Loading...
01-90 Resolution No. 01-90 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CRAWFORD, MURPHY, AND TILLY, INC. FOR THE BIG TIMBER STREET LIGHT PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Crawford, Murphy, and Tilly, Inc . for the Big Timber Street Light Project, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: April 11, 2001 Adopted: April 11, 2001 Omnibus Vote : Yeas 7 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk Page 1 AGREEMENT THIS AGREEMENT,made and entered into this day of (¢ ,2001,by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY")and Crawford, Murphy,and Tilly, Inc. hereinafter referred to as"ENGINEER"). WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with design of Big Timber Street Light Project(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, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in all engineering matters involved in the PROJECT,subject to the following terms and conditions and stipulations,to-wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY,herein after referred to as the"DIRECTOR". B. The following major tasks of work will be performed by the ENGINEER: 1.Project Start up 2.Photometric Analysis 3.Light Standards Development 4.Plans and Specifications for Big Timber Rd. between Rt. 31 and McLean Blvd. C. A detailed project approach and estimate of effort and costs are included in this document as Attachments A and B respectively. Page 2 II.PROGRESS REPORTS A. Estimated start date is March 15,2001,with bidding anticipated to occur in early May 2001. Estimated substantial completion date of the construction to be designed is August 15,2001. B. 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 PRODUCTS All work products prepared by the ENGINEER pursuant hereto including,but not limited too,reports, designs,calculations, work drawings, studies,photographs,models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however,that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be reimbursed at the rate of 2.95 times the direct hourly rate of personnel employed on this PROJECT,with the total fee not to exceed$19,408.83 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 5 %. Such reimbursements to the ENGINEER are included in the total not to exceed fee stated in the preceding Subparagraph A hereof. C. Total Direct labor $6,287.74 x 2.95=$ 18,548.83 In-house direct expense $ 860.00 Out-of-house expense $ 0 Total Engineering Effort $ 19,408.83 D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Page 3 V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports(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 ENGINEER for work done 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. 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 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. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to Article V,shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this 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 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 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 Page 4 DIRECTOR relative to a claim submitted by the ENGINEER,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 other party has the right to seek such administrative,contractual or legal remedies as may be suitable to the violation or breach;and, in addition,if either party,by reason of any default,fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement,the other party may terminate this Agreement. X. INDEMNIFICATION To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify,defend and hold harmless the CITY, its officers,employees,agents, boards and commissions from and against any and all claims,suits,judgments,costs,attorney's fees,damages or other relief, including but not limited to workers' compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this 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. 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. Page 5 XII. 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 Certification of Insurance naming the CITY AS ADDITIONAL INSURED. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article X entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance,alternatively, if the insurance states that it is excess or prorate, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of$1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence.A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the DIRECTOR. Page 6 XIII. 