1-A not to exceed $193 , 960 . 00 regardles•. of actual time expended or actual costs i curred by the Consultant unless material modifications to Consultant ' s Scope of Services are authorized in writing by the City and approved by the City Council . Consultant ' s time an. cost estimates for the various aspects of the services to be performed in Exhibit 1-A is set forth in Exhibit 6-A attached hereto a d made a part hereof by this reference . " D. New paragraphs 31, 32 , 3 and 34 are hereby added to the Professional Services greement to read as follows : "31 . Job Site Responsibility. The Consultant shall not have control over or charge of and shall not be responsible for construction means, method , techniques, sequences or procedures, Or for safety precautions and programs in connection with the Work, since these are solely the Contractor' s -2- , . . , I responsibility under the Contract for Construction. The Consultant 'I shall not be responsible for the Contractor ' s schedules or failure to carry out the Work in accordance with the Contract Documents . The Consultant shall not have control over or charge of acts of omissions of the Contractor, 1Subcontractors, or their agents or employees, Or of any other persons performing portions of the Work. 32 . Contractor Payment Recommendations . 1 A. Based on the Consultant ' s observations and evaluations of the Contractor' s Applications fori Payment , the Consultant shall review and make recommendations regarding the mounts due the Contractor. B . The Consultant ' s recommendation for payment constitutes a representation to the City, based on the Consultant ' s observations at the site, and on the data comprising the Contractor ' s Application for Payment, that the Work has progressed to the poi4t indicated and that , to the best of th, Consultant ' s knowledge, information and belief, the quality of the Work is generally in substantial conformance with the Contract Documents . The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests nd inspections, to minor deviations from the Co tract Documents correctable prior to completion and to specific qualification expressed by the Consultant . The issuance of a recommendation fdr payment shall further constitute a representation that the Contractor is entitled to payment in the amount specified. However, the issuance of a recommendation for payment shall not be representation that the consultant has (1) made exhaustive or contnuous on-site inspections to check the qualiti or quantity of the Work, (2) reviewed cons ruction means, methods, techniques, sequences or procedures, (3) reviewed copies of requiitions received from Subcontractors and material suppliers and other data requested by the City to substantiate the Contractor ' s i1ight to payment or (4) ascertain how or for hat purpose the Contractor has used money pre iously paid on account of the Contract Sum. -3 - 33 . Rejection of Contractor ' s Wbrk. The Consultant shall have authority to reject Work, which does not conform o the Contract Documents . Whenever the Cons ltant considers it necessary or advisable for i plementation of the intent of the Contract Documents, the Consultant will have authority to require additional inspection or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or compl-ted. However, neither this authority of the consultant nor a decision made in good faith either to exercise or not to exercise such authomity shall give rise to a duty or respons bility of the Consultant to the Contractor, Subcontractors, material and equipment supplies, their agents or employees or other per-.ons performing portions of the Work. 34 . Shop Drawings, Product Dat and Samples . The Consultant shall review and approve or take other appropriate action upon Contractor ' s submittals such as Shop Drawings, Product Data Samples, but only for the li ited purpose of checking for conformance with ii formation given and the design concept ex.ressed in the Contract Documents . The Con-.ultant ' s action shall be taken with such reasonable promptness, while allowing sufficient time in the Consultant ' s professional jud•ment to permit adequate review. Review of su, h submittals is not conducted to confirm details such as dimensions and quantities or for substantiating instructions for installation ol performance of equipment or systems des gned by the Contractor, all of whic remain the responsibility of the Contractor to the extent required by the Contract Documents . The Consultant ' s review shall not constitute approval of safety preca tions or of construction means, method•. , techniques, sequences or procedures . he Consultant ' s approval of a specific item shell not indicate approval of an assembly of whi4h the item is a component . When professional certification of performance characteristics of materials, systems or equipment is required by the Contract Documents, the Cons ltant shall be entitled to rely upon such certification to establish that the materials, systems or -4- equipment will meet the performance criteria required by the Contract Documents . 