HomeMy WebLinkAbout01-70 Resolution No . 01-70
RESOLUTION
AUTHORIZING EXECUTION OF AN AMENDED AGREEMENT WITH
RONALD VEGEMAST ENGINEERING, INC. FOR A
COMPUTER AIDED DISPATCH SYSTEM
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
Amended Agreement on behalf of the City of Elgin with Ronald
Vegemast Engineering, Inc . for a computer aided dispatch system, a
copy of which is attached hereto and made a part hereof by
reference .
s/ John Walters
John Walters, Mayor Pro Tem
Presented: March 28, 2001
Adopted: March 28, 2001
Omnibus Vote : Yeas 5 Nays : 0
Attest :
s/ Suellyn Losch
Suellyn Losch, Deputy City Clerk
AMENDED AGREEMENT
THIS Amended agreement, made and entered into this Vllfday of A-p2r`L , 2001, by and
between the CITY OF ELGIN, an Illinois municipal corporation(hereinafter referred to as
"CITY") and RONALD VEGEMAST ENGINEERING, INC., a Minnesota corporation
(hereinafter referred to as "ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with mobile communications for the Police Department(hereinafter
referred to as the "PROJECT").
NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that
the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and
covenants contained herein, the sufficiency of which is hereby acknowledged to act for and
represent it in all engineering matters involved in the PROJECT, subject to the following terms
and conditions and stipulations, to-wit:
I. SCOPE OF SERVICES
A. All work hereunder shall be performed under the direction of Lori Moses, Emergency
Communications Director, herein after referred to as the "DIRECTOR". The ENGINEER shall
perform the services for the PROJECT as set forth in the ENGINEER's letter of October 14,
2000 to Deputy Chief James Burns attached hereto and made a part hereof as Exhibit A. For the
services described in Exhibit A, Engineer shall in no event be paid in an amount that exceeds the
sum identified in"Exhibit A".
The engineer shall also perform the services set forth in the ENGINEER'S letter of January 6,
2001, to Deputy Chief James Burns, attached hereto and made a part hereof as Exhibit B. Those
additional services shall be performed for the monetary consideration identified in Exhibit B. In no
event shall ENGINEER be paid in an amount that exceeds the sums identified in Exhibit B.
II. SCHEDULE
The ENGINEER shall perform and complete all of the services for the PROJECT on or
before December 24, 2001.
III. WORK PRODUCTS
All work products prepared by the ENGINEER pursuant hereto including,but not limited
too, reports, designs, calculations, work drawings, studies,photographs, models and
recommendations shall be the property of the CITY and shall be delivered to the CITY upon
request of the DIRECTOR provided, however, that the 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 ENGINEER.
IV. PAYMENTS TO THE ENGINEER
For the services provided,under Exhibit A,by the ENGINEER pursuant to this amended
agreement the CITY shall pay the ENGINEER the lump sum amount of Twenty-Eight Thousand
Dollars ($28,000.00) for fees and an amount not to exceed $2,000.00 for expenses related to the
PROJECT regardless of actual time expended or actual costs incurred by the ENGINEER.
For the services provided,under Exhibit B, by the ENGINEER pursuant to this amended
agreement the CITY shall pay the ENGINEER the lump sum amount of Fifteen Thousand Six
hundred and eighty Dollars ($15,680.00) for fees and an amount not to exceed $2,000.00 for
expenses related to the PROJECT regardless of actual time expended or actual costs incurred by
the ENGINEER
The CITY shall pay such fees and expenses to the ENGINEER upon completion of all of the
services to be provided herein and upon a submission of an invoice from the ENGINEER to the
City for same.
V. INVOICES
A. The ENGINEER shall submit invoices in a format approved by the CITY.
B. The ENGINEER shall maintain records showing actual time devoted and
cost incurred. The ENGINEER shall permit the authorized representative of the CITY to
inspect and audit all data and records of the ENGINEER for work done under this
Amended agreement. The ENGINEER shall make these records available at reasonable
times during the Amended agreement period, and for a year after termination of this
Amended agreement.
