Loading...
HomeMy WebLinkAbout07-132 Resolution No. 07-132 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH TURN-KEY NETWORK SOLUTIONS, INC. FOR INSTALLATION OF FIBER OPTIC CABLE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin, City Manager, and Jennifer Quinton, Acting City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Turn-Key Network Solutions, Inc. for installation of fiber optic cable, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: June 13, 2007 Adopted: June 13, 2007 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Jennifer Quinton Jennifer Quinton, Acting City Clerk AGREEMENT THIS AGREEMENT, made and entered into this 16s' day of May, 2007 by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and Turn-Key Network Solutions, Inc., a Michigan corporation, authorized to do business in the State of Illinois (hereinafter referred to as"VENDOR"). WHEREAS, the CITY desires to engage the VENDOR to furnish certain professional services in connection with the Installation of Single Mode Fiber Optic Cable (hereinafter referred to as the Fiber Installation Project). AND NOW, THEREFORE, it is hereby agreed by and between the CITY and the VENDOR that the CITY does hereby retain the VENDOR 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 consulting matters involved in the FIBER INSTALLATION 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 the MIS Director of the CITY,herein after referred to as the"MANAGER". B. VENDOR shall provide to the CITY the services as set forth in the Scope of Services is attached hereto as Attachment A, proposal RFP 07-055 dated April 30, 2007. In the event of any conflict between the terms and provisions of this Agreement and the terms and provisions of Attachment A, the terms and provisions of this Agreement shall control. II. PROGRESS REPORTS The VENDOR will submit to the MANAGER a detailed schedule outlining the steps to be taken during the FIBER INSTALLATION PROJECT and scheduled dates of completion for each. III. WORK PRODUCTS All work products prepared by the VENDOR pursuant hereto including, but not limited to, reports,studies,and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the MANAGER provided, however, that the VENDOR may retain copies of such work products for its records. IV. PAYMENTS TO THE VENDOR(Not To Exceed Method) A. The CITY shall reimburse the VENDOR for services under this Agreement a not to exceed amount of $513,505, regardless of actual Costs incurred by the VENDOR unless SUBSTANTIAL modifications to the FIBER INSTALLATION PROJECT are authorized in writing by the MANAGER. VENDOR shall perform the services pursuant to this Agreement according to the schedule attached hereto. B. For outside services provided by other firms or sub-Vendors, the CITY shall pay the VENDOR the invoiced fee to the VENDOR. No such outside services shall be provided by other firms or sub-Vendors unless the VENDOR receives the CITY's 1 advanced written approval. C. The CITY shall pay to the VENDOR the actual costs of reimbursable items listed in Attachment A, as well as the additional services if requested by the City at the prices stated in Attachment A. D. The CITY shall make periodic payments to the VENDOR based upon actual progress within 30 days after receipt and approval of invoice. Total of periodic payments to the VENDOR shall not exceed the amount shown in paragraph A above,and full payments for each task shall not be made until the task is completed and accepted by the MANAGER. V. INVOICES A. The VENDOR shall submit invoices in a format approved by the CITY. B. The VENDOR shall maintain records showing actual time devoted and cost incurred. The VENDOR shall permit the authorized representative of the CITY to inspect and audit all data and records of the VENDOR for work done under this Agreement. The VENDOR 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 VENDOR. In the event that this Agreement is so terminated, the VENDOR 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 Agreement shall become effective as of the date the VENDOR is given a notice to proceed and,unless terminated for cause or pursuant to Article VI,shall be deemed concluded on the date the CITY determines that all of the VENDOR'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 the Agreement. VIII. NOTICE OF CLAIM If the VENDOR wishes to make a claim for additional compensation as a result of action taken by the CITY, the VENDOR 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 made. Any changes in the VENDOR's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the VENDOR. Regardless of the decision of the MANAGER relative to a claim submitted by the VENDOR, all