Loading...
92-0909 Otter Creek Pump Station 9a- 09 bei RESOLUTION AUTHORIZING EXECUTION OF AN ENGINEERING AGREEMENT WITH BAXTER & WOODMAN, INC. FOR THE PREPARATION OF A PRELIMINARY DESIGN REPORT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Larry L. Rice, 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 Baxter & Woodman, Inc. for the preparation of a Preliminary Design Report for the Otter Creek Pumping Station/Force Main, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: September 9, 1992 Adopted: September 9, 1992 Vote: Yeas 7 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT HIS AGREEMENT, made and entered into this //1 day of 0 / , 1992 , by and between the CITY OF ELGIN, an Illinois munici'al corporation (hereinafter referred to as "CITY" ) , and Baxter & Woodman, Inc. , an Illinois Business Corporation ( hereinafter refer- red to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the preparation of a Preliminary Design Report for the Otter Creek Pumping Station/Force Main ( hereinafter referred to as the "PROJECT" ) . AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individ- uals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER 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 the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR" . B. The Professional Services for the PROJECT shall include: 1 . Preparation of a Sanitary Sewer Study of the service area of the Otter Creek Pumping Station. 2 . Preparation of a two phase Preliminary Design Report for the Otter Creek Pumping Station and Force Main. C . The Proposal Letter to the DIRECTOR dated June 15, 1992 is attached hereto as Attachment A to describe the Scope of Services. The CITY decided to authorize preparation of the Sanitary Sewer Study and Prelimi- nary Design Report for the Otter Creek Pumping Station, but not to authorize preparation of the Final Design Documents for Phases I and II of the Tyler Creek Interceptor Sewer . Therefore, the provisions of this Agreement supersede the Proposal Letter . - 1 - II. PROGRESS REPORT A. A Project Milestone Schedule is provided as follows, based on the assumption that the CITY will issue the Notice to Proceed to the ENGINEER or or before September 11, 1992 . 1. ENGINEER completes Sanitary Sewer Study Report and delivers to CITY. October 16, 1992 2 . CITY approves Sanitary Sewer Study Report. October 23, 1992 3 . ENGINEER completes Otter Creek Pumping Station Design Concept Report and delivers to CITY. December 4 , 1992 4 . CITY approves Design Concept Report . December 11, 1992 5 . ENGINEER completes Otter Creek Pumping Station Preliminary Design Report and delivers to CITY. February 19 , 1993 6 . CITY approves Preliminary Design Report . March 5, 1993 B. A Project Schedule is included as Attachment B, attached hereto. Progress will be recorded on the Project Schedule and submitted monthly as a component of the Status Report described in C. below. C. The Engineer will submit to the DIRECTOR monthly a Status Report keyed to the Project Schedule . A brief narrative will be provided identifying progress, findings, and outstanding issues. III . WORK PROJECTS All work products prepared by the ENGINEER pursuant hereto including, but not limited to, 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 DIREC- TOR 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. - 2 - IV. PAYMENTS TO THE ENGINEER A. For services under this Agreement, the CITY shall pay the ENGINEER a lump sum of Sixty Thousand Dollars ( $60, 000 ) , regardless of actual costs incurred by the ENGINEER unless substantial modifications to the PROJECT are authorized in writing by the DIRECTOR. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic pay- ments to the ENGINEER 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. Sanitary Sewer Study Report $12, 500 Otter Creek Pumping Station - Design Concept Report 18, 000 Otter Creek Pumping Station - Preliminary Design Report 29,500 Total $60,000 V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress Status Report ( IIC above) will be included with all payment requests. 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 ENGI- NEER for work done under this Agreement. The ENGI- NEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement . IV. 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 ENGINEER. In the event that this 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 . - 3 - VII . NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for addi- tional compensation shall be valid unless so made . Any changes in the ENGINEER' s fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without inter- ruption. 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 reme- dies as may be suitable to the violation of 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 Agreement, the other party may terminate this Agreement. X. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including Workmen' s Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligent actions or omissions of employees or agents of the ENGI- NEER arising out of the performance of professional services. XI . NO PERSONAL LIABILITY No official, director, officer, agent, or employee of either party 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 ENGINEER shall pro- vide, 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. - 4 - The ENGINEER shall deliver to the DIRECTOR a Certifi- cate of Insurance naming the CITY as additional insured. The policy shall not be modified or termi- nated without thirty (30 ) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Con- tractual obligation assumed by the ENGINEER under Article IX intitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned, and hired motor vehicles with limits of no 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 alleged errors, 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, or be responsible for construction means, methods, tech- niques, sequences or procedures, or for safety precau- tions 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 Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color , creed, national origin, martial status, or the presence of any sensory, mental or physi- cal handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, . the following: employment advertis- ing, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. - 5 - 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, martial 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, termina- tion or suspension, in whole or in part , of the Agreement by the CITY. 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 the CITY. XVI . DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions, and other provi- sions of this 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 has been made. XVII . NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed, in any respect, to create or establish the relationship of co-partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever . XVIII . 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. - 6 - 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 inter- pretation 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 par- ties. 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 amend- ment hereof, or change order as herein provided. XXI . APPLICABLE LAW This Agreement shall be deemed to have been made, and shall be construed, in accordance with the laws of the State of Illinois. 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 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. 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: JAMES L. RRISTIANSEN Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 - 7 - B. As to ENGINEER: DARREL R. GAVLE Baxter & Woodman, Inc. 8678 Ridgefield Road Crystal Lake, Illinois 60012-2707 XXV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XVI . 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 recommendations and communications by the ENGINEER be made or confirmed in writing . 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 agree- ments that have not been reduced to writing in this statement . For the CITY: ATTEST: THE CITY OF ELGIN, ILLINOIS By / .�cc,�� By City ler ��y Manager (SEAL) For the ENGINEER Dated this 57 day of 1 I lr , A.D. , 1992 . ATTEST: BAXTER & WOODMAN, INC. By `,�2'�!y�'`� f`�Cr�/ ByA6-64 xL4_, Secretary r%Chairman/CEO (SEAL) - 8 - 0650C . . • r ;`� c,", Agenda Item No. P \i a f 1 � August 4, 1992 MEMORANDUM TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT: Otter Creek Force Main/Lift Station (BRIS II )SS-04 PURPOSE: This memorandum will provide the Mayor and Council with information to consider entering into an agreement for engineering services for the subject project. BACKGROUND: The initial extension of the Bowes Road Interceptor Sewer from east of McLean to Randall Road was recently completed. This sewer system will serve generally the area west of McLean (map attached) . The next extension of this sewer elk system is the Otter Creek Lift Station and Force Main. The lift station would be constructed west of Randall Road adjacent to Otter Creek at about Hopps Road. The force main would be designed and constructed so as to connect the lift station with the Bowes Road Interceptor in order to serve the area to the north (Target, et al . ) and subdivision development west of Randall . . We sent requests for proposals to three engineering firms; Baxter & Woodman, Greeley & Hansen and Strand Associates, for an engineering study for the Otter Creek Pump Station and Force Main and provide the City with an engineering design report with probable costs for a wastewater pumping system to meet the current needs and expandable to meet the requirements of the future. The study, design report and probable costs will be completed by February, 1993 . Upon acceptance of the