VI. TERMINATION OF AMENDED AGREEMENT
Notwithstanding any other provision hereof, the CITY may terminate this Amended
agreement at any time upon fifteen(15) days prior written notice to the ENGINEER. In the event
—2—
•
•
that this Amended agreement is so terminated, the ENGINEER 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 IV above.
VII. TERM
This Amended agreement shall become effective as of the date the ENGINEER is given a
notice to proceed and, unless terminated for cause or pursuant to Article V, shall be deemed
concluded on the date the CITY determines that all of the ENGINEER's work under this
amended 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 the Amended agreement.
IX. BREACH OF CONTRACT
If either party violates or breaches any term of this Amended 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 suitable to the violation or breach; and, in
addition, if either party, by reason of any default, fails within fifteen(15) days after notice thereof
by the other party to comply with the conditions of the Amended agreement, the other party may
terminate this Amended agreement.
X. INDEMNIFICATION
To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify, defend and
hold harmless the CITY, its officers, employees, agents, boards and commissions from and against
any and all claims, suits,judgments, costs, attorney's fees, damages or other relief, including but
not limited to workers' compensation claims, in any way resulting from or arising out of negligent
actions or omissions of the ENGINEER in connection herewith, including negligence or
omissions of employees or agents of the ENGINEER arising out of the performance of this
Amended agreement. In the event of any action against the CITY, its officers, employees, agents,
boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless
such action shall be defended by legal counsel acceptable to the CITY.
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 Amended agreement or because of
their execution, approval or attempted execution of this Amended agreement.
—3—
XII. INSURANCE
A. Comprehensive Liability. The ENGINEER shall provide,pay for and
maintain in effect, during the term of this Amended agreement, a policy of comprehensive
general liability insurance with limits of at least$1,000,000 aggregate for bodily injury and
$1,000,000 aggregate for property damage.
The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the
CITY as additional insured. The policy shall not be modified or terminated without thirty (30)
days prior written notice to the DIRECTOR.
The Certificate of Insurance which shall include Contractual obligation assumed by the
ENGINEER under Article X entitled "Indemnification" shall be provided.
This insurance shall apply as primary insurance with respect 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, alternatively, if the insurance states
that it is excess or prorate, it shall be endorsed to be primary with respect to the CITY.
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 damage to property.
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 ENGINEER shall carry Engineer'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 occurrence. 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.
XIII. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES.,
PROCEDURES AND SAFETY
The ENGINEER shall not have control over or charge of and shall not be
—4—
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.
XIV. NONDISCRIMINATION
In all hiring or employment made possible or resulting from this Amended 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 Amended
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 this Amended agreement and shall be grounds for
cancellation, termination or suspension, in whole or in part, of the Amended
agreement by the CITY.
XV. ASSIGNMENT AND SUCCESSORS
This Amended agreement and each and every portion thereof shall be binding upon the
successors and the assigns of the parties hereto; provided, however, that no
assignment shall be made without the prior written consent of the CITY.
XVI. DELEGATIONS AND SUBCONTRACTORS
Any assignment, delegation or subcontracting shall be subject to all the terms,
conditions and other provisions of this Amended agreement and the ENGINEER shall
remain liable to the CITY with respect to each and every item, condition and other
provision hereof to the same extent that the ENGINEER would have been obligated if
it had done the work itself and no assignment, delegation or subcontract had been
made.
Any proposed subcontractor shall require the CITY's advanced written approval.
—5—
XVII. NO CO-PARTNERSHIP OR AGENCY
This amended agreement shall not be construed so as to create a partnership,joint
venture, employment or other agency relationship between the parties hereto.
XVIII. SEVERABILITY
The parties intend and agreed that, if any paragraph, sub-paragraph,phrase,
clause or other provision of this Amended agreement, or any portion thereof, shall be
held to be void or otherwise unenforceable, all other portions of this Amended
agreement shall remain in full force and effect.