work required under this Agreement as determined by the MANAGER 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 suitable to the violation or breach;and, in addition, if 2 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 Agreement,the other party may terminate this Agreement. X. INDEMNIFICATION A. To the fullest extent permitted by law, VENDOR 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, attorneys 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 VENDOR in connection herewith, including negligence or omissions of employees or agents of the VENDOR arising out of the performance of this 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 of the CITY's choosing. The provisions of this paragraph shall survive any completion,expiration and/or termination of this Agreement. B. To the fullest extent permitted by law, CITY agrees to and shall indemnify, defend and hold harmless the VENDOR, its directors, officers, employees, and agents from and against any and all claims,suits,judgments,costs,attorneys 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 CITY in connection herewith, including negligence or omissions of employees or agents of the CITY. In the event of any action against the VENDOR, its directors, officers, employees, and agents covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended be legal counsel of the VENDOR's choosing. The provisions of this paragraph shall survive any completion,expiration and/or termination of this Agreement. 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 VENDOR shall provide, pay for and maintain in effect, during the term of this 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 VENDOR shall deliver to the Purchasing 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 City. The Certificate of Insurance which shall include Contractual obligation assumed by the VENDOR 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 3 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. XIII. 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 this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XIV. ASSIGNMENT AND SUCCESSORS This 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. XV. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the VENDOR shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the VENDOR 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. XVI. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between the parties hereto. XVII. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable,all other portions of this Agreement shall remain in full force and effect. 4 XVIII. HEADINGS The headings of the several paragraphs of this 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 Agreement,nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XIX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire 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. XX. 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. XXI. NEWS RELEASES The VENDOR may not issue any news releases without prior approval from the MANAGER, nor will the VENDOR make public proposals developed under this Agreement without prior written approval from the MANAGER prior to said documentation becoming matters of public record. XXII. COOPERATION WITH OTHER VENDORS The VENDOR shall cooperate with any other Vendors in the CITY's employ or any work associated with the FIBER INSTALLATION PROJECT. XXIII. INTERFERENCE WITH PUBLIC CONTRACTING The VENDOR 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. XXIV. SEXUAL HARASSMENT As a condition of this contract, the VENDOR 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; 5 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. XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by the VENDOR to the MANAGER and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The MANAGER may also require other recommendations and communications by the VENDOR be made or confirmed in writing. XXVI. COMPLIANCE WITH LAWS Notwithstanding any other provision of this AGREEMENT it is expressly agreed and understood that in connection with the performance of this AGREEMENT that the ENGINEER 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. ENGINEER 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." XXVII. NOTICES All notices,reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid,addressed as follows: A. As to CITY: Jeff Massey MIS Director City of Elgin 150 Dexter Court Elgin,Illinois 60120-5555 B. As to VENDOR: Doug Lautenbach President Turn-key Network Solutions,Inc. 2—84th St. SW Byron Center,MI 49315 6 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 B By: Cit lerk City Manag r (SEAL) For the VENDOR: Dated this 16th day of May,A.D.,2007. ATTEST: TURN-KEY NETWORK SOLUTIONS, INC. By: x��� By: 6r- Secretaryssz O President (SEAL) 7 002—84th Street Byron Center,MI 49315 Phon lUrrm e: 616.455.9840 Fa Network Solutions, Inc. Proposal A. The Vendor a. Turnkey Network Solutions, 002—84`h Street SW, Bryon Center, MI 49315 b. Jeff Thon, office - 616.988.3346; fax—616.455.9845; email— jthon(a,tkns.net c. Turn-Key Network Solutions, Inc. was formed in 2000 as a telecommunications contractor with headquarters in Grand Rapids, Michigan. The concept behind Turn-Key was simple—to provide a "Turn-Key" solution for our customers' telecommunications needs. Instead of having to contract with multiple vendors, Turn-key would handle all aspects of the job. This approach was cemented in 2001 with the onset of our relationship with SBC for Central Office engineering and installation through our"Cluster" contract. Our reach expanded in 2002 when we opened a second office in Muncie, IN which supported our operations in Indiana and Ohio. In 2003 we opened our office in Detroit, MI to support the many projects and on-going work in that area. As our reputation grew so did the demand for our services. In 2005, we opened an office in Columbus, Ohio to meet this demand. In 2006,we moved our office in Indiana from Muncie to Indianapolis to have a more centralized location. And in 2007, we have opened our office in Chicago, IL. In our six and a half years in business we have been involved in many exciting and important projects including the engineering and installation of the Ford Motor Company's "Dearborn Fiber Network"which today ties over 45 Ford building together with a private fiber network spanning Dearborn and Allen Park. We have also been very involved in the construction of State-wide fiber networks for both Verizon Wireless and Cingular Wireless. d. Turn-key Network Solutions, Inc. is a privately held telecommunications contractor based in Grand Rapids, MI that focuses on providing a complete solution to our customers telecom infrastructure needs. We offer a complete line of services ranging from outside plant (OSP) engineering, construction, and maintenance to Central Office(CO) design, installation and equipment turn up and testing. We are also a certified distributor of the full range of Cisco electronics with a focus on optical transmission products. With over 100 employees focusing on the needs of customers, Turn-key has quickly become the premier provider of fiber optic based telecom contracting in the mid-west. Our employees provide our services, not subcontractors, giving us ultimate control over quality, cost, and 1 1 schedule. We pride ourselves on being the "Single source solution for all of your telecommunications infrastructure needs". e. Office Listings—The Chicago office would be the primary office responsible for handling this project. Their office hours are 7am to 5pm, but crews are on call 24/7 for maintenance and emergency services. i. Executive Offices and Operations Headquarters—Grand Rapids,MI 2—84th Street Byron Center, MI 49315 Tel: 616-455-9840 Fax: 616-455-9845 ii. Columbus, OH Office 3450 Millikin Court Suite A Columbus, OH 43228 Tel: 614-527-7222 Fax: 614-527-8885 iii. Indianapolis, IN Office 1728 Churchman Ave Indianapolis, IN 46203 Tel: 317-777-7500 Fax: 317-777-7491 iv. Chicago, IL Office 11870 Route 47 Huntley, IL 60142 Tel: 847-404-6925 f. If a problem arises, our crew leader would involve our Project Manager; if our Project Manager can not solve the issue then our Director would be contacted, then to the Vice President level and then to the President. g. Turn-Key Network Solutions, Inc. is not involved in any outstanding litigation. B. References and Clients a. City of Northbrook, Kelly Hamill, (847) 272-5050 b. John Dystra; Level 3 Communications, (708)410-1683 c. Tom McGrath, Telecom General Contractor, (312) 733-3828 d. Tim Hall, US Signal Corporation, (616) 988-7035 e. Lars Nyquist, Infinity Fiber, (574)472-0752 C. The Technical Proposal a. Section 1 —Turnkey's approach to this section will be placing lx1.25" inner duct in an existing 2.5" inner duct. We will be using a power rodding truck where accessible and a small hydraulic pulling machine for any other locations. The fiber will be placed via a pneumatic blowing machine and by hand if needed. The fiber will be terminated using a Sumitomo fusion splice machine and bi-directionally tested with an OTDR machine. b. Section 2 —Turnkey's approach to this section will be placing lx2"inner duct via directional bore machine,placing four new hand holes with a 320001b lid, placing 100' maintenance coils in each hand hole, and place fiber via pneumatic