Loading...
02-164 Resolution No. 02-164 RESOLUTION AUTHORIZING EXECUTION OF AN A REEMENT WITH POSTL-YORE AND ASSOCIATES, INC. FOR THE EW PUBLIC WORKS FACILITY BE IT RESOLVED BY THE CITY COUNCI OF THE CITY OF ELGIN, ILLINOIS, that Olufemi Folarin, Interim ity Manager, and Dolonna Mecum, City Clerk, be and are hereby au horized and directed to execute an agreement on behalf of the C ty of Elgin with Postl- Yore and Associates, Inc . for preliminary and final design services for the new public works facility at 1900 Holmes Road, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Schock Ed Schock, Mayor Presented: May 8, 2002 Adopted: May 8, 2002 Omnibus Vote : Yeas : 6 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT, made and entered into this 8th day of May, 2002, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to aS "CITY") and Postl-Yore and Associates Inc. , an Illinois Corporation (hereinafter referred to as "ARCHITECT/ENGINEER") . WHEREAS, the CITY owns the existing industrial building at 1900 Holmes Road, Elgin, Kane County, Illinois (hereinafter referred to as the "Subject Property") ; and WHEREAS, the CITY desires to redesign nd retrofit the existing industrial building on the Subject Prop rty into the City' s New Public Works Facility (hereinafter referred to as the "PROJECT") ; and WHEREAS, the CITY desires to engage te ARCHITECT/ENGINEER to furnish certain professional archit ctural and engineering services in connection with the PROJECT; and WHEREAS, the ARCHITECT/ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by hand between the CITY and the ARCHITECT/ENGINEER that the CITY does hereby retain the ARCHITECT/ENGINEER to act for and 1 represent it in the architectural and engineering services j' relating to the PROJECT _ as set forth herein subject to tle following terms and conditions and stipulations : I . SCOPE OF SERVICES A. All work hereunder shalt be performed under the direction of the Director of ublic Works of the CITY, herein after referred to as the "DIRECTOR". B. The ARCHITECT/ENGINEER will assist the City with the design, construction and retrofit of the existing industrial building and site bn the subject property with the services to be performed by the ARCHITECT/ENGINEER to consist Of the following: Phase 1: FACILITY PRELIMINARY PLANNING AND BUDGET DEVELOPMENT Task 1 Program Verification Task 2 Schematic tesign Phase 2: FACILITY DESIGN,'BIDDING AND AWARD Task 3 Design DevOlopment Task 4 Constructs n Documents Task 5 Bid And Aw rd C. A detailed Scope of Services is attached hereto and made a part hereof as Attachment A. II. PROGRESS REPORTS A. An outline project milestpne schedule is provided as part of Attachment A. B. Progress will be recorded on the project schedule and submitted monthly as a (component of the Status Report described in "C. " belowi. C. The ARCHITECT/ENGINEER will submit to the Director monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues . III . WORK PRODUCTS All work products prepared by the ARCHITECT/ENGINEER pursuant hereto including, but not limited to, reports, designs, calcula ions, work drawings, studies, photographs, models nd recommendations shall be the property of the CITY nd shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the ARCHITECT/ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ARCHITECV/ENGINEER. IV. PAYMENTS TO THE ARCHITECT/ENGINEER A. Payments for services provided by the ARCHITECT/ENGINEER shall be reimbursed at the rate of 2 . 94 times the direct hourly rate of personnel as set forth on Attachment B attached hereto and made a part hereof by this reference with the total fees and expenses to be paid to the ARCHITECT/ENGINEER not to exceed $135, 469. 00 for Phase 1 of the PROJECT and 5.7% of the PROJECT cost for Piase 2 of the PROJECT ($352, 549. 09 based upon thecurrent budget of the PROJECT) regardless of the ctual time expended or actual costs incurred by the RCHITECT/ENGINEER unless substantial modifications to the scope of the work are authorized in writing and app `oved by way of amendment to this agreement. Reimbursable expenses including outside services provided by other firms or sub- consultants are included in the above not-to-exceed total fees and expenses. 'rhe City shall pay the ARCHITECT/ENGINEER the invoiced fee for outside services provided by other firms or sub-consultants in the amount of the invoice fee with no markup. A summary of fee calculations for outside services is included in Attachment B. B. The CITY shall make periodic payments to the ARCHITECT/ENGINEER based upon actual progress within 30 days after receipt and ap�roval of invoice. Said periodic payments to the ARC ITECT/ENGINEER shall not exceed the amounts shown it Attachment B and full payment for each task shall n)t be made until the task is completed and accepted by the DIRECTOR. i V. INVOICES A. The ARCHITECT/ENGINEER shall submit invoice in a format approved by the C:TY. Progress reports (Section II C above) will be 'included with all payment requests. B. The ARCHITECT/ENGINEER ' shall maintain records showing actual time devoted 4nd cost incurred. The ARCHITECT/ENGINEER shall pjermit the authorized representative of the CITY t inspect and audit all data and records of the ARCHITECT/ENGINEER for work done under this Agreement. I The