XIX. HEADINGS
The headings of the several paragraphs of this Amended agreement are inserted only
as
a matter of convenience and for reference and in no way are they intended to define,
limit or describe the scope of intent of any provision of this Amended agreement,nor
shall they be construed to affect in any manner the terms and provisions hereof or the
interpretation or construction thereof
XX. MODIFICATION OR AMENDMENT
This Amended agreement and its attachments constitutes the entire Amended
agreement of the
parties on the subject matter hereof and may not be changed,modified, discharged or
extended except by written amendment duly executed by the parties. Each party
agrees that no representations or warranties shall be binding upon the other party
unless expressed in writing herein or in a duly executed amendment hereof, or change
order as herein provided.
XXI. APPLICABLE LAW
This Amended 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 amended agreement shall be
in the Circuit Court of Kane County, Illinois.
—6—
XXII. NEWS RELEASES
The ENGINEER may not issue any news releases without prior approval from
the DIRECTOR, nor will the ENGINEER make public proposals developed under this
Amended agreement without prior written approval from the DIRECTOR prior to said
documentation becoming matters of public record.
XXIII. COOPERATION WITH OTHER CONSULTANTS
The ENGINEER shall cooperate with any other consultants in the CITY's
employ or any work associated with the PROJECT.
XXIV. INTERFERENCE WITH PUBLIC CONTRACTING
The ENGINEER 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.
XXV. SEXUAL HARASSMENT
As a condition of this contract, the ENGINEER shall have written sexual harassment
policies that include, at a minimum, the following information:
A. the illegality of sexual harassment;
B. the definition of sexual harassment under state law;
C. a description of sexual harassment,utilizing examples;
D. the vendor's internal complaint process including penalties;
E. the legal recourse, investigative and complaint process available through the
Illinois Department of Human Rights, and the Illinois Human Rights Commission;
F. directions on how to contact the department and commission;
G. protection against retaliation as provided by Section 6-101 of the Human Rights
Act.
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 other communications by the ENGINEER to the
DIRECTOR and to other participants which may affect cost or time of completion,
shall be made or confirmed in writing. The DIRECTOR may also require other
—7—
recommendations and communications by the ENGINEER be made or confirmed in
writing.
XXVII. NOTICES
All notices, reports and documents required under this Amended agreement shall be
in writing and shall be mailed by First Class Mail,postage prepaid, addressed as
follows:
A. As to CITY:
JIM BURNS
Deputy Chief of Police
City of Elgin
151 Douglas Avenue
Elgin, Illinois 60120-5555
B. As to ENGINEER:
RONALD VEGEMAST ENGINEERING,INC.
Interchange Tower, Suite 180
600 South Highway 169
Minneapolis, MN 55426-1296
IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and
executed this Amended agreement in triplicate as though each copy hereof was an original and
that there are no other oral amended agreements that have not been reduced to writing in this
statement.
For the CITY:
CITY OF ELGIN
By
City Manager
Attes
City Clerk
—8—
For the ENGINEER:
" AL AST ENGINEE NG, INC.
C.
Ronald Vegemast, Pre ' ent
Dated this 2 1 day of , A.D., 2666:
H:\Burns\WPDOC\CAD\Vegemast Engineering contract 2001.wpd
—9—
Tos t Flgin MRCS Pro 10-14-00.doc
t• . . :, :Page, ,
.
•
October 14, 2000
•
Deputy Chief James Burns
Elgin Police Department
151 Douglas Avenue
Elgin, IL 60120-5503
Dear Chief Burns:
•
This letter is a proposal to provided.profession engineering services related to •
the preparation of documents that may be used by the City of Elgin to add •
modern mobile data communications to the public safety computer automation
system.
The output products of the work to be preformed are two documents that may be
used for hardware/software procurement. The first document is a Request for
Bid document with a terms and conditions section and a technical requirements
section describing the hardware and software io 'be provided in fire and police
vehicles, and the associated fixed location controller equipment that is needed
for a mobile data communications system. This document may be used by the
city to obtain one or more bids to provide the needed hardware and software.