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. 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. 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. Page 7 XVI. DELEGATIONS 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. Any proposed subcontractor shall require the CITY's advanced written approval. XVII. 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. 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. 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 executed amendment hereof, or change order as herein provided. Page 8 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. 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. 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. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or federal statute regarding bid rigging. Page 9 XXV. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include,at a minimum,the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights,and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies must be provided to the Department of Human Rights upon request 775 ILCS 5/2-105. XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. Page 10 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: JOHN LOETE,P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Bernard D.Held,P.E. Project Manager Crawford,Murphy,and Tilly, Inc. 600 N.Commons Drive,Suite 107 Aurora, Illinois 60504 Page 11 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: Dated this /er day of62(34:4-_, ,A.D.,2001. ATTEST: THE CITY OF ELGIN By 144 ...J[ City Clerk City Manager (SEAL) For the ENGINEER: Crawford,Murphy&Tilly,Inc. By G�� -- Associate and Project Manager Page 12 ATTACHMENT A City of Elgin Big Timber Street Lighting Project Project Approach- Design (taken from CMT's response to the RFP) CMT understands that this is a new course of action for the City of Elgin. Previous street lighting projects have been constructed by either Com-Ed thru franchise agreement or by the City's own forces. To that end, we are proposing an expanded kick-off meeting that would be scheduled approximately two weeks after the contract notice to proceed. This two-week period will allow CMT to research lighting concepts and details in preparation for a discussion of concepts to be used for this and possible future lighting projects. We also anticipate having Jerry Halm, senior electrical engineer at CMT, attend the kick-off meeting to discuss the concepts to be employed. Lighting design shall be based on the"American National Standard Practice for Roadway Lighting" (RP-8) as approved under the rule of procedure of the American National Standards Institute and under the sponsorship of the Illuminating Engineering Society of North America (IES). This will include in addition to an illuminance method for design, a luminance method that incorporates veiling luminance (glare). While this standard acts as the basis of design, the design of the roadway lighting system will involve consideration of visibility, economics, esthetics, safety and environmental conditions. A photometric analysis with two different"conceptual" designs is to be submitted to the City for discussion and approval. The first analysis will be the selection of fixture and pole height that best luminates the roadway from the south side. A second analysis will incorporate the use of a typical cobra head type cut- off street fixture with an 8' davit arm at a 30' mounting height. Due to the congestion of existing utilities, fixtures will not be considered to be placed on the North side of Big Timber Road. Upon completion, these concepts and associated anticipated construction costs will then be discussed with the City and agreed upon prior to completion of the contract documents. Due to existing lighting, roadway lighting will not be installed at Big Timber Road and Illinois Route 31 intersection. A concept analysis of the Big Timber Road and McLean Boulevard intersection shall be considered, however due to ROW restrictions, this construction is not anticipated to be included in this project. As requested by the City, design initially shall consider the use of one centrally-located controller for electrical service and photometric control of fixtures. The