ARCHITECT/ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the -CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ARCHITECT/ENGINEER. In the event that this Agreement is so terminated, the ARCHITECT/ENGINEER shall be paid for services actually perf rmed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII . TERM This Agreement shall become ffective as of the date the ARCHITECT/ENGINEER is gi en a written Notice to Proceed and, unless terminat d for cause or pursuant to Article VI foregoing, shall be deemed concluded on the date the CITY determArnes that all of the ARCHITECT/ENGINEER' s work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any terms or provisions of the Agreement. i VIII . NOTICE OF CLAIM If the ARCHITECT/ENGINEER wi hes to make a claim for additional compensation as a esult of action taken by the CITY, the ARCHITECT/ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so ma e. Any changes in the ARCHITECT/ENGINEER' s fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ARCHITECT/ENGINEER. Regardless of the decision of 'the DIRECTOR relative to a claim submitted by the ARCHITECT/ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitble to the violation or breach; and, in addition, if either party, by reason of any default, fails within 'Ififteen (15) days after notice thereof by the other arty to comply with the conditions of the Agreements the other party may terminate this Agreement. X. INDEMNIFICATION To the fullest extent permitted by law, the ARCHITECT/ENGINEER shall indmnify, defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from nd against any and all claims, suits, judgments, costs, attorney fees, damages or other relief, inclding but not limited to workmen' s compensation claim , in any way resulting from or arising out of negligent actions or omissions of the ARCHITECT/ENGINEER in connection herewith, including negligent actions Or omission of employees or agents of the ARCHITECT/EN INEER arising out of the performance of this Agreemen . In the event of any action against the CITY, its officers, employees, agents, boards and commis ions, covered by the ` forgoing duty to indemnify, 1efend and hold harmless such action shall be defended'( by legal counsel of the CITY' S choosing. XI. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. ,) The ARCHITECT/ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, al policy of comprehensive general liability insurance written in occurrence form with limits of at least $., 000, 000 aggregate for bodily injury and $1, 000, 0001 aggregate for property damage. The ARCHITECT/ENGINEER shall deliver to the DIRECTOR a Certificate of Insurance naming the CITY as ADDITIONAL INSURED. The policy shall not be modified or terminated without thirty ( 0) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ARCHITECT/ENGINEER under IArticle X entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance written in occurrence form covering all owned, non-owned and hired motor vehicles with limits of not less than $500, 000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage written in occurrence form for the general liability and auto exposures may be met with a combined single limit of $1, 000, 000 per occurrence subject to a $1, 000, 000 aggregate. i D. Professional Liability. The ARCHITECT/ENGINEER shall carry Architect' s/ ngineer' s Professional Liability Insurance coverin claims resulting from error, omissions or neglige t acts with a combined single limit of not les than $1, 000, 000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR s evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. XIII. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY. The ARCHITECT/ENGINEER shall rot have control over or charge of and shall notl be responsible for construction means, methods, techniques, sequences or procedures, or for safety pre autions and programs in connection with the construct on, unless specifically identified in the Scope of Ser ices. XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there sh 11 be no discrimination against any employee or a plicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical , handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be dened or subjected to discrimination in receipt Of the benefit of any services or activities made possible by or resulting from this Agreement on thea grounds of sex, race, color, creed, national origin age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provisipn shall be considered a violation of a material pro ision of this Agreement and shall be grounds for can ellation, termination or suspension, in whole or in prt, of the Agreement by the CITY. XV. ASSIGNMENT AND SUCCESSORS This Agreement and each anI every portion thereof shall be binding upon the su cessors and the assigns of the parties hereto; pro ided, however, that no assignment shall be made With the prior written consent of the CITY. XVI DELEGATIONS AND SUBCONTRACTORS i Any assignment, delegation orH subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and with the ARCHITECT/ENGINEER shall rem in liable to the CITY with respect to each and e ery item condition and other provision hereof to tIe same extent that the ARCHITECT/ENGINEER would have seen obligated if it had done the work itself and no assignment, delegation or subcontract had been