The data radio system to be used is the alerts system. The specification will
.
the MDCS contractor provide interfaces to the police and fire
also require that
records management systems, and to the PRC computer-aided dispatch system.
The second document is a set of requirements to be met by PRC so that the
computer-aided dispatch system functions as needed with the vehicle mounted
and a d the fixed location controller equipment.
All of the work of this project will be performed by Ronald Vegemast.
•
Planned steps to accomplish the work include:
1. Meet in Elgin with police and fire personnel to list requirements.
2. Follow-up with a telephone conference with Alerts personnel to obtain details
needed for the specification.
ecification.
specification document and the PRC
document and submit
3. Prepare a draft RFB p _
to Elgin personnel for review.
•
EXHIBIT A
Lor F odes-EI in MDCS Pro 10-14-00.doc age2
4. Meet again in Elgin with police and fire personnel to receive comments to the
draft documents. This meeting may be scheduled for the morning of Monday,
November 27, 2000.
5. Prepare a revised draft of the RFB and PRC documents and submit to Elgin
personnel
6. Receive comments to the second drafts during a telephone conference.
7. Prepare the final version of the documents.
The work is to be completed by December 24, 2000. This will require an
authorization to proceed delivered to us no later than October 25, 2000.
We expect that the work of this project will require 200 hours to complete. Mr.
Vegemast's year 2000 billing rate is $140.00 per hour to all clients. Travel
expenses and printing/shipping expenses will be billed at our cost plus 6% in
addition to the billings for professional services.
Please call me at(952) 545-8173 if there are any questions about any part of
•
this letter proposal. •
•
Sincerely,
Ronald Vegemast, P.E.
Principal
3
•
•
Ronald Vegemast Engineering, Inc. .;;
Interchange Tower,Suite 180
600 South Highway 169
Minneapolis,MN 55426-1296
Telephone:(612)545-8903
Facsimile:(612)545-9301
January 6, 2001
Deputy Chief James Burns
Chairman 9-1-1 Board
C/o Elgin Police Department
151 Douglas Avenue
Elgin, IL 60120-5503
Dear Chief Burns:
This letter is a proposal to provided continuing professional services related to
the procurement of equipment and software associated with mobile data
communications and automatic vehicle location for the City of Elgin.
We propose to provide professional services during three phases of the
procurement process. Those three phases are:
1. The proposal preparation phase.
2. The proposal evaluation phase.
3. The contract negotiation phase.
During the proposal preparation phase, we will answer all technical and
procedural questions that arise from potential proposers. After telephone
discussions with City of Elgin personnel, we will prepare appropriate addendums
for transmission to potential proposers by City of Elgin personnel. We anticipate
that there will be more than the normal amount of issues that arise during this
procurement because of the complexity of the procurement, the number of
interactive subsystems involved, and the options for submission of proposals
allowed.
During the proposal evaluation phase, we will provide a detailed review of all
proposals received, and we will develop a written list of questions to be submitted
by the City of Elgin to various proposers. We will suggest issues to be resolved
with proposers before an award is made. When issues are satisfactorily
resolved, we will prepare an award recommendation letter.
During the contract negotiation phase, we will review terms for the base
contract, terms of software licensing agreements offered to the City by the
+ ,ty - :r- 'S Y'' 3"2 fi' AYE ':'£ }'" "vt : �:.:`'yY a'. '` r - i ", .9 ;'t4
f, � S. .FI ,sit `tt:a':�' a. ,. .cN `Y�st�lW'�`'��X`-74�' ; . .. ._ _ rn.?6-`rr 3'�r..... .,. T-;':.....
selected proposers, and tha technical content as various iterations of the contract
wording are developed.
All of the work of this project will be performed by Ronald Vegemast.