fixtures shall be considered to operate at 240 VAC with multitap type ballasts. Additionally, a fourth conductor shall be placed with the power conductors to make 120 VAC available for maintenance purposes and future use. Due to voltage drop concerns and costs associated with increased conductor sizes, the future additional loading shall be designed to be less than 5% of total circuit load. Power conductors below grade shall be in unit duct for general installation and in PVC-coated galvanized rigid steel underneath pavement structures. Directional boring will be encouraged in the contract documents. Note that we have included two submittals to the City for review, one at 60%design, and one at pre-final stage. We anticipate that comments at the pre-final stage will be minor and not require a final review submittal. Our staff will assist the City with advertising and bidding. We have not included attendance at a pre-bid meeting and have assumed the City will handle this meeting. We will review the bids and make recommendation to the City. City of Elgin Big Timber Lighting Project 22-Feb-01 Engineering Summary Proposed Design Cost Direct Hourly Direct Total Labor Direct Hours Rate Labor Multiplier Cost Expenses Total Cost Basic Design(see detail attached) 224 $19.7727 $ 4,429.08 2.95 $ 13,065.79 $ 610.00 I $ 13,675.79 ave. Total Basic Design Services I $ 13,676 Optional Design Effort(All items to be included in contract) Additional Photometric Analysis 16 $ 20.89 $ 334.24 2.95 $ 986.01 $ 50.00 $ 1,036.01 Design for 2nd Controller I 8 $ 20.89 $ 167.12 2.95 $ 493.00 $ 50.00 I $ 543.00 Analyze Int. -McLean/Big Timber 30 $ 20.89 $ 626.70 2.95 $ 1,848.77 $ 50.00 $ 1,898.77 Survey for Utilities/Curbline Surveyor 20 $ 22.58 $ 451.60 2.95 $ 1,332.22 $ 100.00 $ 1,432.22 Technician 20 $ 13.95 $ 279.00 2.95 $ 823.05 $ - $ 823.05 Sub-total Optional Services $ 5,733.05 Total Services to be Provided $ 19,408.83 Note: Basic design includes the use of the City record drawings as base sheets for presenting the lighting design, and utility atlas information will be used for design and requires contractor to locate and shift alignment to avoid utilities. Construction Phase Services(Not included in the Contract at this time) Office Engineering 30 20.89 $ 626.70 2.95 $ 1,848.77 $ 60.00 $ 1,908.77 Resident Project Representative* 90 17.37 $ 1,563.30 2.95 $ 4,611.74 $400.00 $ 5,011.74 Testing Services-not included Est.Construction Phase Services 1 $ 6,920.50 *Assumes 75%time for three week construction period ATTACHMENT B ACORD,. .CERTIFICATE OF. LIABILITY::.INSLJRANCEcsR SLDATE(hlhllDDYY) CPAWF-2 09/18/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ACEC/MARSH HOLDER.THIS CERTIFICATE DOES NOT AMEND.EXTEND OR 800 Market St, Ste. 2600 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St. Louis MO 63101-2500 COMPANIES AFFORDING COVERAGE COMPANY ?hone No 800-338-1391 Fax No. 888-621-3173 A Hartford Insurance Company INSURED COMPANY B COMPANY Crawford, Murphy & Tilly, Inc. C 2750 West Washington St. COMPANY Springfield IL 62702 D COvERAGES: : .::. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LCO TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE(MM/DD/YY) DATE(MM/DONY) (GENERAL LIABILITY GENERAL AGGREGATE 5 2000000 A X i COMMERCIAL GENERAL LIABILITY 84SBXCT1528 11/01/00 11/01/01 PRODUCTS•COMP/OP.AGG $2000000 .i..( CLAIMS MADE r " 1 OCCUR PERSONAL&ADV INJURY 5 1000000 H OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE 5 1 0 0 0 0 0 0 FIRE DAMAGE(Any one ire) 51000000 I I MED EXP(Any one person) 510000 %.UT:.`.Iv31LE Lrt.SILITY A XI AN(AUTO 8417EVNP2202 11/01/00 11/01/01 COMBINED SINGLE LIMIT S 1000000 ___I ALL OWNED AUTOS BODILY INJURY S I SCHEDULED AUTOS (Per person) X 1 HIRED AUTOS 1NON-OWNED BODILY INJURY $ X � AUTOS (Per accident) I IJI PROPERTY DAMAGE S GARAGE LIABILITY1. AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY. EACH ACCIDENT S AGGREGATE15 I EXCESS LIABILITY EACH OCCURRENCE 154000000 A L X UMBRELLA FORM 84XHVRN5201 ` 11/01/00 11/01/01 AGGREGATE (5 4000000 1 OTHER THAN UMBRELLA FORM FOLLOW FORM I I`I5 'WORKERS COMPENSATION AND I X (TORYTNITS I ICilli .: EMPLOYERS'LIABILITY I EL EACH ACCIDENT 15100000 — A THE PROPRIETOR/ INCL 84WJVBC8173 11/01/00 11/01/01 EL DISEASE-POLICY LIMIT I$ 500000 PARTNERS/EXECUTIVE I--- OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE S 100000 OTHER