made. XVII . NO CO-PARTNERSHIP OR AGENCY l This Agreement shall not be construed to create a partnership, joint venture, employment or other agency relationship between the parties hereto. XVIII . SEVERABILITY ) The parties intend and agreedthat, if any paragraph, sub-paragraph, phrase, claus.6L or other provision of this Agreement, or any portio thereof, shall be held to be void or otherwise uienforceable, all other portions of this Agreement shill remain in full force and effect. II I' XIX. HEADINGS A GS The headings of the seve al paragraphs of this Agreement are inserted only a a matter of convenience and for reference and in no ay are they intended to define, limit or describe th scope of intent of any provision of this Agreement, nor shall they be construed to affect in an manner the terms and 4 provisions hereof or tie interpretation or • construction thereof. XX. MODIFICATION OR AMENDMENT II This Agreement and its attchments constitutes the entire Agreement of the partes on the subject matter hereof and may not be changed, modified, discharged or extended except by written ariendment duly executed by the parties. Each paty agrees that no representations or warranties shall be binding upon the other party unless expresed in writing herein or in a duly executed amendment thereof, or change order as herein provided. XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois . XXII . NEWS RELEASES The ARCHITECT/ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ARCHITECT/ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII . COOPERATION WITH OTHER CONSULTANTS The ARCHITECT/ENGINEER shall cooperate with any other consultants in the CITY' s employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ARCHITECT/ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violation of 720 ILCS 5. 33E et seq. or any similar state or federal statute regarding bid rigging. XXV. SEXUAL HARASSMENT As a condition of , this contract, the ARCHITECT/ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. The illegality of sexuallharassment; B. The definition of sexual 'harassment under state law; C. A description of sexual haassment, utilizing � examples; D. The vendor' s internal complaint process including penalties; E. The legal recourse, investligative 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 775 ILCS 5/2- 105. XXVI . WRITTEN COMMUNICATIONS All recommendations and othe communications by the ARCHITECT/ENGINEER to the IRECTOR and to other participants which may aff ct cost or time of completion shall be made or co firmed in writing. The DIRECTOR may also require other recommendations and communications by the ARCHIT CT/ENGINEER be made or confirmed in writing. XXVII . NOTICES All notices, reports and documents required under this P Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: ' A. As to CITY: John M. Loete, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 847-931-6001 • 1 B. As to ARCHITECT/ENGINEER: Alan R. Yore, AIA, CCS Project Manager Postl-Yore And Associates ', 2101 S. Arlington Heights Road, Suite 111 Arlington Heights, IL 60005 847-640-1010 IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement 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. For the CITY: ATTEST: THE CITY OF ELGIN By '91By Illih City C er Cit Manager (SEAL) For the ARCHITECT/ENGINEER: Dated this ( V.1 day of OF , A. D. , 2002 . ATTEST: (/7 •e TL-YOE AND ASSOCIATES : By Secretary =resident (SEAL) . . ATTACHMENT A 1 Postl Yore 1 1 1 1 _ 1 _..:,.,.. . ...— ,_ ITY OF ELGI - PUBLIC WORKS FACILITY Tti£M Project Objective It is the objective bf this project to provide the City of Elgin with a Public Works Faci ity that will be effective for the next twenty years. One that is functio al,efficient,and of high quality while staying within the established m netary budget and completion schedule. Scope of Work The City of Elgin as purchased a 9.32 acre site with an industrial building at 1900 H Imes Road for the purpose of developing it into a new public work facility. The pre-cast concrete building was constructed in 1 88 with 129,950 square feet of warehouse / manufacturing spa e with 24 foot clear height inside. In addition,there is a one-story,bric ,5,500 square foot structure attached to the south end of the building ith office space. The warehouse has columns on a 30 foot by 45 foo grid that must be incorporated into the design. The City has condcted several studies of the site and facility and is ready to begin the etailed design and construction of the facility. The studies that have a ready been completed and will be available at the beginning of the d sign phase include: • • Space N ds Assessment Report for Public Works(1998) •" Updated S ace Needs Assessment Report for Public Works (2000) . • Property C ndition Assessment Report(2001) • Phase 1 E vironmental Site Assessment Report(2001) The Postl -Yore T am's approach has been applied to the planning and design of over 200 maintenance and operations facilities across the United States. It is based on a clear understanding of the unique operating characte istics and functional requirements of public works facilities. The de ign of this facility will impact the City of Elgin Department of Pu lic Works operations for many years. The Post! - Yore Team approa h maximizes the City's input while making the best use of your time t rough a series of workshops. These workshops bring together key ity staff, other interested parties, and the design team to quickly revi w and evaluate a range of options before making critical decisions t at will impact the design. 