Loading...
13-81 Resolution No. 13-81 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 1 WITH SMITHGROUP, JJR FOR BIDDING, AWARD, ADMINISTRATION AND ENGINEERING SERVICES IN CONNECTION WITH THE REGIONAL PARK PHASE 1 DEVELOPMENT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that Sean R. Stegall,City Manager,and Kimberly A.Dewis,City Clerk,be and are hereby authorized and directed to execute amendment agreement no. 1 with SmithGroup JJR on behalf of the City of Elgin. for bidding, award, administration and engineering services in connection with the Regional Park Phase 1 Development Project, a copy of which is attached hereto and made a part hereof by reference. David J. Kaptain, Mayor Presented: May 8, 2013 Adopted: Vote: Yeas Nays: Recorded: Attest: Kimberly A. Dewis, City Clerk AMENDMENT AGREEMENT No. 1 THIS AMENDMENT AGREEMENT is hereby made and entered into this 8th day of May , 2013, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and SmithGroup JJR, an Illinois professional service corporation (hereinafter referred to as "Engineer"). WHEREAS, the City and Engineer hereto have previously entered into an agreement dated August 22, 2012, wherein the City engaged the Engineer to furnish certain professional services in connection with the Regional Park Phase 1 development (hereinafter referred to as "Subject Agreement" and the "Project"); and WHEREAS, the parties hereto have determined it to be in their best interest to amend Original Agreement; and WHEREAS, the City has determined that the proposed scope of the PROJECT should be modified to include the Bidding and Award Phase and the Construction Administration and Engineering Phase,. NOW, THEREFORE, for and in consideration of the mutual undertakings as set forth in the Subject Agreement, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: 1. Section IB of the Subject Agreement is hereby amended by adding the following to the end thereof: "The CONSULTANT shall provide Bidding, Award, Administration and Engineering Services for the PROJECT. A Scope of Services for the additional services to be provided pursuant to this Amendment Agreement is provided in CONSULTANT'S letter dated April 3, 2013, and the attachments thereto, attached hereto as Attachment A — 1". 2. Section 4 of the Subject Agreement is hereby amended by adding a new subparagraph E thereto to read as follows: E. For services provided by the CONSULTANT pursuant to Amendment Agreement No. 1 as set forth in Attachment A-1, the CONSULTANT shall be paid a lump sum of $2,500 for the bidding and award phase and $21,500 for construction administration and engineering for a total of $24,000 inclusive of all costs and expenses of the CONSULTANT, regardless of actual costs incurred by the CONSULTANT unless substantial modifications to the Scope of Work are authorized in writing by the DIRECTOR and approved by way of written amendment to the Agreement. No additional services shall be provided nor additional fees or expenses paid unless approved by way of written amendment to this Agreement. 3. The changes provided to the Subject Agreement as provided in this Amendment Agreement are germane to the original contract as signed and this Amendment Agreement is in the best interests of the City of Elgin and is authorized by law. 4. That except as amended in this Amendment Agreement the Subject Agreement shall remain in full force and effect. 5. That in the event of any conflict between the terms of the Subject Agreement, and the provisions in this Amendment Agreement, the provisions of this Amendment Agreement shall control. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY OF ELGIN CONSULTANT By: Awe By: p'' City Manager Its President Attest: Attes ,&birz ice R��iO6-07- City Clerk Its Secretary OfRC-e DlW-�_ SMITHROUPH April 3, 2013 ATTACHMENT A-1 Randy Reopelle Parks and Recreation Director City of Elgin 100 Symphony Way Elgin, Illinois 60120 Re: Elgin Jack Cook Park Proposal —Bidding, Construction Admin and Construction Engineering Services Dear Randy: SmithGroupJJR(SGJJR) is pleased to respond to your request for a proposal to complete consulting services for the bidding and construction phases of Jack Cook Park. Having completed the preliminary design and final engineering documents, we are very familiar with the project. We look forward to continuing our work with you on this important project. This proposal is based upon the attached City of Elgin "Construction Administration and Construction Engineering Activities"definition of services, provided by the City of Elgin. SCOPE OF WORK PHASE A: BIDDING AND AWARD PHASE Task Al: Addenda SGJJR will answer questions and prepare addenda to supply additional detail to the Bid Documents to clarify contradictions or ambiguities. Task A2: Pre-Bid Meeting SGJJR will participate in one Pre-Bid meeting. Task A3: Bid Opening and Recommendation of Award SGJJR will attend the bid opening, tabulate and review the bids, and check bidder references. Based upon our review, SGJJR will make a recommendation of award. PHASE B: CONSTRUCTION PHASE SERVICES Task B1: Construction Administration and Engineering In accordance with the attached, with the assumption that construction will commence July 1, 2013 and be Substantially Complete December 1, 2013. During this timeframe, Job Meetings and On-Site observation will occur on average 4/month. SMITHROUP0 April 3, 2013 Page 2 SCHEDULE