HomeMy WebLinkAbout97-28 Resolution No. 97-28
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH
PRC PUBLIC SECTOR, INC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Robert 0. Malm, Interim City Manager, and
Dolonna Mecum, City Clerk, be and are hereby authorized and
directed to execute an agreement on behalf of the City of
Elgin with PRC Public Sector, Inc. for professional services
in connection with the Geographic Information System and
Computer Aided Dispatch, a copy of which is attached hereto
and made a part hereof by reference.
s/ Kevin Kelly
Kevin Kelly, Mayor
Presented: January 22, 1997
Adopted: January 22, 1997
Omnibus Vote: Yeas 6 Nays 0
Attest:
s/ Dolonna Mecum
Dolonna Mecum, City Clerk
,Committee of the Whole Meeting
December 18, 1996
Page 4
develop the Wing Park Interage Activity Area. Yeas :
Councilmembers Gavin, Gilliam, McKevitt, Schock, Walters,
Yearman and Mayor Kelly. Nays : None.
Purchase for Geographic Information System Computer Hardware and
Software
Councilman McKevitt made a motion, seconded by Councilwoman
Yearman, to authorize the purchase of ARCINFO software at the
sum of $8, 100 and a DEC Unix Server at the sum of $34 , 000 from
ESRI using the State of Illinois Master Purchase Contract and to
approve a contract for professional services with PRC
Geo-Services Division for a fixed price of $80, 918 . 00 . Yeas :
Councilmembers Gavin, Gilliam, McKevitt, Schock, Walters,
Yearman and Mayor Kelly. Nays : None.
Joint Agreement with Illinois Department of Transportation for
Motorola Access Road
Councilwoman Yearman made a motion, seconded by Councilman
Walters, to execute the intergovernmental agreement with the
Illinois Department of Transportation. Yeas : Councilmembers
Gavin, Gilliam, McKevitt, Schock, Walters, Yearman and Mayor
Kelly. Nays : None.
Recommendation from Neighborhood Services Committee for
Installation of Two-way Stop at Intersection of Healy Street and
Barrett Street
Councilman Gavin made a motion, seconded by Councilman Walters,
to authorize the establishment of a two-way stop at the
intersection of Healy Street and Barrett Street. Yeas :
Councilmembers Gavin, Gilliam, McKevitt, Schock, Walters ,
Yearman and Mayor Kelly. Nays : None.
Recommendation from Neighborhood Services Committee for
Establishment of No Parking Zone on South Street at Alfred Avenue
Councilman McKevitt made a motion, seconded by Councilman
Gilliam, to authorize the establishment of a "NO PARKING ANYTIME
ON THIS SIDE OF STREET" parking restriction along the north side
of South Street from South Alfred Avenue to a point 175 feet
east of South Alfred Avenue. Yeas : Councilmembers Gavin,
Gilliam, McKevitt, Schock, Walters, Yearman and Mayor Kelly.
Nays : None.
Gasket Drive Parking Restriction
Councilman McKevitt made a motion, seconded by Councilman
Walters, to authorize the establishment of a "No Parking Any
Time This Side of Street" parking restriction along both sides
of Gasket Drive and for the entire length of Gasket Drive.
AGREEMENT
THIS AGREEMENT is made and entered into this 4 , day of
FE ,157, , 19 ! ', by and between the City of Elgin, an Illinois
municipal corporation (hereinafter referred to as "City" ) and
PRC Public Sector, Inc . , an Illinois corporation(hereinafter
referred to as "Contractor" ) .
WHEREAS, City desires to engage Contractor to furnish
certain professional services in connection with the
Geographic Information System (GIS) base map databases and
Computer Aided Dispatch (hereinafter referred to as the
"Project" ) ; and
WHEREAS, Contractor represents that it is in compliance
with all applicable Illinois statutes relating to professional
registration of individuals and corporations and has the
necessary expertise and experience to furnish such services
upon the terms and conditions set forth herein below.