2 . . . Posti-Yore _,_.____.___ ,....____ .. .. NITY OF ELGIN - UBLIC WORKS FACILITY The following page provide a detailed outline of the Postl-Yore Team's technical approach o developing a state-of-the-art Public Works Facility. The approach is di ided into tasks with each task being described with an objective, the work elements to be accomplished, and the deliverables. The Postl-Yore Team includes: PYA P9stl-Yore and Associates,Inc. (a chitecture,structural,civil, &quality control) PB Parsons Brinckerhoff Quade&Douglas,Inc. (programming,industrial design,&equipment) SDG Sunnyside Design Group, Inc. (rrechanical,electrical, plumbing,&fire protection) DHA Dn Halamka Associates, Inc. (landscaping&signage) The team members that will be involved in each task or subtask are shown in parenthesis with the lead member listed first. . . , Post) Yo re _____ = — _ NITY OF ELGIN - PUBLIC WORKS FACILITY - 'too PHASE 1: FACILITY P ELIMINARY PLANNING & BUDGET DEVELOPMEN Overall Project Nllanaaement I Objective: To provide high qu lity architectural and engineering services that will deliver a facility de ign that meets the City's needs within an established budget and sched Ie. Work Elements: 1 li 1. Conduct a prof ct kick-off meeting with the Postl-Yore Team and key City staff ho will participate in the project. The purpose of the meeting 'II be to: • E tablish clear lines of communication. • R view the scope of work and project schedule. • CI arty define project goals and objectives. • Id ntify the staff to be involved in the interview process. 2. Develop and maintain a project schedule listing all tasks and parties involve in the project with estimated start and completion dates. The sc edule will be updated on a regular basis. 3. Schedule and cgordinate periodic project status meetings including: • Identing appropriate participants for each meeting. • Develo ing (with appropriate City input) and distributing agend prior to meetings. • Develo ing and distributing minutes for each meeting within 5 days f the meeting. 4. Prepare and sbmit monthly progress reports. Each report shall t. include an upd ted schedule, summary of tasks in progress and completed, an projected tasks to be accomplished in the next month. 5. Coordinate with various groups responsible for reviewing the design at specific stages. ,.. . . Posti Yo re `-- __7=__ =____ MITT OF ELGIN PUBLIC WORKS FACILITY —Yee 6. Provide deliverables in digital format where appropriate. Deliverables: • Project Sc edule • Meeting A ndas • Meeting Mi utes • Monthly Pr gress Reports(including updated project schedule) . . . . 1 1 Posta-Yore . ....._ ____. , „....... .... .......__ .,..7._ „.... LAITY OF ELGIN - PUBLIC WORKS FACILITY Task 1: Pro ram Verification Objective: To review and evaluate the functional requirements as input into the design process which will ensure a facility that responds to the needs of the City. Work Elements: l Operational Reaui-ements (PB,PYA') The first step in the design process is to verify the functional requirements andperational characteristics of the proposed facility. This will involve a tive participation of the City staff in a series of in- depth interviews o ler a two to three day period. The Postl-Yore Team will: 1. Develop a questionnaire to be completed by the City staff prior to the interviews. 2. Assist in idientifying the staff to be involved in the interview process. 3. Tour the existing City Public Works facility. 4. Interview ey staff personnel to determine functional requireme is and operational characteristics for the functions to be loca ed at the new facility. Examples of topics to be addressed during the interviews include: a. Reviw the impact of ADA requirements on maintenance and operations. b. Revi w the projected use of alternative fuels. c. Revilew requirements for repair bays, shops, material strage,and other maintenance functions. II d. Revi w existing maintenance philosophy and policies, pr cedures, and maintenance techniques for sc eduled and unscheduled maintenance,component re uild, body repairs,and paint. Posti-Yore 1 ____.... •ITY OF ELGIN - PUBLIC WORKS FACILITY v� o • e. Ide tify components to be rebuilt in-house, component lif , and time for rebuilding each component to d termine the requirements for the component rebuild ar a. f. Review vendor contracted activities and requirements. g. Review fueling,interior cleaning, and exterior cleaning requirements. h. Rev ew existing preventive maintenance program to dtermine frequency of inspections and average time re uired for each. i. Rev ew existing inventory control policies,procedures, . a d techniques to determine parts storage re uirements. This will include a review of various st rage systems available for parts storage. j. Review site and building security requirements. • 5. Reviewfacil maintenance(building and grounds)requirements that may a ect material selection,plumbing,electrical,heating, ventilation,and air conditioning. 6. Review relationships between functional areas within the facility. 7. Review fleet size, mix,and projected growth. 