design concept by the City, the City will negotiate an amendment to the agreement for the preparation in 1993 of the final plans and specifications for the construction of the wastewater pumping system. Although construction moneys have been programed for this project for fiscal year 1993 construction might not start until 1994 . Each consultant's proposal was evaluated with regard to the consultant's stated qualifications, scope of work, staffing or elk loading, schedule, familiarity with the site or the work, past record, and technical approach. With due consideration to this evaluation of the proposals, a tentative selection was made by ranking the proposals considering the consultant's understanding Mayor and Members of the City Council August 4, 1992 Page 2 r of and familiarity with the work, staff qualifications, schedule, loading, office location and other relevant factors. Although all three firms were deemed qualified to perform the work, the firm of Baxter and Woodman was selected as having submitted the most complete and extensive scope of work. After the selection was made, the proposed fees were examined to determine if they were reasonable and comparable to the scope of work. A negotiation of the fee was concluded with Baxter and Woodman which includes a preliminary design of the facility. FINANCIAL IMPACT: The fee to complete the study, design concept and preliminary design reports is $60,000 which will come from the Sewer Development (440-997-9901) portion of the Budget, where $90,000 have been budgeted for this engineering design report. RECOMMENDATION: It is recommended that the City Council authorize the City Manager and City Clerk to execute the Agreement for engineering services with Baxter & Woodman, Inc. in the amount of $60,000 . A copy of the Agreement is attached for your consideration. r ap„ALarry--L. Rice, ity Manager do Attachment r • - y. `` -/C •ver jig,p e V °ol { h a�� � 1 l. 1 • o- .• * 11 Siii __ — '• s tiilCV�� , 1401 iit jitiko,.._ , ,../ , ‘, ,..--_, '•ey--;--,.... ' i':40 1111r1riefi, ' ';'',..'--r-e IL -c'.1)_&-'4 '_, 1 :18 ,.SM 901 . \ „•• O 1 ti"; _,,, ` �� r .....,#/.,,. --,(.„,.-,.;( - tjs ."'"';,) ,A0 ic .'..6'‘ i ----.>;• ' . f •Lail-) – .°1 • �� p0 -9t0 ) t /t t/x --.'S \� \Ifs � 'p �- 14 `���•� (• ,,, ,* , 6 •1 �`� ,, At • � 900 i� /i `, 9o0°•: \• a .}, . •'� • r(((-5, f J :01"),ill �' t • i it) ------5%,• / : I . : . . ,,, . ..- .. .,...----...-„.',„ 'Ink I r, • . . . ) t. , 1] J-7,--\ %ipso,'" . . . k.,',.' ; , I) _ . . i,/ ____. ,___ _ . . . .:.,.., ..._ ..„,,,,,,:•.:, 1, --- -.„.-.. •:,-:-.......-v-- ,..... c- • ._ ....._ t , \ . , i • • ..,. ... ,... ‘ ,1)%s: 1 850 ,)) J ' Bpp .� •• •H„: -:.. t}•,„, • _ , ...`` 411 - . --.., 4 '. "it asa i)) ; ,,c,\\,,,,,• 1 • , ' "s, �p0 \ — -T 11. -' 11' • J17 ry • ) r I ,t�`ar t tw t, '� k (y `I ^� .• \ .\ . . �,tf �i um nun A(tilliKe i��ll�: �f Q /. :.„,,s,,.... ii u <` COUti t II x'• ' fir!i'2"��•57.x• �� i A . 1 i u • , . t 1' ' „, ,:\ , , ... : • . . . ,. leis � � 11 I I ) ( ._._.. • c. • •• ..; o f n ro ?cGi vet Pit �. •�� g,^ � �= • :OA 0_ (frac a,.....W,., V i V 1 �•� i X00 -- It .msµ.-c.._ �./•{ 1 AM </to, tom 3.. ?� ` /----_____----4......i.,!.....'... ✓ 3 0.+� ( . \ i S c"• '<4, Q�pv`v/ I VI 6 .cU J 1 0 - ,<- - t7 'P• i� z//071- 5Ti¢Tlc J. ;�, n 800t i�cJ 'L� - . .,.,..,••...--•. - l .., 799 _ �I' _ IB07 ...� • • 3 , . s •t - • u=`., 3� ,tioi 3 20-7 + E ' L� C1 G 1 N -!1._ -1 . _It I- --•. c��\\ k ~\ i f 1,a • -33 � --- - - U L - • X32 1 11114.,' 331, % ; T/U_i1 f3, '.� .` j `` i , - Youngsd lee03 _ t r -. C! • • .tory` 'e -- / ; i �fiti • i.o elf .i�. ;�� �.' a'„ , T�� z ol • 1 • /1�• . ID � ` \� �uf i 81 I �f^• •1i" : MCOONALD µ- YBO> ROA2........) — . – _ Q �t'?.y_ - •il. • + _ 7 � t ,,l T . • 1 i : • ' , .\ li �;r0 ;i . 1 i• , Vid,, � nI, • OTTER CREEK LIFT STATION AND FORCE MAIN Consultant Selection Results A. Evaluators : 1 . James L. Kristiansen 2 . Melford Dahl 3 . Steven Pertzborn B. Ratings : 1 . Baxter and Woodman. 2 . Greely and Hansen. 3 . Strand. The Above rating were based upon the evaluations of the following: . Completeness of scope of service. . Schedule. . Personnel qualifications . . Experience with similar projects. . Manhour histogramme. Note: All firms appeared qualified to perform the work; Strand was rated lower based upon a reduced scope compared to Baxter and Woodman, and Greely and Hansen. C. Fee Proposals Phase City Strand Baxter- Greely- Description Estimate Woodman Hansen 1 . Sanitary Sewer $15,000 $21, 152 $12,824 $15,282 Study 2 . Pump Station $20,000 $13,429 $18,048 $37 ,721 Design Concepts 3 . Design Report $30,000 $11,895 $29,356 $35,497 TOTAL $65, 000 $46,476 $60,228 $88,500 Note: Greely and Hansen did not provide a fee schedule based upon work phases, but rather by individual work tasks . Work tasks were combined into work phases in order to provide the fee comparison shown above. JLK:pn MDM0016/TEXT071/MISCENGM.DM