NOW, THEREFORE, in consideration of the mutual promises
and covenants contained herein, the sufficiency of which is
hereby acknowledged it is hereby agreed by and between City
and Contractor that City does hereby retain Contractor to
provide certain services pursuant to matters involved in the
Project as described herein, subject to the following terms,
conditions and stipulations , to-wit:
I . SCOPE OF SERVICES
A. All work hereunder shall be performed under the
direction of the Management Information Services
Director of City (hereinafter referred to as
"Director" ) , and shall include:
B. Base Scanning
Street Segments
Address Attribution, Verification, Validation
Atom Construction
Hydrants
Building Footprints
Base Map Calibration & Registration
Deliver Base Map, CAD Geofile
C. A detailed Scope of Services as described in the
following documents, which are attached hereto and made
a part hereof as Attachment "A" :
-- "GIS Survey Report" ( 10/11/96)
"Hydrant, Footprint & AVL Readiness"
supplemental descriptions ( 11/11/96)
-- "Response to Elgin's Questions" ( 11/15/96)
-- "Further Clarifications . . . " ( 11/26/96 )
II . PROGRESS REPORTS
A. All services shall be completed within 120 days after
transmission of a written order from City. An outline
project milestone schedule is provided in "GIS Survey
Report" for task breakdown.
B. A detailed project schedule for the Project is attached
hereto as Attachment "S" . Progress shall be recorded
on the project schedule and submitted monthly to City
as a component of the Status Report described in
Section II (C) below.
C. Contractor shall submit to the Director monthly a
Status Report keyed to the Project Schedule. A brief
narrative will be provided identifying progress,
findings and outstanding issues .
III . WORK PRODUCTS
All work products prepared by Contractor pursuant
hereto including, but not limited to, reports, work
drawings , studies, photographs, models and
recommendations shall be the property of City and shall
be delivered to City upon request of the Director;
provided however, that Contractor may retain copies of
such work products for its records . Such work products
are not intended or represented to be suitable for
reuse by City on any extension to the Project or on any
other project, and such reuse shall be at the sole risk
of City without liability to Contractor.
Notwithstanding the above, Contractor' s methodologies ,
techniques , and tools used are proprietary to
Contractor and City agrees not to disclose such
proprietary information to any third party, except as
required by law.
IV. PAYMENTS TO THE CONTRACTOR
A. City shall reimburse Contractor for services under this
Agreement a total fixed price of $80,918 . 00 (Eighty
Thousand Nine Hundred Eighteen Dollars) , regardless of
actual costs incurred by Contractor unless substantial
modifications to the project are authorized in writing
by City.
B. City shall make periodic payments to Contractor based
upon actual progress within 30 days after receipt and
approval of invoice. Said periodic payments to
Contractor shall not exceed the amounts shown in the
following schedule, and full payments for each task
shall not be made until the task is completed and
accepted by the Director:
2
PERIODIC PAYMENTS
Project Startup ( 35% ) $28,321 .00
Demonstrate Address
Validations ( 25% ) 20 ,229 .00
Deliver Initial Geofile &
Real Time Map ( 25%) 20,229 . 00
Deliver Final Geofile &
Real Time Map ( 15%) 12, 139. 00
V. INVOICES
A. Contractor shall maintain records showing the amounts
invoiced to and paid by City. Contractor shall permit
the authorized representative of City to inspect and
audit all records of Contractor for work done under
this Agreement . Contractor shall make such 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 , City may
terminate this Agreement at any time upon fifteen ( 15)
days prior written notice to Contractor. In the event
that this Agreement is so terminated, Contractor 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
Contractor is given a written Notice to Proceed
following approval of City' s corporate authorities and,
unless terminated for cause or pursuant to Article VI
foregoing, shall expire on the date director reasonably
determines in writing that all of the Contractor' s work
under this Agreement is completed, or December 31,
1997, whichever is sooner. A determination of
completion shall not constitute a waiver of any rights
or claims which City may have or thereafter acquire
with respect to any breach hereof by Contractor.
VIII . NOTICE OF CLAIM
If Contractor wishes to make a claim for additional
compensation as a result of action taken by City,
Contractor shall give written notice of its claim
within 15 days after occurrence of such action. No
claim for additional compensation shall be valid unless
so made. Any changes in the Contractor' s fee shall be
valid only to the extent that such changes are included
in writing signed by City and Contractor. Regardless
3
of any decision of the Director relative to a claim
submitted by the Contractor, all work required under
this Agreement as determined by the Director shall
proceed without interruption.