8. Review cu rent and projected staffing plans and labor agreement s). Review of Similar F cilities 9. The City ha visited several Public Works facilities. The Postl -Yore Tea will review the results of these visits with the City staff and o ganize additional site visits if necessary. These visits will h Ip establish a common frame of reference for the City and th design team. 11 r=- Posti-Yore ITY OFELG1N PUBLIC WORKS FACILITY ♦Ly11.. Space Program (PB,PYA) Based on the interviews,a detailed space program will be developed to: 10. Identify spa e requirements for all administrative,maintenance, and opera ions functions in the project including: a. Requirements for offices, mechanic areas, and crew ar s. b. Quantity, size, and type of repair bays. c. Re uirements for all shops. d. Re uirements for parts storage and warehousing. e. Sto age requirements for tool boxes and portable e uipment. f. Re uirements for mechanical and electrical support s ace. 11. Identify par.ing requirements for City vehicles,employee,visitor, and delive vehicles. Dr-ft D-si•n Crite is Document PB PYA • The criteria to be used in the design of the new facilities must be developed for City:pproval. The Postl-Yore Team will: 12. Prepare D aft Design Criteria Document to include space program :nd criteria resulting from interviews, on-site observati•ns, and the Postl -Yore Team's experience in the design of•ver 200 maintenance and operations facilities. The Design Cr teria Document will include information on staffing levels, cur ent and projected operations, a narrative of daily operation site requirements, and specific requirements for each funct onal area. The Design Criteria Document will also identify pre iminaryfunctional requirements for building systems including -rchitectural,structural, mechanical,electrical,and plumbing •uch as: Posti-Yore ,_ __ !, •••I•1 rITY OF ELGIN PUBLIC WORKS FACILITY ,L,„._.. a. Cle rance requirements(doors,aisle widths,overhead) t roughout the project. b. Flo r,wall,and ceiling finishes. c. Fun tional areas and equipment items within each area t be included on an emergency power system. d. Lig ting levels and type of lighting for all exterior areas a d each functional area within the maintenance b ilding. e. Lub ication and compressed air system requirements. f. Vetilation requirements for each functional area in luding offices, repair bays, maintenance shops, w lding, battery, paint areas, chassis wash/ c mponent clean, pits,and storage areas. g. Dra nage requirements for floor washdown,waste oil, w ste coolant, and spill containment. h. Min mum design temperatures for heating and cooling fo each functional area. 13. Establish fu ctional area relationships both between areas and betweenorkstations within areas. Primary considerations to be indu trial work flow,supervision,and safety. Diagrams showing t ese relationships will be included in the Design Criteria D ument. 14. Identify ma or maintenance equipment items to be located in each funct onal area. 15. Assemble ata on vehicles to be maintained. Include make and model ,dimensions and weights,quantities,and operating characteri tics. 16. Submit dra Design Criteria Document for City review and approval. 1 Et 1 . . Posti-Yore 1 _. " = = $ ITY OF ELGIN - PUBLIC WORKS FACILITY 10 Maintenance Eau'ement (PB) 17. Inventory e isting shop equipment by functional area. Include descriptio , quantity, manufacturer, model number, utility requirem:nts and condition. Indicate which items are recomme ded for reuse. 18. Develop Pr:liminary Maintenance Equipment List based on the draft Desi„n Criteria. Equipment shall be listed by functional area and i dude a description, price, quantity, dimensions, and gener:I utility requirements for each equipment item. Cost Evaluation "YA PB 19. Develop a I onceptual level cost estimate based on the space program, •esign criteria, preliminary equipment list,and cost per squar- foot for similar public works maintenance and operation- facilities in the United States. 20. Compare t e cost estimate with the preliminary construction budget an. review with the City. Make adjustments to the program a. necessary to keep the project within the budget. Final Design Criter a Document(PB, PYA' 21. Review Cit comments from their review of the draft Design Criteria D cument. Incorporate City comments and finalize the Desig Criteria Document. Deliverables(Tas 1): • Preliminary Space Program • Draft Design Criteria Document • Preliminary Maintenance Equipment List& Cost Estimate • Conceptual Level Construction Cost Estimate • Final Design Criteria Document IL1ti Postl Yo re KITY OF ELGIN PUBLIC WORKS FACILITY YL-eQ•'+. Task 2: S hematic Design Objective: To ensure that th functional requirements, including circulation and proximity relation hips,are appropriately addressed in the Schematic Design and that he proposed scheme is adaptable to regulatory requirements. Work Elements: Alternative Conc=etual Plans PB PYA 1. Identify potential alternatives to meet the requirements establish:. in Task 1. 