35 . Contract Document Interpretations . A. Interpretations and d cisions of the Consultant shall be consistent ith the intent of and reasonably inferable fr m the Contract Documents and shall be in writing or in the form of drawings . When making such interpretations and initial (decisions, the Consultant shall endeavor to ecure faithful performance by both City and C ntractor, shall not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. B . The Consultant ' s deci ions on matters relating to aesthetic effect shall be in the best interests of the City if consistent with the intent expressed in the Contract Documents . C. The Consultant shall ) render written decisions within a reasonable time on all claims, disputes or other matters in questions between the City and Contractor relating to the execution or progress of the Work as provided in the Contract Documents . " 2 . That except as expressly amended her in the terms of the Professional Services Agreement etween the City and the Consultant dated September 29, 2000 , shall remain in effect and shall apply t the additional services to be performed by the Consultant as described in this Amendment Agree ent and as set forth in Exhibit 1-A hereto. IN WITNESS WHEREOF, the parties heretoave entered into and executed this agreement on the date an year first written above . CITY OF ELGIN HITC.COCK DESIGN GROUP L '' By /� la. /2L----hBy_/ •yc A. Parker Richar. G. Hitch ock City Manager President Attest : t4"1:).-74-1^-62 /7/1 .!4-61...-- City Clerk -5- SCOPE OF SERVICES ....__ - 0 . • Basic Services PHASE III- CONSTRUCTION SERVICES A. Pre-construction . Following your selection of a Construction Manager(CM), e will: 1. Conduct a construction phase kick off meeting with you and the CM to: a. confirm owner,consultant and CM responsibilities b. confirm communications procedures _ • c. confirm permitting and inspection requirements d. confirm bidding process and required bidding doc ents e. confirm how the construction documents will be se egated for bidding f. review the preliminary construction bidding schedul 2. Assemble one set of contract documents tailored for eac bidding for the CM's reproduction and distribution. 3. Recommend reputable contractors to invite to submit bias. 4. Participate in a pre-bid meeting for interested bidders. 5. Issue written addenda, when appropriate to the CM regarding changes to, or clarifications of the contract documents . 6. Review the bids and the bid tabulation prepared by the CM and issue recommendations regarding the contract awards 8. Conduct a pre-construction meeting with you,the CM aid the Contractors to review: • a. Contractor mobilization and staging b. Contractor schedules c. Contractor submittals d. responsibilities e. communications . f. payment procedures g. other issues as may be appropriate B. Administration During construction, we will: 1. Participate in weekly progress meetings at the site with you, the CM and the Contractors to review: a. progress of the work b. Contractor schedules c. Contractor submittalsand requests d. Consultant observations and recommendations EXHIBIT 1—A Segment 1,Phase III Construction Services 1 03/21/01 • 2. Issue opinions of the progress and the general conformance of the CM and Contractor's work by communicating our observations in writing to both you and the CM. 3, Issue interpretations or clarifications of the Contract douments when requested by you or the CM. • 4. Prepare recommendations regarding shop drawings,product data and material samples which the CM is required to submit, but only for the limited purpose of determining their general conformance with the design concept and information contained in the Contract Documents. This review does not include: a. the accuracy or thoroughness of details such as qua tities, dimensions, weights or gauges, b. the appropriateness of fabrication or installation pr cesses, c. coordination of the work with other trades, or d. safety precautions 5. Prepare recommendations for construction change orde s, as requested by: a. you because of a change that you wish to make tote scope of the CM or Contractor's work b. the CM because of the discovery of job site conditi ns that were concealed or unknown when the Owner/CM Agreement was executed. 