SGJJR has the capacity to comply with the schedule required by the City of Elgin. This proposal is based upon the assumption that construction will be Substantially Complete before December 1; 2013. REMUNERATION Labor Fee C The following lump sum fees, which include expenses, are based on the above Scope of c Services. Bidding and Award Phase $ 2,500 = Construction Administration and Engineering $ 21,500 z Total $24,000 z Extra Services Services in addition to those described above are to be compensated at the hourly rates noted, plus related reimbursable expenses, in accordance with the attached Standard Rate Schedule for the actual hours worked and costs incurred. We appreciate this opportunity to provide our services to the City of Elgin. Sincerely, SmithGroupJJR,Inc. P'sjNV Paul J. Wiese Vice President CC: M. Dittmann - SGJJR SMITHGROUPJJR 35 EAST WACKER DRIVE, SUITE 2200,CHICAGO, IL 60601 T 312.641.0770 F 312.641.6728 SMINGROUNR WAGE RATES BY CLASSIFICATION FOR 2013* Class Description Billing Rate Principal In Charge $ 300 Senior Project Manager $ 255 Design Principal $ 230 Architect V $ 230 Architect IV $ 160 Architect III $ 115 Architect II $ 105 Architect $ 90 Interiors V $ 225 Interiors IV $ 155 Interiors III $ 105 Interiors II $ 95 Interiors 1 $ 85 Landscape Architect V $ 215 Landscape Architect IV 5 150 Landscape Architect III $ 115 Landscape Architect II $ 90 Landscape Architect 1 $ 75 Civil Engineer V $ 240 Civil Engineer IV $ 170 Civil Engineer III $ 145 Civil Engineer II $ 115 Civil Engineer 1 $ 90 Sr Lab Planner $ 270 Lab Planner $ 130 Sr Health Planner $ 230 Health Planner $ 130 Specification Writer $ 165 Technical/Administration $ 75 Adminstrative Assistant $ 75 Construction Specialist $ 195 Building Tech Specialist $ 170 BIM CAD Specialist $ 175 Sr Lighting Designer $ 180 Lighting Designer $ 105 Visualization Specialist $ 115 Business Development 5 180 Marketing 5 95 Note: Project managers will be billed at their classification rate. *Rates will be adjusted annually and be effective January 1,of each year. CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING ACTIVITIES A. CONSTRUCTION ADMINISTRATION 1. General: The Construction Administrator will serve as the City of Elgin's representative for the entire construction project as assigned by the City. As such he will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Construction Administrator will provide all Level 1 management services. These services are defined as-all management functions and requirements over and above the daily routine project requirements. They will include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control- and direction to insure completion of the construction project in accordance with the City's objectives of cost, time and quality. The Construction Administrator will work closely with and report to the Director or his designee. 2. Smitic Duties and Responsibilities: a. Project Control: Establish and maintain lines of communication, authority, and procedures for coordination among the City, Director, Design Engineer, Contractors, and Construction Engineer -as ' needed to carry out the project construction requirements. Provide a pre-construction video of the entire project. b. Additional Services: When required, identifies the need for, and retains professional services of a sumyDL testing habit stories and other special consultants, and coordinates these services during their performance. c. Contract Requirements: Administrates and monitors for the Director, contractors and other project consultants, the contractual requirements for items such as insurance, bonds, and general conformance with governmental regulations, including minority compliance. d. Construction Monitoring: Monitors the work of contractors and construction engineer to insure adequate quality control of the construction work and compliance with the design drawings, specifications and other required regulations. e. Scheduling: Works with the contractor and Construction Engineer to insure that a workable Page 2- ; . . z construction schedule is develop' and agreed to by all parties. Provide for continuous- '(WEEEKI:Y JPDATES)'of the 's-hi dull :aI .-construction progresses. Identify potential variances between scheduled and probable completion dates. Review schedule for work completed, not started or incomplete and recommend to the Director, Construction_Engineer_.and;.contractors;.,adjustments in the schedule to meet the probable compettfon date. Provide summary reports of each monitoring and document all vchanges,in;schedule. Together with.the;Construction Engineer determine the adequacypf.the contractor's personnel,and•.equipment.and the availabil_ity,.-of materials and..supplies-to meet the schedule.: Recommend course' s:-of-action to t_he-,Director when_s requirements of a contract are not.being met. f. Shop,Drawings: . Monitor the submittal of all, shop drawings,;catatogcuts,and material:selections by the contractors, and.-coordinate-timely,approyal.,of.the:,same by.;the Design Engineer. Review and monitor ion,a continuing,basis.the.delivery status of critical material and equipment so as to prevent unnecessary delays. g. Administration: - Handle all project administrative correspondence including.preparation of all written -documents,. and correspondence ;requiring= .the,-City:s-,- signature and authorization: Maintain a,file,ona11 project,;correspondence;and,records to include daily..constructio_n reports prepared_;by xhe,Design Engineer's.field Construction Engineer. c h. Contractor's Payment: Review _and .