2. Conduct a three to four day on-site design charrette working directly wi t the design team and the City to develop alternatives for site an.facility configuration. During this on-site process, alternativ-s will be reviewed with the City staff. Based on review co ments, selected alternatives will be refined and presentee for review. A final review meeting will result in a selected .ite and facility plan. 3. The site la outs will be developed with emphasis on: a. Ciri ulation patterns for vehicles,equipment, materials a d personnel that will provide the most efficient,cost e ective,and safest maintenance operation. b. Ing ess and egress routes that maximize safety and s curity and minimize vehicular and pedestrian conflict o and off the site. c. Sit= area relationships. Include mechanic and crew f-cilities,fuel and wash,maintenance facilities,vehicle p Irking,bad order(or down vehicle)parking,employee a d visitor parking,and shipping and receiving. , . . . • 1Y Yore o e - 1 ______ _ , _._. __ ______ - ._ KITY OF ELGIN PUBLIC WORKS FACILITY 4. The facility layouts will emphasize: a. Circ lation patterns for vehicles,equipment,materials a d personnel and their relation to site circulation p tterns. b. Fun tional area relationships both between the various ar as and between workstations within each area. c. Effi lent industrial workflow, supervision,and safety. d. Reg latorycompliance. 5. Coordinate and integrate the layouts for a possible future expansion of the site. Maintenance Eau'•ment PB 6. Update the 'reliminary Maintenance Equipment List based on the Sche atic Design and update cost estimate for maintenan e equipment. These costs will be included in the constructs•n cost estimate. Schematic Design Report (PYA, PB,SDG, DHA) 7. Review co ments from the City on the draft Design Criteria Document nd incorporate comments along with modifications that result d from the on-site design process. (PB, PYA) 8. Update the -pace program to be consistent with the Schematic Design. (-B) 9. Document t e alternative schemes developed during the on- site design charrette. (PYA) 10. Develop the selected site and floor plans along with building elevations to fully describe the size, form, regulatory complianc=, and character of the new facility. Include the layout of ajor equipment items to confirm workflows and suitability • the spaces. (PYA, PB) Posti-Yore `=== 11111ITY OF ELGIN PUBLIC WORKS FACILITY tea. ost Estimatin• PB SDG 11. Develop a 4 onstruction cost estimate based on the Schematic Design. his will include an evaluation of construction techniqu- and materials to assure their availability and corn patibi ity with local building trades. 12. Compare cost estimate with the construction budget and review with the C ty to make any adjustments necessary to keep the project wi in the established budget. Schematic Design Quality Control (PYA. PB' 13. Coordinat: operational and equipment related functional requirem=nts during development of the Schematic Design. Items to b- addressed include: a. Cle..rances shown in building sections. b. Mo.ifications to the Concept Design due to structural/ ar hitectural requirements. c. Tur ing radius,queuing space,and vehicle circulation. 14. Review the site and facility layouts for compliance with the approved •esign criteria,operational/maintenance concepts, and regula ory compliance. Deliverables(Tas 2): • Alternatives e and facility sketches developed during the design charrette • Site plan, fl or plans, and sketch of Schematic Design for selected s e. • Updated Pr liminary Maintenance Equipment List • Schematic esign Report with cost estimate 43 it Posti-Yore = • �ITY OF ELGIN PUBLIC WORKS FACILITY -. PHASE 2: F CILITY DESIGN I BIDDING &AWARD Task 3: D sign Development Objective: To ensure that t e requirements for maintenance operations, architecture,engin ing,site planning and equipment are appropriately addressed in Desi n Development and that regulatory compliance is maintained. Work Elements: Site and Building Design (PYA, PB, SDG, DHA) 1. Prepare D sign Development drawings and specifications that incorpora Schematic Design Review comments submitted by the Cit . All drawings will be prepared in AutoCad format. Each buil ing system will be described in the drawings and specifications including: architectural, civil, structural, mechanic I,electrical,plumbing,fire protection,landscaping, and site Ii hting. 2. Prepare plans for any environmental mitigation that may be required as identified in the environmental assessment. 3. Update re•ulatory compliance requirements and meet with regulatory officials. Main enance E•ui•ment PB The type, quantity, location, and utility requirements of maintenance equipment is criti .I to the design of the maintenance facility. The Postl-Yore Team ill: 4. Develop ini ial maintenance equipment layouts that provide an efficient, c st effective, safe industrial workflow through the facility. All functional areas identified in the equipment list to be include . '14 Posti-Yore KITY OF ELGIN PUBLIC WORKS FACILITY 5. Obtain bro'hures and cutsheets on maintenance equipment to be specifi-d by the Postl -Yore Team. 6. Review eq ipment list, cutsheets, and layout with the City to ensure t at all maintenance requirements have been addressee. 7. Update m-intenance equipment list,layouts,and cutsheets to be consis lent with facility design and input received during the review se..sion. 8. Develop U ility Requirements drawing(s)based on information developee with the City. These will include locations of air, electrical .nd water outlets,vehicle exhaust system outlets, drains,s'eclat grating,and overhead door controls. 