6. Prepare recommendations regarding the CM's periodic pplication for payment. 7. Prepare recommendations regarding the CM's request r acceptance of substantially completed work. • C. Observations. During construction,we will: 1. Observe the work at intervals appropriate to the stage o construction to become familiarized with the progress and quality of the CM and Contractor ' work and to determine if the work is • proceding in general conformance with the contract do uments. 2. Review required testing procedures and data provided y independent testing services. 3. Visit nurseries local,to the project site with the Contrac or to select certain,specified plant materials including,but not limited to: a. shade, ornamental and evergreen trees b. representative shrubs D. Contract Close-out Following Substantial Completion of the Work, we will: 1. Review required contract close out submittals provided by the CM, such as but-not limited to: • a. operating and maintenance manuals b. as-built record drawings c. labor and material lien waivers d. payment applications 2. Based on our observations of the work,prepare.a recq... endation regarding the CM's request • for acceptance of final completion. Segment 1,_Phase III Construction Services 2 03/21/01 ' MAY.25.2001 12:49PM HITCHCOCK DESIGN GRP N0.452 P.1/2 20 Billing Rates xl}efilthCI'0 ;.ItouP Design Group Creating Better 0laces4m ! ! For projects or phases that are invoiced on an hourly basis,we track d invoice time based on the activity performed rathl than the salary of the person performing th activity. That way,we are compensated for the va Ikre of the service instead of the cost of the s 'ce, We track 7 different activities based on the complexit: and the experience required to perform eac activity. Our 7 current activity rates are: Project Leadership $130,00/hr. Project Management $90.00/hr. Project Planning $80.00/hr, Project Design $75.00/hr. Construction Observation $65.00/hr. Project Documentation $50.00/hr. Projecii Support 550.00/hr. 1 Our rates include the cost of labor,overhead,incidental project expe es and profit. In addition to our standard hourly rates,wod invoice authorized sub-consultant,, service ureau(reroduction and delivery services,etc),travel and other extraordinary project expenses at our ost,plus a 15%markup, I I .-- 221 W.JeffeNon Avenyo • Naperville.111lnols 60540 • Phone 630.961.1787 fax 630.96t 9925 February l5,2001 (rev. March 21, 2001) • City of Elgin Elgin Riverwalk Segment 1;Civic Riverwalk Hitchcock Design Group • Time Estimate Hours LDR MGT OBS DOC SUPsub-tot 130 90 65 50 50 PHASE HI-CONSTRUCTION SERVICES A Pre-construction 1 assist with agreement 8 8 16 2 conduct pre-bid mtg 8 8 18 3 assemble documents 24 40 64 4 recommend contractors 4 4 2 10 5 pre-bid meeting 4 8 12 6 issue addenda 16 18 7 review bids 16 18 8 conduct pre-con 4 8 8 20 hours 28 92 8 40 176 sub-total fee - 3640 8280 520 . 2000 40 14840 B Administration I progress nags 80 120 120 320 2 progress reports 56 4Q 96 3 interpretations 40 80 80 200 4 shop drwgs 40 44 5 change orders 8 24 40 40 8 120 6 payment applications 40 8 48 7 substantial completion 8 24 . 34 hours 96 344 240 120 6 862 • • sub-total fee 12480 30960 15600 6000 310 68140 C Observations 1 observe work 48 96 400 544 2 review testing 24 # 28 3 tag plants 40 40 hours 48 120 440 0 4 612 sub-total fee 6240 10800 28600 0 200 45840 D Contract Close-out 1 review submittals 16 24 44 2 final completion 8 40 4 52 hours 24 64 0 0 96 sub-total fee 3120 5760 0 0 4021 9280 EXHIBIT 6—A 3/21/0 • I• „ • a •. rs February 15, 2001 (rev. March 21, 2001) City of Elgin Elgin Riverwalk Segment 1, Civic Riverwalk Consultant Fee Estimate P.E.I. Hey T.J.E. P.H.N. TSYS sub-tot PHASE HI CONSTRUCTION A Pre-construction 1200 0 0 0 0 1200 B Administration 2560 2560 2560 2560 2560 12800 C Observations - 9500 5120 5120 2560. 6400 28700 D Contract Close-out 1300 640 1280 320`` 320 3860 .. Totals 14560 8320 8966 5440 9280 4656Q.. 3/21/a1,3'f1115M - J _ —. rpuc'p 'est4321.01 Y�cSGIq�i dt aps - February 15, 2001 (rev. March 21, 2001) City of Elgin Elgin Riverwalk Segment 1, Civic Riverwalk Summary Fee Estimate HDG consult sery bur travel other sub-tot PHASE III CONSTRUCTION A Pre-construction 14840 1200 500. 500 500 17540 B Administration 68140 12800 1000 1200 1000 84140 C Observations 45840 28700 206 2600 1000 78340 D Contract Close-out 9280. 