blowing machine. The fiber will be terminated using a Sumitomo fusion splice machine and bi-directionally tested with an OTDR machine. Our price includes a complete engineering and CAD prints. c. Section 3 —Turnkey's approach to this section will be placing lx2"inner duct via directional bore machine,placing 22 new hand holes with a 320001b lid,placing 100' maintenance coils in each hand hole and place fiber via pneumatic blowing machine. The fiber will be terminated using a Sumitomo fusion splice machine and bi-directionally tested with an OTDR machine. Our price includes a complete engineering and CAD prints. d. Section 4—Turnkey's approach to this section will be placing lx2"inner duct via directional bore machine, placing 10 new hand holes with a 320001b lid, placing 100' maintenance coils in each hand hole and place fiber via pneumatic blowing machine. The fiber will be terminated using a Sumitomo fusion splice machine and bi-directionally tested with an OTDR machine. Our price includes a complete engineering and CAD prints. Cost Proposal A. j Item Unit Rate Engineering ft. $ 0.75 Place inner duct ft. $ 1 .25 Place fiber ft. $ 0.75 Directional Bore - City ft. $ 9.00 Directional Bore - Rural ft. $ 7.00 Place Hand Hole ea. $ 500.00 Fusion Splice ea. $ 50.00 a. Section 1 Materials $ 24.491 .48 Equipment $ 15,561.70 Labor $ 62,246.82 Total Project Section 1 $ 102,300.00 b. Section 2 Materials $ 12,187.45 Equipment $ 10,173.51 Labor $ 40,694.04 Total Project Section 2 $ 63,055.00 c. Section 3 Materials $ 54,965.61 Equipment $ 35,776.88 Labor $ 143,107.52 Total Project Section 3 $ 233,850.00 d. Section 4 Materials $ 22,135.10 Equipment $ 18,432.98 Labor $ 73,731.92 Total Project Section 4 $ 114,300.00 e. If per diem and any other travel expenses are needed, then these dollars are included in the above costs. f. This price does not include any permit fees. All permit fees to be paid by owner. CITY OF ELGIN, ILLINOIS,CERTIFICATION REQUIREMENTS Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. 1. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors,herein referred to as"bidders,"are requested to submit the following information: a. Work force analysis using the enclosed Bidder's Employee Utilization form. b. Provide the information required in Item #3 on the Employee Utilization Form if the answer to Question#2 on the form is"Yes." c. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.) 2. To assure compliance with the City of Elgin's Sexual Harassment Ordinance, all bidders must submit a signed sexual harassment form enclosed with the Invitation to Bid. 3. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. 4. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. 5. The successful bidder agrees that, upon acceptance by the City of Elgin,the executed Invitation to Bid, along with all instructions, conditions, and specifications attached thereto, constitute a binding contract which may be enforced by the city. Signature/Title its t cki 11 Company TLU I4— �+.f�1>,J�6(( t��l�t`"t6`ti I t'1c. Address 2 -2441 Siw.e.,4- Thirtrik CictitkirM 149315 Phone (Q 40 — 456-- 9&4D Fax ( - 45 5- g445 Email j4kotj -11 S. y1Q,f FEIN 3$-352.409 2 3 CITY OF ELGIN, ILLINOIS, BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action-City Contracts 1. Name and Address of Bidder Description ofPro''ect `-tT,trn- 61 Iie,4turry , ,lttfiero S, loc. CA o t l �/y� f $G�h Sited 3W ktSa 911 < MH f4,I►�dt Pber irtryl lf r MA ,4'315 c_ ' '.CIF, JOB Total Whites Blacks Hispanics Asians or American Minority Female CATEGORIES Employees Pacific Indians (M&F) (All Islanders Categories) M / F M /F M I F M I F M / F Example: 18 3 5 3 2 4 I 55.6% 44.4% Managers (10/18) (8/18) 0 lce.s+4 ld t 5 bY. 83.3'4 osP Etoternr I 4 3 O% _ 42. 11 ceMhu(o r 1% 11 I VA, 5.61 fl dfr S q -41. Quo 0% ove s-bacta 49 47 2 4.t`/ o% Sealer m itt+ (0 5 I 66): 1t0.1/ Sa tts 4 4 6% 0% ~ TOTALS "f l 01 10 7- Z!p 10 ' Signature of mpany Official Title Telephone Number Date Signed Page 1 49 . i--- fl 3 dean- (:¢it —4 5-9840 41z5107 of_11- 1 2. Have you ever been awarded a bid by the City of Elgin? Yes V No 3. If the answer to question#2 is Yes,please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows underutilization of minorities and/or females, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc., fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City, amongst other actions, may cancel, terminate,or suspend the contract in whole or in part. 3 CITY OF ELGIN, ILLINOIS, EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in Item#4 of the Bidder's Employee Utilization Form shall: 1. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization, 5. Indicate bidder's consent to submit to the City of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, and selection and hiring of job applicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of.Elgin. 8. Clearly state the bidder agrees that: "Bidder(company name)shall not discriminate against any employee or applicant on the basis of race, color, religion, sex, national origin, age, place of birth, ancestry, martial status, or disability (physical or mental)which will not interfere with the performance of the job in question." Description of Groups for Classification Purposes White: all persons having origins in Europe,North America,or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican,Puerto Rican,Cuban,Central South American,or other Spanish culture or origin,regardless of race Asian American: all persons having origins in the Far East, Southeast Asia,the Indian subcontinent,or the Pacific Islands American Indians: all persons having origins in any of the original peoples of North America who maintain cultural identification through tribal affiliation or community recognition I I 4 { I • CITY OF ELGIN, ILLINOIS SEXUAL HARASSMENT—POLICIES AND PROGRAMS Effective July 1, 1993, every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: • the illegality of sexual harassment • the definition of sexual harassment under state law • a description of sexual harassment,utilizing examples • a vendor's internal complaint process including penalties • the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission • directions on how to contract the department and commission • protection against retaliation as provided by Section 6-101 of the Human Rights Act I hereby affirm that the organization which I represent has in place sexual harassment policies which include the required information set fourth above, and I hereby agree to furnish the City of Elgin - Human Resources Department with a copy of these policies if they so request. Signature/Title Company Tu -14- 141 Sol u,4iO'V►S, hiC. Date 4/2,5/oi Sexual harassment is defined as follows: "Sexual harassment"means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when(1)submission to such conduct is made either explicitly or implicitly a term or condition of an individual's employment,(2)submission to or rejection of such conduct by an individual is used as a basis for employment decisions affecting such individual,or(3)such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating,hostile,or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin-Human Resources Department at(847)931-5618. I hereby agree to fully indemnify and hold the City of Elgin harmless from any and all liability, loss, or damage, includingcosts of defense or claim, demands, costs of judgment g , J g against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the performance of this contract. S ignature/Title Company {i M—ULy kteilik ?rte-- &(whevtst I Y1C. Date 412510 5 CITY OF ELGIN,ILLINOIS TAX COLLUSION/DEBARMENT/PREVAILING WAGE AFFIDAVIT State of /11.'e./ ss. County of Y/ Docyjczo , being first duly sworn, deposes and says: That s/he isicivi1. " of the firm of the party making the foregoing bid and that the bidder is not barred from contracting with any unit or local government as a result of a violation of 720 Illinois Compiled Statutes, Section 5/33E-3 or 5/33E-4, as amended; and, no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain freedom of competition by agreement has taken place, and, bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. The bidder also certifies that it shall comply, where applicable,with the Prevailing Wage Act 820 ILCS 130/0.01 et seq. Signature of Bidder, if an individual: Signature of Bidder, if a partnership: Subscribed and sworn to before me this 2;5 day of ,alp y --,20o Signature of Bidder, if a corporation: My commissio expires: 5f,Z��Ir II President Secretary MATHtAS METZGER Notary public.State o1 Michigan County of Kent My Commission Expires:05/21/2011 Acting in the County o(____ 6' AGREEMENT THIS AGREEMENT,made and entered into this_day of ,2007 by and between the CITY OF ELG1N, an Illinois municipal corporation (hereinafter referred to as "CITY") and , a corporation, authorized to do business in the State of (hereinafter referred to as "VENDOR"). WHEREAS, the CITY desires to engage the VENDOR to furnish certain professional services in connection with the Installation of Single Mode Fiber Optic Cable (hereinafter referred to as the Fiber Installation Project). AND NOW,THEREFORE,it is hereby agreed by and between the CITY and the VENDOR that the CITY does hereby retain the VENDOR 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 consulting matters involved