Planned steps to accomplish the work include:
Mr. Vegemast's will perform the described professional services for lump sum
amounts as follows:
1. The proposal preparation phase, $4,480.00 based on 32 hours @ $140.00
per hour. f coy .elite' b��} S-1-o l
2. The proposal evaluation pfiase, $5,600.00 based on 40 hours @ $140.00 per
hour.— co -1-OI
3. The contract negotiation phase, $5,600.00 based on 40 hours @ $140.00 per
hour.
Any travel expenses and printing/shipping expenses will be billed at our cost plus
6% in addition to the billings for professional services.
The additional professional services described in this letter may be added to the
services described in the existing contract between this firm and the City of Elgin.
Please call me at (952) 545-8173 if there are any questions about any part of this
letter proposal.
Sincerely,
Ronald Vegemast, P.E.
Principal
Cc Lori Moses
ir d .1
OF
�'€ City of Elgin Agenda Item No.
0 II
40E00' r "� t ,,.�
L 4�: , ,.
March 14 , 2001 G hi
1 ti ..
N
TO: Mayor and Member of the City Council SAFE CdMMIJNITY
FROM: Joyce A. Parker, City Manager
SUBJECT: Addition to Contract with Vegamast Engineering
for Computer Aided Dispatch System
PURPOSE
The purpose of this memorandum is to provide the Mayor and members
of the City Council with information to consider approval of a
contract amendment with Ronald Vegamast Engineering for services
related to the City-wide Computer Aided Dispatch System.
BACKGROUND
In 1995, the City formed a committee to develop and deploy a
Computer Aided Dispatch (CAD) System for the Police and Fire
Departments . Since that time, the project has been separated into
three distinct parts, with Phase I and Phase II now completed.
Phase I placed the computer dispatch system in the hands of the
dispatchers and went live in 1996 . Phase II enhanced that
capability to include mapping and Mobile Data terminals in the
police vehicles . Phase III will complete the project by placing
Mobile Computers in the Fire Units and providing CAD information in
the mobile units and Automatic Vehicle Location (AVL) data to aid
in dispatching.
On November 15, 2000, the City Council approved a contract with
Vegamast Engineering to develop a Request for Bids document for the
City for Phase 3 of the Computer Aided Dispatch System (Exhibit A) .
This contract was executed and all of the work was completed. At
the time the contract was signed, Ronald Vegamast had planned to
retire on December 31, 2000, immediately after completing the work
for the City. As a result, the CAD Committee, composed of members
of the Police and Fire Departments, had planned to try and analyze
the proposals that were received, without benefit of a professional
engineer. This task was risky and problematic, but the committee
saw no other alternative . This contract provides an alternative, to
use a professional engineer for this task.
I
f
Contract with Vegamast Engineering
March 14 , 2001
Page 2
Ronald Vegamast has now decided not to retire until the end of 2001
and he will , therefore, be available for the review of the
proposals . The CAD committee asked for and received a proposal from
Vegamast Engineering for reviewing services and that is attached
(Exhibit B) . This contract for additional services will ensure that
the City receives the best available system for the best price and
that nothing is missed in the proposals . Vegamast Engineering has
been involved in all phases of this project to date and they are
the best firm to conduct this review. Vegamast Engineering was
originally selected as a result of a competitive Request for
Proposals and has been working with the City and the E911 Board
since the beginning of enhanced 911 in Elgin.
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
The Emergency Telephone System Board has reviewed and recommended
this addition to this contract .
144.,FINANCIAL IMPACT
The not-to-exceed fee charged by Vegamast Engineering will total
$17, 600 . Although this item was not specifically budgeted,
sufficient funds are available within the E911 Fund to pay for this
contract . Account number 220-0000-791 . 30-99, will be charged.
LEGAL IMPACT
1
4°V None .
ALTERNATIVES
The City Council can choose to have the City employees on the CAD
committee evaluate and make recommendations on the proposals
received without the assistance of a professional engineer.
RECOMMENDATION
It is recommended that the City Manager be authorized to execute
the contract addition with Vegamast Engineering for $15, 680 and up
to $2 , 000 for related expenses .
Respectfully submit ed,
J ce . Parker
City Manager