3860 l0€ 200 500 13940 Totals 138100 46560 1800] 4500 3000 193960 3/21/0-13-11113 , - . - I -es I grim\ City of Elgin Agenda Item Na. .....) 17 E ,. • L , .-yr,-,., , . •, 4- ..<4, j.,• G '4 April 2 , 2001 I • '"7-:..r N TO: Mayor and Members of the City Council RIVER AS A RESOURCE FROM: Joyce A. Parker, City Manager SUBJECT: Construction Services/Hitchcock Design Group ] PURPOSE The purpose of this memorandum is* to present to the Mayor and members of the City Council a proposal from the Hitchcock Design Group for construction services related r to the construction of Phase I of the Civic/Cultural District 1Riverfront Construction Project . BACKGROUND em. On September 27, 2000, the City Council approved a contract with Hitchcock Design Group (HDG) to design Phase I of the Riverfront/Center City Project . The conract amount for Phase I was $420, 960 . The contract included services related to research and analysis, design development, prepration of construction documents and bidding services . The above7referenced services have been satisfactorily completed. 1 On February 28, 2000, the Mayor and City Council authorized a contract with MIC, Inc. for construction management services. The three phases of the construction Imanager contract are: Bidding/Contract Award; Construction Pharse and Post-Construction Phase. In the Bidding/Contract Award phase, the construction manager will assist in the evaluation and analysis of bids and make recommendations regarding contract award, The construction phase commences upon completion of the bid process and consists of construction inspection, scheduling and managing the various stages of construction, subcontractors coordination and site logistics . MIC will be responsible 'for all scheduling, trade (subcontractor) coordination, and material ordering. The contract with MIC is for $310, 996 . r i __ . . (.1. Construction Services/Hitchcock Design Group April 2 , 2001 Page 2 In order to retain the services of HDG during the construction phase of the initial riverfront project, the existing agreement between HDG and the City needs to be amended. The amendment would provide for important preconstruction, adMinistrative observation and construction closeout services during the project . These services are often times referred to as "construction engineering" , "resident engineering" or "construction services" . ' This proposed scope of services by the designer does not duplicate the work of the construction manager. The proposed construction services have been coordinated with MIC and City staff . The role of HDG will be to ensure that the project that was designed gets constructed. The role of Hitchcock Design Group is similar to the role of Williams & Associates relative to the construction of the Family Recreation Center. The cost Of construction services can range from 10% of the construction cost to as low as 2% of the estimated cost (see attached comparable projects) . Due to the complexity of this project (significant interaction within and around the Fox River) and the full schedt4e of City staff, it is elw recommended that $193 , 960 (4% of estimated construction cost) be allocated for construction services by HDG. It is anticipated that construction will last 32 weeks . HDG will be providing part-time services . It is a ticipated that HDG will visit the site three to four times each eek to observe work and attend progress meetings . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED [ The Riverfront Project Management Team and the Riverfront Action Committee are aware of the status of the Phase I project . , PIA, FINANCIAL IMPACT The budget for this project is $5 . 3 milliOn. Approximately $4 . 178 million remains available . Sufficient f'4nds exist within account number 275-0000-791 . 92-32 , project number 039518 , for the contract amendment totaling $193 , 960 . WP'1./ EGAL IMPACT An amendment to the existing Professional Services Agreement with HDG is required. r • rem. Construction Services/Hitchcock Design Grotp April 2 , 2001 Page 3 ALTERNATIVES 1 . Proceed with the proposed amendment to the PSA with HDG to allow for construction services during the construction of Phase I of the Riverfront Project . 