Loading...
97-285 Resolution No. 97-285 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH PITOMETER ASSOCIATES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Robert O. 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 Pitometer Associates for the 1997 water distribution leak survey, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: December 3, 1997 Adopted: December 3 , 1997 Omnibus Vote: Yeas 7 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT, made and entered into this /11k: day of , 1997, by and between the CITY OF ELGIN, an Illinois municipal corporation(hereinafter referred to as"CITY") and PITOMETER ASSOCIATES an Illinois Consulting Engineer, (Hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the detection and pinpointing of leaks in the water distribution system including mains, valves, fire hydrants and customer services (hereinafter referred to as the "PROJECT"). - AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, the parties hereto hereby agreed by and between the CITY and 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 specifications, to-wit: I. SCOPE OF SERVICE 1. All work hereunder shall be performed under the direction of the Director of City's Water Department, hereinafter referred to as the"DIRECTOR". 2. In general, the ENGINEER shall provide leak survey and pinpoint services in the water distribution system pursuant to the requirements of the Project. Services to be provided include, but are not limited to: 2.1 Conduct a survey of the designated portions of the water distribution system including mains, valves, fire hydrants, and customer services, using electronic sonic leak correlation detection instruments designed for this purpose. 2.2 Furnish all other personnel, instruments, equipment, and other tools required to complete the survey. 2.3 Provide the specialized, advanced, sensitive electronic detection equipment and skilled operators required to effectively and efficiently perform the leak survey. 1 The acceptable equipment manufacturer is Fluid Conservation Systems or the equivalent. Also, the equipment used shall have the capability to automatically compensate for the effect of variable field parameters on the computer analysis (i.e, compensate for variances in pipe size and pipe material to ensure optimum accuracy). 2.4 Physical contact shall be made with the system at minimum feasible intervals, including all fire hydrants, and when necessary main lines, valves, and curb stops. 2.5 All indications of leak shall be verified a second time, after the leak shall be located with a computer programmed leak locator/corelator designed to pinpoint leak locations without heavy drill holes or excavations. Pinpointing leak location by other means such as through interpretation of sound intensity, either by ear, decibel metering, or other like methods, shall not be allowed. 2.6 An estimate shall be made by consultant of the size of each leak located(in gallons per day) and include a tabulation in the hereinafter referenced final report. 2.7 The ENGINEER shall furnish to the City a sketch showing the location of each leak discovered on a daily basis. 2.8 Whenever the CITY repairs any leak detected by the ENGINEER prior to completion of the field work, the ENGINEER shall without additional compensation resurvey that particular section of the system. 3. Final Report: A final report shall be issued by the Consultant in five (5) copies showing the results of all tests and investigations. The report shall include leak location, leak reference number, type of leak, estimated quantity of leakage found, reports, inventory of defective system components and map errors along with conclusions and recommendations. Also included in the report shall be a water distribution area map supplied by the City of Elgin in which the ENGINEER shall note on the map, reference numbers of the leaks and the approximate location of the leak. 4. The ENGINEER shall present his findings to the City at a City Council meeting at no additional charge on such date as may be requested by CITY. 5. A detailed Scope of Services is attached hereto as Attachments A and B, which more fully detail the services for the water distribution leak survey work. 5.1 Attachment A is the Request For Proposal dated October 2, 1997 and; 2 5.2 Attachment B is the Proposal received from the ENGINEER signed by James D, Sarther, District Manager, and dated October 21, 1997. Attachment B includes Part A and Part B. II. WORK PRODUCTS 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 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. III. PAYMENTS TO THE ENGINEER A. The CITY shall pay the ENGINEER for all services under this Agreement a total lump sum cost of Eleven thousands and Nine-Hundred dollars ($11,900.00) , 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 of work provided within 30 days after receipt and approval of invoice subject to the total payment amount provided for herein. IV. 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 under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. V. TERMINATION OP 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 3 reimbursement shall not exceed the total amounts set forth under paragraph III or IV above,whichever is less VI. 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 additional compensation shall be made valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extend 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 interruption. 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 breach thereof by the ENGINEER. VII. 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 either party, by reason of any default, fails within fifteen(15) days after notice thereof by other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. VIII. 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 or omissions of employees or agents of the ENGINEER arising out of the performance of professional services. IX. 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. 4 X. INSURANCE A. Comprehensive Liability, The ENGINEER 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 ENGINEER shall deliver to the DIRECTOR a Certificate 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 IX entitled "Indemnification" shall be provided. 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 general liability and auto exposures may be met with 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 limits 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. XI. CONSTRUCTION MEANS.METHODS, TECHNIQUES,. SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. XII. NONDISCR_IMtNATION 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, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this 5 requirement shall apply to, but not 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 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. XIII 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. XIV. DELEGATION AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions 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 had been made. XV. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish a relationship,joint venture, employment or other agency relationship, between the CITY and the ENGINEER. XVI. 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 otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XVII. 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 6 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. XVIII. 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. XIX. 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. XX. 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. XXI. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXII. 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. XXIII SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have a written sexual harassment policies that include, at a minimum, the following information: 7 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 Human Rights Commission; F. Directions on how to contact the department and commission; G. Protection against retaliation as provided to the Department of Human Rights upon request. P.A.87-1257. XXIV The ENGINEER shall comply with the requirements of the Prevailing Wage Act (820 ILCS 130/0.01 et seq.) XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by ENGINEER to the DIRECTOR and 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. XXVI 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: Larry E. Deibert Director of Water Department City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: James D. Sarther District Manager Pitometer Associates, Inc. 20 N. Wacker Drive, suite 1530 Chicago, Illinois 60606 8 IN WITNESS WHEREOF, the undersigned have placed their hands and seal 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 Ii By � � � By i City Cleii cting City Manager (SEAL) For the ENGINEER: Dated this 20 day of Jle, ve rn be r , A.D.'1997 ATTEST: e By 4"*".i/ . 4 By District Manager President (SEAL) 9 (G`0 OF'et C ° " 't City of Elgin Agenda Item No. AT[D%A October 30, 1997 TO: Mayor and Members of the City Council FROM: Robert O. Malm, Interim City Manager SUBJECT: Proposals for 1997 Water System Leak Detection Program PURPOSE This memorandum will provide the Mayor and members of the City Council with information to consider awarding a contract for water distribution system leak detection services for 1997 . BACKGROUND Results of leak surveys from the last four years are as follows : 1993 1994 1995 1996 em. Total Total Total Total Est. Est. Est. Est. # of Leakage # of Leakage # of Leakage # of Leakage Leaks in GPD Leaks in GPD Leaks in GPD Leaks in GPD 195 975, 810 149 923, 000 144 774 ,500 106 489,500 The trend of the leakage detected is going down. Therefore, it is recommended to conduct this year' s survey in the areas where the percentage of leaks were higher than last year, covering roughly 173 miles of the distribution system rather than the full 310 miles . The total estimated leakage detected last year represents 3 . 9% of the average daily production. In 1996, the City of Elgin entered into an agreement with Pitometer Associates for that leak survey. Based on the average annual cost of water production for chemicals and electrical power of $269 . 83 per million gallons, savings attributed to repairing these leaks that had not surfaced were $48,210 . These savings do not include any overhead costs . All undetected leaks are repaired either by the City or by the customer if the leak is on the private service lateral . ep... Requests for proposals were sent to seven firms specializing in water system leak detection and leak location. Five proposals were received and opened on October 21, 1997 . Proposals for 1997 Water System Leak Detection Survey October 30, 1997 Page 2 e.► The proposals were evaluated by City staff for completeness, experience of key personnel and the firm' s experience relating to water system leak detection and past experience with the City. (A copy of the consulting qualification rating is attached. ) Pitometer Associates, the selected firm and the one with the lowest cost proposal, successfully performed a similar leak survey for the City of Elgin in 1996 . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. (,FINANCIAL IMPACT Sufficient funds have been reallocated for this project in the Water Department ' s 1997 Budget under appropriation number 401-4002-771 . 30-03, Architectural and Engineering Services (Leak Survey) . ALTERNATIVES None. 4 LEGAL IMPACT None. RECOMMENDATION It is recommended the 1997 leak survey program be awarded to Pitometer Associates for a total price of $11, 900 . Res su itted, Lt,...,..7 C , Larry E. Deibert ireCtor of Water Department ! / i i O Rdb-, O. Malm Inte im City Manager ROM:LED:ras 01141024 . 197 Attachments 1 rii • TOTAL SCORES TABLE 1997 Water Distribution Leak Detection EVALUATORS CONSULTANTS Larry Deibert Peter L.Bityou Kurt Eshelman Pat Oglesbee Water Services 80 63 70 75 Rust Environment&Infrastructure 93 95 97 84 Simpson Co.,Inc 86 67 95 74 Pitometer Associates 97 99 98 85 Associated Technical Srvices(ATS) 53 84 98 73 RATING TABLE 1997 Water Distribution Leak Detection SELECTION TEAM Water Services Rust Simpson Pitometer Associated E Environment Technical Services Larry Deibert 2 4 3 5 1 Peter L.Bityou 1 4 2 5 3 Kurt Eshelman 1 4 3 5 5 Pat Oglesbee 3 4 2 5 1 TOTAL SCORES 7 16 10 20 10 RANK 4 2 3 1 3 Note: Assign Scores Based on the following formula:(5-First, 4-Second, 3-Third, 2-Fourth, 1-Last) ellik CITY OF ELGIN QUALIFICATION RATING SHEET 1997 Water System Leak Detection Engineering Services CONSULTANTS EVALUATION Weight FACTORS Water Services Rust Environment& Simpson Co.,Inc. Pitometer Associates Associated Tedmical Services Infrastructure Lany Peter Kurt Pat Larry Peter Kurt Pat Lany Peter Kurt Pat Larry Peter Kurt Pat Lany Peter Kurt Pat Scope of Work 0-15 10 8 15 15 15 13 15 15 15 8 15 15 15 15 15 15 10 8 15 15 Experience of key personnel 0-20 15 10 10 15 19 20 20 15 18 18 18 15 19 20 20 15 5 19 19 15 Experieno of the firm 0-20 15 15 10 • 10 19 20 20 15 18 18 20 12 20 20 20 15 10 20 20 15 Location 0-15 15 15 15 15 12 12 12 12 13 5 12 12 13 14 13 12 13 15 14 12 Work Load/Availability 0-10 10 5 10 5 10 10 10 10 5 8 10 10 10 10 10 10 5 7 10 6 Past Experience 0-20 15 10 10 15 18 20 20 17 17 10 20 10 20 20 20 18 10 15 20 10 Total 0-100 80 63 70 75 93 95 97 84 86 67 95 74 97 99 98 85 53 84 98 73 CITY OF ELGIN, ILLINOIS WATER SYSTEM LEAK DETECTION SERVICES Price Tabulation October 24, 1997 Rank NAME OF FIRM PRICE 1 Pitometer Associates $ 11,900.00 2 Rust Environment& Infrastructure $ 12,110.00 3 Simpson Co., Inc $ 16,900.00 3 Associated Technical Services $ 13,244.88 4 Water Services $ 14,341.00