IX. BREACH OF CONTRACT
If either party violates or breaches any term of this
Agreement, such violation or breach shall be deemed to
constitute a default, and the non-breaching party may
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 written notice
thereof by the other party to comply with the terms of
the Agreement, the non-breaching party may terminate
this Agreement.
X. INDEMNIFICATION
Contractor shall hold harmless and indemnify City, its
employees, officers and assigns, from and against any
and all claims for damages, suits, causes of action and
any and all other liability, including, but not limited
to, reasonable attorneys ' fees and worker' s
compensation claims, arising out of or in connection
with, or alleged to have arisen out of or in connection
with, Contractor's negligent performance or omissions
of the terms of this agreement, including, but not
limited to, the negligent performance of professional
services . Neither party to this agreement shall be
liable for special, indirect or consequential damages,
however.
XI . NO PERSONAL LIABILITY
No official, director, officer, agent or employee of
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.
Contractor 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.
Contractor shall deliver to the Director a Certificate
of Insurance naming City as additional insured. Such
policy shall not be modified or terminated without
thirty ( 30) days prior written notice to the Director.
4
•
The Certificate of Insurance, which shall include
Contractual obligations assumed by the Contractor under
Article X entitled "Indemnification" shall be provided
to City.
B. Comprehensive Automobile Liability. Contractor
shall provide, pay for and maintain in effect, during
the term of this Agreement, a policy of 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 limited of
$1, 000, 000 per occurrence subject to a $1, 000,000
aggregate.
D. Professional Liability. Contractor shall carry
Contractor ' s Professional Liability Insurance covering
claims resulting from error, omissions or negligent
acts with a combined single limit of not less than
$ /fraiivv 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.
XIV. 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.
5
XV. 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 City.
XVI . DELEGATIONS AND SUBCONTRACTOR
Any assignment, delegation or subcontracting shall be
subject to all the terms, conditions and other
provisions of this Agreement and Contractor shall
remain liable to City with respect to each and every
item condition and other provision thereof to the same
extent that the Contractor would have been obligated if
it had done the work itself and no assignment,
delegation or subcontract had been made.
XVII . NO CO-PARTNERSHIP OR AGENCY
It is understood and agree that nothing herein
contained is intended or shall be construed to, in any
respect, create or establish a partnership or
employment relationship between City and Contractor, or
as constituting Contractor as the general
representative or general agent of City for any purpose
whatsoever.
XVIII . SEVERABILITY
The terms of this agreement shall be severable. In the
event any of the terms or provisions of this agreement
shall be deemed to be void or otherwise unenforceable
for any reason, the remainder of this agreement shall
remain in full force and effect.
XIX. 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 .
XX. 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
6
•
executed amendment hereof, or change order as herein
provided.
XXI . APPLICABLE LAW
This Agreement shall be deemed to have been made in,
and shall be construed in accordance with the laws of
the State of Illinois .
XXII . NEWS RELEASES
Contractor may not issue any news releases without
prior approval from the Director, nor will Contractor
make public proposals developed under this Agreement
without prior written approval from the Director prior
to said documentation becoming matters of public record.
XXIII . COOPERATION WITH OTHER CONSULTANTS
Contractor shall cooperate with any other consultants
in City' s employ or work associated with the Project.
XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295
Contractor certifies hereby that it is not barred from
bidding on this contract as a result of violationsof
either Section 33E-3 or Section 33E-4 of the Illinois
Criminal Code.
XXV. SEXUAL HARASSMENT
As a condition of this contract, Contractor 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
Section 6-101 of the provided by
attached) . Human Rights Act (copy
A
of the olicies must be
Departpmyent of Human Rights upon request.
to the
4P.A. 87-1257 .
XXVI . WRITTEN COMMUNICATIONS
All recommendations and other communications by
Contractor 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 recommendations and communications by
Contractor be made or confirmed in writing.
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:
Gary Gordier, CCP
Mis Director
City of Elgin
150 Dexter Court
Elgin IL 60120-5555
B. As to Contractor:
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.
CITY OF, E G(ay/1
/
By 1 I) Y r I / i+V'r,
City anager
At f;triC i-kV,/r2k,o,--
City Clerk
CONTRA OR
By
s
Asst Secretar
8
V° OF FtCi 11
of�4 Agenda Item No.