2 . Deny the request to amend the PSA wih HDG. RECOMMENDATION Staff recommends that an amendment to the existing professional services agreement with Hitchcock Design Group be approved in the amount of $193 , 960 to allow for the prOvision of construction services related to Phase I Riverfront PrOject construction. Res ectfully submitte , J ce A. Parker City Manager RHM:amp Attachments . . . . . . . . . LI Hitchcock Design Group ... Creating Better Placessm February 15, 2001 Rev. March 21, 2001 Mr. Ray Moller, Director of Economic Development and Business Services City of Elgin 150 Dexter Court Elgin, IL 60120 RE: Elgin Riverwalk, Segment 1, Construction Services Project #: 03-0524-002 Dear Ray: Thank you for asking Hitchcock Design Group to submit this proposal for professional services for Segment 1 of the Elgin Riverwalk. Like all of you, we look forward with great anticipation to the rconstruction of the first leg of this future landmark. 1 The construction documents for segment 1 are complete and the City has engaged a Construction Manager, MIC, Incorporated, for the project. Bidding is in progre s and ground should be broken in May. We need to amend our existing agreement with the City in drder to provide important pre- construction, administrative, observation and contract closeout services for the project. Collectively, these are sometimes called "construction engineering", "resident engineering" or simply construction services. I - There is always some confusion about the need for, the role and the extent of participation of the design team as the project gets constructed. In some communities, we prOvide full time services which is an investment of 9% to 10% of the construction cost. In other circumstances, we provide very limited services, 1% to 2%of construction, because the client has qualified staff available during construction. We have included a list of some recent experiences for comparison purposes. Please be assured that the proposed scope of services for Segment One of the Elgin Riverfront do not duplicate the work of the CM. In fact, our scope of services would be nearly identical regardless of the project delivery method chosen by the City(General Contractor Vs Construction Manager). Our proposed construction services have been coordinated with MIC, Incorporated and City staff to supplement and compliment those provided by your staff and the Construction Manager. Our role during this phase is to help you get the design that you envisioned and that has been documented in our drawings and specifications. Under my direction, Dave Frigo will continue to manage the work of Hitchcock Design Group's urban design team. Other members of the original team will be called 4on, when appropriate, to review work that they designed. We recommend that the City, in coordination with MIC, contract directly with Testing Services Corporation or another reputable geotechnical firm to provide the independent materials testing that is required during construction. I I:\Existing Clients\500's\0524 Elgin\Civic Camptis\Pliase III construction\proposa102 1 50 Owl ler.doc 1 i -1-11‘1,1..“----- A„,..,„.. Nbrwarville Illinois 60540 Phon 630.961.1767 Fax 630.961.9925 We are assuming that construction will last about 32 weeks. And, 1) sed on our recent discussion with you and Dave Lawry, we will be providing part, not full, time consultation during construction. We anticipate visiting the site 3 to 4 times per week in order to participate in weekly progress meetings with the construction team and to observe the work in progress. We will ills() visit the site during other critical construction periods and when requested by you or the CM. We propose to provide these services and the other construction services that are described in the attached Scope of Services at our standard hourly rates, plus customary out of pocket expenses not to exceed a total of S193,960. This represents a significant reduction from the $394,000 that has been budgeted for construction services because of the reduction from full time to part itime observations during construction. An estimate of the hours and fees is included with thi proposal. The schedule will be prepared and administered by the Construction Manager. We will coordinate our services with the CM in order to help advance the work in a timely fashion. In addition to amending the Scope of Services in our Agreement with the City, we will need to add some important language regarding responsibilities, performance standards and risk that were intentionally excluded from our original Agreement. Thanks again for the opportunity to serve your community on this iinportant project. Sincerely, Hitchcock Design Group 114-AA dru:k. Richard G. Hitchcock President cc: Dave Frigo, Hitchcock Design Group Jennifer Brestal, Hitchcock Design Group Encl: revised scope of services, revised fee schedule, comparative information