in the FIBER INSTALLATION 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 the MIS Director of the CITY,hemetn after referred To as The"IviANAULK". B. VENDOR shall provide to the CITY the services as set forth in the Scope of Services is attached hereto as Attachment A, proposal dated . In the event of any conflict between the terms and provisions of this Agreement and the terms and provisions of Attachment A,the terms and provisions of this Agreement shall control. IL PROGRESS REPORTS A. A detailed schedule for the FIBER INSTALLATION PROJECT is included as Attachment B, attached hereto. Progress will be recorded on the schedule and submitted monthly as a component of the Status Report described in C.below. B. The Vendor will submit to the MANAGER a detailed schedule outlining the steps to be taken during the FIBER INSTALLATION PROJECT process and dates of completion for each. III. WORK PRODUCTS All work products prepared by the VENDOR pursuant hereto including, but not limited to, reports,studies,and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the MANAGER provided, however, that the VENDOR may retain copies of such work products for its records. IV. PAYMENTS TO THE VENDOR(Lump Sum Method) A. The CITY shall reimburse the VENDOR for services under this Agreement a lump sum of ($ ), regardless of actual Costs incurred by the VENDOR unless SUBSTANTIAL modifications to the FIBER INSTALLATION PROJECT are authorized in writing by the MANAGER. VENDOR shall perform the services 7 CNA SURETY"' BID BOND (Percentage) BOND No. KNOW ALL PERSONS BY THESE PRESENTS,That we Turn..-Key Network 5-ciution;s, ac of 2 - 84th.__.Street SW. S ite C. Byxon Center, Et1.. 49315 , hereinafter referred to as the Principal, and Western Surety Company as Surety, are held and firmly bound unto City of Elgin of 150 Dexter Court, Elgin, IL 60120 , hereinafter referred to as the Obligee, in the amount of 1.0 4L Amount B t...... >a of (Amount Bi. _), for the payment of which we bind ourselves, our legal representatives, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for_.._.___.._....,._ 1nsta1lati.or, of Single moste Fiber Ont.ic Cable -__ _ NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this _.. 24th day of _April 2•007 Principal Turn-Key Network. Solutions;. Inc•. Surety Western Surety Company BY: _ _�s''a4 Dennis . H- dricks ,Attorney-in-Fact • • Form F4595-8-2001 • . Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Thomas L Stuit,Dennis Jay Hendricks,Edward W Berends,Jerry H Niewiek,Individually of Grandville,MI,its true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts— and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 27th day of October,2006. suatr,. WESTERN SURETY COMPANY .7412.4Z7-Paul .Brufat,Senior Vice President State of South Dakota ss County of Minnehaha On this 27th day of October,2006,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires D.KRELL November 30,2012 / \NOTARY PUBLIC/ J r SOUTH DAKOTA r D.Krell,No ary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 24th day of April , 2007 . Ec WESTERN SURETY COMPANY eo Aror*� (4: 24111771 -/ L.Nelson,Assistant Secretary Form F4280.09-06 lob F 6- c�i City of Elgin Agenda Item No. .— r it E ` May 18, 2007 L i.p `ig QqQ rfPt ► M a 111 TO: Mayor and Members of the City Council I L 6P i1�i QIQ N � ,„ FROM: Olufemi Folarin, City Manager :p‘4.0 Jeff Massey, MIS Director RNAM IA YS ENT IITTY VI GOVERNMENT EF AND[DUALITY INFRASTRUCTURE SUBJECT: MIS RFP 07-055 Installation of Fiber Optic Cable PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider an agreement with Turn-Key Network Solutions, Inc. for the installation of fiber optic cable. RECOMMENDATION It is recommended that the City Council approve the agreement with Turn-Key Network Solutions, Inc in the amount of$513,505 for the installation of fiber optic cable. BACKGROUND In 1994,the cable TV franchise holder(then Jones Intercable), along with their own system, built a fiber optic institutional network and turned it over to the City. This fiber network, now known as Elginet, is shared by intergovernmental agreement between the City of Elgin, School District U46, Elgin Community College, and Gail Borden Library District. Some of the fiber provided by Jones is now being used by the City as a fiber optic network that connects City Hall, Police Department, Hemmens Auditorium, Fire Station 1, FS2, FS3, FS4, and FSS. Elginet has proved to be of such usefulness and benefit that all of the fiber strands provided by Jones are now being used by one of the four partner agencies. In 2002 and 2003 the City extended the fiber network, adding more than 10 miles of new fiber that connected the Public Works