=process-, for,.payment,:.;though the Director, -all-..`applications by contractors and-design consultants;for,progress•A44-fmahpayments. i. Change Orders: Recommend necessary or desirable changesto ;the:Directoru and the Design v:Engineer,,-,review requests for;changes, and,handle all=,administrative aspects to include a contractor.. negotiations; .:formal•- preparations;-and submission with recommendation-to the--Director.: j. Cost Control: Monitors all project costs and revises and refines the initially approved changes as they occur;;and develop_cash,flowreports•arid-forecasts,as needed.a k. Job Meetings: Conduct periodic (weekly in general) progress meetings with all,associated parties to review-construction;,progrgssj-procedures, scheduling; design interpretation, problem areas and overall coordination. Page 3 1. Reports: Provide a timely weekly status reporting system to keep the City abreast of all aspects of the project which will: a) emphasize problem areas to the Director on a by-exception basis; and b) present solutions for the problems which will enable management to make decisions on a go-or-no-go basis. m. Public Information: Provides advance and current information to the public as necessary and appropriate. Works with citizens directly impacted by contractor to protect citizen's interests. n. Final Completion: Together with the Design Engineer and Construction Engineer conduct a pre-final inspection and develop a pre-final inspection and develop a pre-final punchlist for the contractor. Upon competition of the pre-final punchlist notify the Director that a final inspection is in order. Attend the final inspection with the Director and contractors. Advise the Director when all punchlist work resulting from the final inspection has been completed. Recommend, prepare, and process all final pay estimates through the Director and insure final invoice is submitted to the Director within 30 calendar days of the completion date. o. As-built Drawines: Review as-built drawings prepared by the Design Engineer to insure adequate information has been given to facilitate on-going maintenance work by the City. Coordinate distribution of copies to the City Engineering, Public Works Operations and Water Divisions as appropriate. B. CONSTRUCTION ENGINEER 1. General: The Design Engineer may serve as the City's on-site construction representative for the construction project as the Construction Engineer. He will be responsible for the general control and field inspection of the construction project and will provide all Level 2 management services. These services are defined as all management functions required for day to day control of the project. They will include field inspection, design interpretation, contract administration and general coordination and control of the day to day construction activities of the contractor to insure timely completion and quality construction in strict compliance with contract drawings and specifications. The Construction Engineer will work closely with and report to the Construction Administrator. 2. Specific Duties and Responsibilities a. Liaison and Contract Control: Assist and provide guidance to the contractors in understanding the intent of the Page 4 contract documents. Serve as the City's representative with the contractors working principally through the contractor's project engineer and on-site superintendent. Serve, as the •City's;liaison with _other. local.,Agencies, utility companies, state agencies,,businesses, etc, keeping them advised of day to day activities. b. Review of Work, Rejection of Defective Work, Inspection and Testing: 1) Conduct on-site observations of the work in progress to determine that the project; is 'proceeding-in;,accordance ;with ,the;,contract. documents and that completedFwork will conform to-the iequirements!of the-contract.documents. A . 2) Instruct contractor to correct any work believed to be unsatisfactory, faulty or defective or does not conform to the requirements,of.the contract:documents, or does=not.meet the:requireinents of any„irispections, tests or approval required to be made;:and,advise .Construction.Adriiinistrator`of:Action taken and if any special testing or inspection will be,required 3) Verify. that.tests, area conducted as-required-by,the`'contract!documents and in presence:of,the requited.personnel,'and ahatacontractors maintain,adequate record thereof;,observe,-records and-reportt-to:_Construction Administrator appropriate details relative to the test procedures.�r ' >. 4) Perform or cause to have performed as applicable;_all.requiredfield tests such as :concrete:tests, soil,_coinpdction'tests]-and.insure:such tests_are•made by as may be specified.;Analyze1the re sults of;all:field'and laboratory`:tests'to determine the t'suitability of materials:tested: e-Unless'the-consultant,hasU corpoiated the Clean Construction and Demolition Debris-{CCDD)=,into, the,;construction documents, he/she shall be responsible for all costs to properly meet the requirements of the law. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over.the project;.record the,outcome of these inspections;and_ report to .Construction.Admiriistrator. c.. Contractors Suggestions and Requests: Consider; and evaluate:suggestions and,requests.