— City of Elgin
December 6, 1996
TO: Mayor and Members of the City Council
FROM: Robert O. Malm, Interim City Manager
SUBJECT: Purchase for Geographic Information System
Computer Hardware and Software
PURPOSE
The purpose of this memorandum is to seek approval from the
Mayor and members of the City Council for the purchase software
and hardware for the Geographic Information System (GIS) , and to
contract for professional GIS services .
BACKGROUND
The need to provide mapping capabilities has long been recog-
nized as an important element to enhancing the efficiency and
quality of service. Several years ago, ongoing efforts were
begun to give the City of Elgin enhanced mapping capabilities
when an agreement was entered into with Kane County to provide
us with their digital map base.
This map base supports fine cartographic features . We are now
receiving that information; and, while the data is valuable, it
has limitations . First, it is a tax-based map. Such a map
maintains features based on the property tax cycle, which is
always a year behind. Additionally, mapping features such as
street center-lines which contain attribute values ( i .e. house
number segment ranges) do not exist.
As the final phases of the Computer Aided Dispatch (CAD) project
nears completion, the GIS System must be brought up to the level
of development that supports the rest of the CAD project and
meets today' s technology demands . In keeping with the City's
Five-Year Plan, a GIS Specialist was hired in August. This
technical specialist has been extremely helpful identifying the
limitations of the existing map base. Further enhancement is
required to maximize the effectiveness of the E-911/CAD system.
Consequently, the project has been divided into several compo-
nents . The first component is to upgrade our software. This
carries a cost of $8, 100. This upgrade will allow us to
complete the development of the streets database, i .e.
detailed cross-matching of the E-911 Master Street Guide, US
Census Data files, and the City's Land Management files .
GIS Computer Software and Hardware
December 6, 1996
Page 2
The State of Illinois has standardized its GIS mapping operation
on the Arc Info software product. Environmental Service
Research Institute (ESRI ) , is the only vendor that offers this
software. A master contract is available to purchase this
software at a price that is substantially less than commercial
prices for the same product. Therefore, competitive bidding
would be ineffective.
Second, computer hardware (server) is required to efficiently
run the extensive GIS/CAD operations . For long-term compatibili-
ty and cost effective maintenance, the hardware used for GIS
purposes should be the same brand, model and operating system as
all the existing CAD equipment. This equipment is made by
Digital Equipment Corporation (DEC) . Quotations have been
received from both DEC and from ESRI . Again, because of the
State' s master contract, special governmental discounting is
available for this equipment. The discounted price is $34 ,000 .
Third, this project will require that additional mapping
elements be created. For example, the entire Willow Estates
Mobile Home park is considered one tax parcel . However, for
E-911 purposes , each mobile home site must be treated as an
individual parcel . Additional services would include 1) base
map scanning; 2 ) create street address ranges ; 3) address
attribution, verification, and validation; 4 ) create emergency
service response areas; 5) hydrant location and attribution; and
6 ) building footprints . This project will also involve the
calibration and registration of the map base for implementation
of the Automatic Vehicle Locator System. This system will
identify the precise location of all police/fire vehicles on the
city' s map.
PRC is the vendor providing contracted services relating to the
CAD development project. Because of the inextricable link
between CAD and the GIS system, a fixed price quotation of
$80, 918 . 00 has been received from PRC's Geo-Services Division to
perform those items listed above.
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
None.
FINANCIAL IMPACT
The projected cost of this request totals $123,018 . Budgeted
funds exist (software component = $8, 100, hardware component =
$34 ,000, mapping elements = $80,918) in the current 1996 budget
of the MIS Division in Account 010-2006-718. 30-99 Miscellaneous
Professional Services and the 1992 Bond Fund 392-0000-795 . 92-46 ,
project number 209804 , which was designated for this GIS
development.
GIS Computer Software and Hardware
December 6 , 1996
Page 3
LEGAL IMPACT
None.
RECOMMENDATION
The recommendation is to authorize the purchase of 1) ARCINFO
software at the sum of $8, 100; 2 ) a DEC Unix Server at the sum
of $34 , 000 from ESRI using the State of Illinois Master Purchase
Contract; and, 3) approve a contract for professional services
with PRC Geo-Services Division for a fixed price of $80, 918 .
Respectfully submitted,
( çtb72./1Zeih .
Jim s R. Nowicki
F ance Director
71 ( a, . �---
R ert Malm
Interim City Manager
GLG/daw