facility, the Water Department facilities at Slade Ave meter shop, Riverside Water Treatment Plant, Airlite Water Treatment Plant, Wing Park facilities, Lords Park facilities, Highlands Pro Shop, Sports Complex facilities, Bluff City Cemetery office, and Fire Station 6. At the completion of that fiber project, all City facilities were connected to the fiber optic wide area network. The fiber network provides a high bandwidth backbone that allowed the City to install a Voice Over IP phone system in 2003. The VOIP system has saved the City over $200,000 per year in telephone communication charges over the last 4 years, completely paying for the cost of installing the fiber. The fiber WAN also allows the City to have a centralized data storage and server infrastructure reducing system acquisition and maintenance costs. RFP 07-055 Installation of Fiber Optic Cable May 18, 2007 Page 2 To continue the success and usefulness of the fiber optic network, all new City facilities have been scheduled to receive the fiber. The subject contract will add almost 10 miles of new fiber to the City network. Fiber optic cable will be installed from Riverside Water Treatment Plant to Airlite Water Plant in conduit that was installed as part of the 2005 water main project. This will provide a fiber loop between the water plants to allow the water SCADA management system to remain fully operational in the event of a break in the network and provide fiber capacity for new City facilities west of Randall Road. This new fiber will then be extended to the Hawthorn Hill nature center, Fire Station 7, and the Bowes Creek Country Club. The fiber itself has a useful life expectancy of more than 30 years. This fiber network will also serve as a backhaul connection for the City-wide, outside wireless network system now being designed. Each City facility with a fiber connection will be a primary access point to bring the wireless network into the city system. Five vendors responded to the request for proposals. All five are highly qualified fiber optic contractors. Turn-Key Network Solutions, Inc. has provided the most responsive, lowest cost proposal. The cost tabulation sheet is attached. Turn-Key has been installing fiber cable since 2000 and has completed several similar projects for other municipalities and communication carriers in the Northeastern Illinois area. Turn-Key has a local office in Huntley Illinois. References were contacted and provided very positive recommendations. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED Toll Brothers representatives have initially indicated that the installation of fiber optic cable is not included within the scope of the golf course development agreement with the City and as a result is not their financial responsibility. Conversations between the parties are ongoing in an effort to resolve the issue. AFINANCIAL IMPACT itoL., The contract with Turn-Key Network Solutions, Inc is for $513,505. There are funds budgeted and available for the installation of fiber optic cable. The project has been divided into four segments. Each segment has its own funding source. Segment 1 Riverside WTP - Airlite WTP ; $105,350 ;Water Operating Fund, account number 401-4002-771.91-46, project 409698, $125,000 budgeted and available. Segment 2 Airlite WTP - Hawthorn Hill ; $ 63,055; Park Development Fund- West Zone Capital, account number 340-0000-795.92-36, project 509501; $1,214,675 budgeted, $104,915 available. RFP 07-055 Installation of Fiber Optic Cable May 18, 2007 Page 3 Segment 3 Hawthorn Hill - Fire Station 7; $233,850 ; Riverboat Lease Fund, account number 276-0000- 791.92-36, project 289506; $4,902,350 budgeted, $1,736,000 available. Segment 4 Fire Station 7 - Bowes Creek CC $111,250 ; Riverboat Lease Fund, account number 276-0000-791.92-32, project 509687; $200,000 budgeted and available. v\f"\)LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to approve the contract with Turn-Key Network Solutions. 2. The City Council may choose to award the contract to a qualified competing vendor. 3. The City Council may choose to not award the contract for installation of fiber optic cable. Respectfully submitted for Council consideration. JM Attachment RFP 07-055 Installation of Fiber Optic Cable May 18, 2007 Page4 RFP 07-055 Installation of Fiber Optic Cable Cost Tabulation Sheet: Vendor Total Cost Turn-Key Network Solutions $513,505 002— 84th Street Byron Center, MI 49315 Michels Corporation $608,279 817 W. Main St Brownsville, WI 53006 Kelso-Burnett $639,429 5617 Sockness Dr. Rockford, IL 61109 Adesta $696,708 1200 Landmark Center Omaha, NE 68102 Pace Systems $729,963 2040 Corporate Lane Naperville, IL 60563