•for-modifications:ins drawings and 'specifications which..may .be:,,submitted ;bye.--the..contractor and make "recommendations to-the Congtruction-.Adininistr-dtor,-,&With-any,tiine--and cost implications for final decision. d. Shop Drawings: 1) Review and approve shop drawirigs ;�a d sples,,the :results of;jests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept 'of,-thdXprojecti andticompliance_,with the -,information-.given in the- contract documents: determine the acceptability of Page 5 substitute materials and equipment proposed by contractor(s); and receive and review (for general content as required by the specifications) maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection which are to be assembled by contractor(s) in accordance with the contract documents. 2) Record and maintain a shop drawing submittal and approval log and notify contractor whenever submittals are lacking or untimely. e. Schedules: Review construction schedule, schedule of shop drawing submissions and schedule of values prepared by the contractor. Be alert to the construction schedule and to the conditions which may cause delay in completion and report same to the contractor and the Construction Administrator in sufficient time to make adjustments. f. Conferences: 1) Attend periodic progress meetings scheduled by the Construction Administrator with all associated parties to review the overall project status and problems. 2) Arrange a schedule of on-site job work meetings with the general contractor and sub-contractors to review day to day requirements and problems. Maintain and circulate copies of minutes thereof. g. Contract Administration and Records: 1) Handle all day to day contract administration and associated correspondence in accordance with the established procedures. 2) Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and sample submissions, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports, and other project related documents. 3) Keep a diary or log book, recording contractor's hours on the job site, wether conditions, data relative to questions of extras or deductions, list of visiting officials, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures. 4) Record names, addresses and telephone numbers of all contractors, sub- contractors and major suppliers of equipment and materials. h. Reports: Furnish Construction Administrator written reports as required of progress of the Page-6 work -and contractor's .compliance with the approved progress schedule and schedule of shop,drawing submissions. i. Contractors,Payment Requisition: Review applications for payment with contractor for compliance with the established procedure for their submission and forward them with recommendations to.Construction Administrator, noting particularly their relation to the schedule of values, work completed and-materials and equipment delivered to the site. j. Governmental Policies: Review-contractor-EEO policies- and other..governmental.•mandated programs to insure contractor compliance with thei governing,iegulations. k. Change Orders: Perform initial evaluation of change orders and submit_same.to Construction Administrator with recommendation and cost estimate breakdown for final approval and processing.-. - 1. As-built Drawings: Maintain;an,accurate=record:of all field.conditions. and upon:completion of the project insure that the design drawings �are.revise&to show the true as-built condition. m. Final-Completion: 1) -Together with the.Construction Administrator conduct,a pie-final inspection and prepare and give to the contractor-,.a pre-final.-punchlist. Thereafter insure that the contractor,completes same in an expeditious fashion. Notify the Construction Administrator in writing when_All-work-is-completed and-readyfor final payment. 2), ,Together,-with the. Construction Administrator conduct,a..final,inspection with the-.City._Engineer, Public.Works Operations,-and Water Division;as appropriate, Project Manager and the :general-:contractor.- Prepare-a final, punchlist and thereafter insure that the contractor completes same in an expeditious fashion. Notify.the_Construction.Administrator in writing when all work"is'completed and ready>for final-payment. ° . s. AGREEMENT THIS AGREEMENT is made and entered into this 22 day of August 2012; by and between the CITY OF ELGIN; an Illinois municipal corporation (hereinafter referred to as "CITY'') and SmithGroup JJR, a Limited Liability Company, dba JJR; LLC (hereinafter referred to as "CONSULTANT"). WHEREAS, the CITY desires to engage the CONSULTANT to furnish certain professional services in connection with park planning, site engineering and architecture required for the proposed phase one improvements to this city's Jack Cook Regional Park (hereinafter referred to as the "PROJECT"): and WHEREAS, the CONSULTANT represents that it 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 and between the CITY and the CONSULTANT that the CITY does hereby retain the CONSULTANT for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to perform the services relating to the PROJECT as described herein; subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Parks and Recreation of the CITY; herein after referred to as the "DIRECTOR". B. The CONSULTANT shall provide the park planning, site engineering and architecture consulting services for the PROJECT. A detailed Scope of Services to be provided by the CONSULTANT pursuant to this agreement is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided herein. B. A detailed project schedule for the PROJECT is included as Attachment B, attached hereto. Progress will be.recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The CONSULTANT 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. 