9. Develop a equipment utility matrix to assure coordination of equipme t utility requirements with mechanical,electrical,and plumbing disciplines. Construction Cos Estimate and Schedule PYA All 10. Develop a construction cost estimate based on the Design Develop ent drawings and specifications. 11. Develop construction schedule with sufficient detail to determin: approximate total construction time. 12. Compare •st estimate with the construction budget and review with the City to make any adjustments necessary to keep the project wi hin the established budget. Desi•nDevelo•m-ntQuail( Control PY• •II 13. Coordinate operational and equipment related functional requirem=nts for human engineering and building systems and compone is including architectural, structural, mechanical, electrical,and plumbing. °15 Posti-Yore IITY OF ELGI - PUBLIC WORKS FACILITY 14. Review :rchitectural and engineering (civil, structural, mechan'cal,electrical, plumbing)design for compliance with the ap•roved design criteria, operational/maintenance concep s, maintenance equipment requirements, and regulato requirements. Deliverables(T.sk 3): • Design D-velopment Drawings,Specifications,and Rendering • Updated aintenance Equipment List • Maintena ce Equipment Brochure and Cutsheet Manual • Utility Re•uirement Drawings and Equipment Utility Matrix • Construc ion Cost Estimate and Schedule • a s • Posti-Yore IIITY OF ELGIN PUBLIC WORKS FACILITY Task 4: C nstruction Documents Objective: To ensure that t e requirements for maintenance operations, architecture,engin ring,site planning and equipment are appropriately addressed in the C ntract Documents and that regulatory requirements are met. Work Elements: Site and Buildin• -si•n PYA All 1. Prepare B d Documents (drawings and specifications) that incorpora - Design Development Review comments submitted by the Cit . All drawings will be prepared in AutoCad format. Each buil Iing system will be described in the drawings and specifications including: architectural,maintenance equipment, civil, str ctural, mechanical, electrical, plumbing, fire protectio landscaping, irrigation,and site lighting. 2. Develop fi -I maintenance equipment list and cost estimate for equipme t. (PB) Si•na•e and Gra thics Re•uirements DHA PYA PB Properly designed .ignage and graphics are valuable tools for promoting a safe working en ironment. The Postl-Yore Team will: 3. Establish s gnage and graphics requirements including safety, direction-I, informational, and traffic signs and pavement markings. 4. Develop pl-ns showing locations and messages for signage and grap ics throughout the site and facility. c,: ' Postl Yore aITY OF ELGIN - PUBLIC WORKS FACILITY —.. ._ _..TOO +cvas Construction Cost Estimate and Schedule (PYA, All) 5. Develop a construction cost estimate based on the Construction Document(drawings and specifications). 6. Develop a construction schedule with sufficient detail to determine construction start date and duration. 7. Compare cost estimate with the construction budget and review with the C. to make any adjustments necessary to keep the projectwi in the established budget. Construction Doc ment Quality Control (PYA,All) 8. Coordinat=requirements for human engineering and building systems and components including architectural, mainten.nce equipment, civil, structural, mechanical, electrical, plumbing, and landscaping. 9. Review a chitectural and engineering (civil, structural, mechanic:l,electrical, plumbing)design for compliance with the approved design criteria, operational/maintenance concepts,and maintenance equipment requirements. 10. Define bid onditions and contract conditions to comply with State law- and City of Elgin policies. Deliverables(Task 4): • Bid Documents(drawings,specifications, and bid conditions) • Final Equipment List • Final Construction Cost Estimate and Schedule Posti-Yore _-- �" 1111ITY OF ELGIN - PUBLIC WORKS FACILITY W..a_ Permit Review and City Final Review Objective: To secure formal regulatory approvals as necessary to acquire construction permits and to acquire final City review approval. Work Elements: Submit Documents for Final Review 1. Review list of previously identified regulatory agencies and City review staff. 2. Reproduce documents and submit sets to each regulatory agency and City review staff. Coordinate With Reg_ulatoryAgencies and City Staff 3. Meet with and/or communicate with each affected party. 4. Revise documents as needed to acquire final City sign-off and regulatory permit approvals Deliverables: • Sign-offs from City staff • Regulatory agencies'approvals and building permit ready for selected tidder. 119 II Posti-Yore KITY OF ELGIN ■ PUBLIC WORKS FACILITY v .,oc. Task 5: Bidding and Award Objective: To ensure that the facility and equipment is bid properly as designed and specked. Work Elements: 1. Assist with pre-bid conference(s) and document with addendum(a). 2. Review and respond to bidder's questions and requests for substitutions. 3. Prepare addendum items to clarify the intent of the bid documents. 4. Assist in receiving and reviewing bids for compliance with bidding requirements. 