5. INVOICES A. The CONSULTANT shall submit invoices in a format approved by the CITY. Progress reports (2C above) will be included with all payment requests. B. The CONSULTANT shall maintain records showing actual time devoted and cost incurred. The CONSULTANT shall permit the authorized representative of the CITY to inspect and audit all data and records of the CONSULTANT for work done under this Agreement. The CONSULTANT shall make these records available at reasonable times during the Agreement period and for one (1) year after termination of this Agreement. 6. 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 CONSULTANT. In the event that this Agreement is so terminated, the CONSULTANT shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph 4 above. 7. TERM This Agreement shall become effective as of the date the CONSULTANT is given a notice to proceed and; unless terminated for cause or pursuant to Paragraph 6, shall be deemed concluded on the date the CITY determines that all of the CONSULTANT'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 term or provision of this Agreement. S. NOTICE OF CLAIM If the CONSULTANT wishes to make a claim for additional compensation as a result of action taken by the CITY, the CONSULTANT shall give written notice of his claim within fifteen (15) days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the CONSULTANT's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the CONSULTANT. Regardless of the decision of the DIRECTOR relative to a claim submitted by the CONSULTANT, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. 9. 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 paint has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach: The Certificate of Insurance shall include the contractual obligation assumed by the CONSULTANT under Paragraph 10 entitled "Indemnification". This insurance shall be primary and non-contributory to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for bodily injury and/or property damage. C. Combined Single Limit Policy. The requirements for insurance coverage 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. D. Professional Liability. The CONSULTANT shall carry CONSULTANT's Professional Liability Insurance covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per claim. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The CONSULTANT shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant 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 denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the 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 provision shall be considered a violation of a material provision of - 5 - 21. 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. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The CONSULTANT may not issue any news releases without prior approval from the DIRECTOR, nor will the CONSULTANT make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The CONSULTANT shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The CONSULTANT certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract, the CONSULTANT 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; - 7 - Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the CONSULTANT shall comply with all applicable federal, state, city and other requirements of law, including; but not limited to; any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONSULTANT hereby certifies, represents and warrants to the CITY that all CONSULTANT's employees and/or agents who will be providing products and/or services with respect to this AGREEMENT shall be legal residents of the United States. CONSULTANT shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this AGREEMENT. The CITY shall have the right to audit any records in the possession or control of the CONSULTANT to determine CONSULTANT's compliance with the provisions of this paragraph. In the event the CITY proceeds with such an audit the CONSULTANT shall make available to the CITY the CONSULTANT's relevant records at no cost to the CITY. CONSULTANT shall pay any and all costs associated with any such audit. IN WITNESS WHEREOF, the parties hereto have entered into and executed this agreement effective as of the date and year first written above. CITY OF ELGI T By: �• Se n Stegall, City Manager Attest: ity Clerk CONSULTANT: By: (�,J Name/Print: -J. VJ(&S t�— Title: FFAI-egal Dept\Agreement\Consultant Agr-SmithGroup JJR.doca - 9 - .............................................................................................................................................................................. ............................................ ......................................................................................... Section I Scope of Services ....................................................................................................................I............... ..............................................I.......................................................................................................................... PROJECT UNDERSTANDING the most efficient process for this work to take place. For the purposes of this Scope of Services, "Client" shall This Scope of Services is based upon the"Phase I Site mean the City of Elgin. Development Plan" included in the R-FP and includes the program listed below. The construction budget SCOPE OF SERVICES is approximately$900,000. Design is expected to be completed in 2012 followed by bidding and construction PHASE 1: DISCOVERY and PROGRAM by the end of 2013. This Scope of Services is for the VERIFICATION Master Plan Verification, Preliminary and Final Discovery, Program and Engineering and Permitting phases only and Task 1.1 Background Information assumes the City of Elgin will take primary responsibility for administering the bidding and construction phases of The Client will provide SGJJR with the following this project. information to assist SGJJR with the project. If any of the following data does not exist in a usable form, SGJJR • 2 soccer fields, irrigated will assist the Client in obtaining the data, or SGJJR will • I basketball court contract for the services directly,with the services being • I tennis court paid for as a reimbursable expense. • I play structure and swings a. Topographic and boundary surveys, including • I shelter existing utilities and field the surveys. • Vehicular access and parking for 0 approximately 20 b. Soil surveys and geo[echnical reports. vehicles c. Previous storm water studies. • Trails and walks d. Natural resource,wetland, floodway and floodplain • Stormwater facilities studies, reports, delineations and jurisdictional • Landscape determinations. e. Traffic studies and reports. This proposal excludes design and engineering services in f. Local, county and state codes, ordinances and the Plank Road right-of-way, other than a new driveway regulations. for the park. Should Kane County require right-of-way g. Any other related studies or data to assist in the improvements, such as new turn lanes or accelerations/de- acceleration lanes,we will discuss with the City of Elgin ........... 4 w w w.s ni it lig ro u pJ r.cc m .................................................................................................................................................................................................................................................................................................................................... Section 1 Scope of Services ......... .......................................................................................................................................................................................................................................................................................................................... PHASE 3: PRELIMINARY ENGINEERING Task 3.3 Client Meeting Task 3.1 Preliminary Engineering Documents SGJJR will meet with the Client to review and seek input and feedback on the findings of Phase 3. SGJJR will prepare Preliminary Engineering Documents. These will consist of drawings, calculations and other PHASE 4: FINAL ENGINEERING DOCUMENTS information necessary to establish the project. AND PERMITS • Site grading and storm water drainage require- Task 4.1 Construction Drawings and Specifications ments. Site paving for drives,parking, playing courts, Following written approval of the Preliminary Engineer- walks and trails. ing Documents, SGJJR will prepare Final Engineering • Site electrical:associated with water-pumps and Drawings and Specifications for one bid pack setting forth control of the irrigation system as well as power to in detail the requirements for the construction of the the shelter. Site lighting is excluded. project. • Site irrigation for the 2 soccer field natural turf areas. SGJJR will prepare fully coordinated documents • Shade shelter. conforming to applicable district,municipal, • Basketball and tennis court components including county, state and federal laws, regulations, surfacing and striping, goals, nets and fencing. ordinances and interpretations of same. • Site landscape including turf, native grasses, and SGJJR will'develop,coordinate and complete shade, intermediate and evergreen trees. - the technical specifications,which designate all construction materials,systems, qualities, Task 3.2 Statement of Probable Construction Costs workmanship and equipment, using the CSI format. Front End Documents (General and SGJJR will provide a Statement of Probable Construction Supplementary Conditions)will be provided by Costs based on the Preliminary Engineering Documents. the Client but will be incorporated by the SGJJR into the Project Manual. -M,���- - w - i = >F - 6 tvu+w.smit11 graUpjjr.com r , ATTACHMENT B PROJECT SCHEDULE ELGIN THE CITY IN THE SUBURBS- DATE: May 14, 2013 TO: Randy Reopelle, Parks and Recreation Director FROM: Jennifer Quinton, Deputy City Clerk SUBJECT: Resolution No. 13-81 Adopted at the May 8, 2013, Council Meeting Enclosed you will find the agreement listed below. Please distribute this agreement to the other party and keep a copy for your records if you wish. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • Amendment Agreement No. 1 with SmithGroup, JJR for Bidding, Award, Administration and Engineering Services in Connection with the Regional Park Phase 1 Development Project 0