2O ATTACHMENT B Posh•Yore Engineering • Architecture v Management Services 3/29/02 (Revised) City of Elgin Public Works Facility Detailed Fee Estimate Project Senior Staff Designer Drafter/ Manager Arch/Eng Arch/Eng Draftsman Field Tech Hours Salary Average Rates $48.33 $35.00 $28.33 $25.00 $21.67 PHASE 1: FACILITY PRELIMINARY PLANNING&BUDGET DEVELOPMENT Task 1: Program Verification Questionnaires 24 20 44 $1,859.92 Programming Workshop 36 29 65 $2,754.88 Design Criteria 24 39 34 97 $3,488.14 Cost Evaluation 16 24 16 56 $2,066.56 Task 2: Schematic Design Design Workshop 34 44 36 114 $4,203.10 Schematic Design 30 55 70 82 117 354 $9,943.39 Cost Evaluation 16 24 16 56 $2,066.56 PHASE 1 TOTALS 180 235 172 82 117 786 $26,382.55 Multiplier(1.7838 overhead+1.15 profit) 2.94 Sub-Total Labor Costs $77,564.70 Sub-Contract Associate Architect $33,274.30 Sub-Contract Mechanical/Electrical Consultant $20,400.00 Sub-Contract Landscape/Graphics Consultant $3,230.00 Reimbursable Expenses Allowance(Reproduction Costs and Rendering) $1,000.00 PHASE 1 NOT-TO-EXCEED AMOUNT $135,469.00 PHASE 2: FACILITY DESIGN/BIDDING&AWARD Task 3: Design Development Design Development 144 232 304 160 160 1000 $31,159.04 Cost Evaluation 16 24 16 56 $2,066.56 Task 4: Construction Documents Construction Documents 168 216 352 240 480 1456 $42,053.20 Cost Evaluation 24 24 16 64 $2,453.20 Task 5: Bid&Award 10 32 40 82 $2,736.50 PHASE 2 TOTALS 362 528 728 400 640 2658 $80,468.50 Multiplier(1.7838 overhead+ 1.15 profit) 2.94 Sub-Total Labor Costs $236,577.39 Sub-Contract Associate Architect $32,951.70 Sub-Contract MechanicaUElectrical Consultant $72,600.00 Sub-Contract Landscape/Graphics Consultant $4,420.00 Reimbursable Expenses Allowance(Reproduction Costs) $6,000.00 PHASE 2 FEE ESTIMATE $352,549.09 PHASE 2 NOT TO EXCEED%OF CONSTRUCTION COST 5.7% /44 \y OF f4 ` yiNC�b City of Elgin Agenda Item No. . iR�, E 01 April 19, 2002 G 1 [ 0 TO: Mayor and Members of the City Council N f8i FINANCIALLY STABLE CITY GOVERNMENT FROM: Olufemi Folarin, Interim City Manager EFFICIENT SERVICES, AND QUALITY INFRASTRUCTURE SUBJECT: Professional Services Agreement for the New Public Works Facility PURPOSE The purpose of this memorandum is to provide the Mayor and the members of the City Council with information to consider approval of a professional services agreement with Postl-Yore and Associates, Inc. to perform preliminary and final design services for conversion of the building and site at 1900 Holmes Road into the new Public Works Facility. BACKGROUND In March, 2001 the City Council approved the purchase of the building and site at 1900 Holmes Road for conversion into a new public works facility. The purchase concluded an unsuccessful two- year search for a vacant site of adequate size and appropriate location on which to build a new facility. A lease agreement was entered into with the building seller and current occupant, US Precision Glass (USPG) allowing them 18 months to vacate the building and the City gets full possession of building in October, 2002 . Staff has proceeded with the selection of an architectural/ engineering firm to do the design for converting the building. A "Request For Statements Of Qualification And Interest" was issued on February 13 , 2002 and publicly advertised. Seventeen firms submitted statements which were reviewed by a selection team of staff members from the Public Works, Water and Purchasing departments. From that process, six firms were selected and issued a "Request for Proposal" to provide the services necessary for preliminary design, project budget development, final design, plan and specification development and bidding assistance. Five firms responded to the request (Carter Burgess, Cordogon, Clark and Associates, Legat Architects, Postl-Yore and Associates and Wold Architects and Engineers) and one firm, Dahlquist and Lutzow, declined. The selection committee reviewed the proposals and selected Postl-Yore and Associates as the top rated firm. A copy of the results of the selection process is attached as Exhibit A. Public Works Facility Design Agreement April 19, 2002 Page 2 Upon selection, Postl-Yore met with staff to finalize the project scope and negotiate their fee . The proj =ct fee is a not to exceed fee of $135, 469 for the preliminar , design and a final design/bidding not to exceed fee of 5 . 7% of the construction cost (identified as $352, 549 for the curreni project budget) . The resulting total fee is $488, 018 . A copy .•f the proposed agreement is attached as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONT. CTED None. IVFINANCIAL IMPACT 11 The agreement with Postl-Yore and Associ-tes will total $488, 018 and will be funded from the Riverboat F nd, Building/Structures, account number 275-0000-791 . 92-36, project number 339570 . The total budget for this project is $11, 700, 000 ($4 . 0 million of which is funded from the 2002 Bond Sale) . A total of $6, 278, 140 remains available . (11‘ LEGAL IMPACT The proposed agreement is being reviewed by the Legal department . ALTERNATIVES 1 . Do not award the contract at this time . 2 . Award the contract to a different fir . RECOMMENDATION It is recommended that the City Council a thorize the City Manager to execute an agreement with Postl-Yore :nd Associates, Inc. for design services for the New Public works 'acility with fees not to exceed $488 , 018 . Respectfully submitted, 01‘ lqi‘ Olufemi Fo , Interi' Ci , u. .- •er JML:cm attachment