I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS CERTIFICATE.HOLDER •.. :::::..: :: CANCELLATION:'`::•:... . • : .. City of Elgin SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 150 Dexter Court EXPIRATION DATE THEREOF.THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. Elgin, IL 60120-5555 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NC)OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY.ITS AGENTS OR REPRESENTATIVES ACORD 25-S(1/95) . . :. .. - ATION 1988 • • • oaTE(1/27 00 1 ACORD,, CERTIFICATE OF LIABILITY ;INSURANCE PRODUCER 309-683-1065 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Holmes Murphy/Illinois ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 809 W. Detweiller Dr. #802 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Peoria, IL 61615 COMPANIES AFFORDING COVERAGE COMPANY A Security Insurance of Hartford INSURED _- ::::?MANY Crawford, Murphy & Tilly Inc. B 2750 West Washington ; COMPANY Springfield IL 62702 j C I -- COMPANY D COVERAGES •.: . THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD II ICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i CO I POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER I DATE(MM/DD)YY) DATE IMM/DD/YYI LIMITS • GENERAL LIABIUTY i i j GENERAL AGGREGATE : 3 COMMERCIAL GENERAL LIABILITY I PP.:Cu:CTS-CCM?CP.AGG S CLAIMS MACE j OCCUR I PERSONAL&ACV INJURY ' 3 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE ; 3 � FIRS DAMAGE Any 2ne fore) 3 MED EXP Any one person! 3 AUTOMOBILE LIABILITY I j COMBINED S,NGLE LIMIT S ANY AUTD __.,-.,..NEED AUTOS 1 BCCI_Y INJURY S SCHEDULED AUTOS (Per person) HIRED:.OTOS i ! BODILY INJURY I 9 NON-OWNED AUTOS (Per 3cc:CenCI � I r— PROPERTY DAMAGE 3 GARAGE LIABILITY I AUTO ONLY-EA ACC:CEENT 1 S ANY ALTO OTHER THAN AUTO ONLY: 1 —I EACH ACCIDENT I S '_) AGGREGATE S EXCESS LIABILITY i EACH OCCURRENCE 3 UMBRE_:A FORM • AC:GRECATE 3 :OTHER THAN UMBRE_LA FORM S WORKERS COMPENSATION AND _f,CC '� U- "T`•' ' i EMPLOYERS'LIABILITY ,.,RY LIMITS' ?R EL EACH ACCIDENT ; S TnE PROPRIETOR/ r i ;NCL i ! I EL DISEASE•POLICY LIMIT 1 3 CFhCERS APE. I ! EXCL EL DISEASE-EA EMPLOYEE , S I A ' OTHER AEE0701984 12/01/00 12/01/03 i PROFESSIONAL j $3,000,000 EA CLAIM; LIABILITY ; $5,000,000 AGGREGATE ' i I . DESCRIPTION OF OPERATIONS,LOCATIONS,VEHICLES,SPECIAL ITEMS CERTIFICATE HOLDER .. :' : ::. :CANCELLATION. :. . City of Elgin SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 150 Dexter Court EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Elgin, IL 60120-5555 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED EFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZE RESE T TIV IM• ACORD 25-S {1195) 0 ACORD CORPORATION 1988 OF foci `' Agenda Item No. City of Elgin g _ arEOFE�"' 0 E tFr March 16, 2001 (_ , 1 011 fpl. G ��41111 TO: Mayor and Members of the City Council ' oo lrrrr CCLg �_ I�� FROM: Joyce A. Parker, City Manager N f IT ! Ji FINANCIALLY STABLE CITY GOVERNMENT SUBJECT: Engineering Services Agreement EFFLIIYI FRNFRSTAST AND QUALRYIJ RUCTURE Big Timber Street Light Project PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an engineering services agreement with Crawford, Murphy & Tilly (CMT) to complete design engineering for the Big Timber Street Light Project . BACKGROUND r Each year, the City Council budgets money to install additional street lights throughout the City. This project will provide for the installation of streets lighting on Big Timber Road from State Street to McLean Boulevard. This Engineering Services Agreement will provide for the design engineering, contract documents and bidding assistance necessary to award a construction contract for the subject project . Request for proposals were sent to six firms, with proposals being received on January 19, 2001 from four firms : CMT + Hampton, Lenzini & Renwick R&H Anderson 4 Stanley Consultants A staff Selection Committee reviewed the four proposals and selected CMT as the top-rated firm. A copy of the results of the selection process is attached as Exhibit A. Upon selection, CMT met with staff to finalize the project scope and negotiate their fee . The final negotiated fee is $19,408 .83 . The tabulation of costs shown in Exhibit A shows one firm submitting a lower fee. The scope of work submitted by CMT includes additional hours to investigate lighting alternatives . Staff feels this investigation will provide an additional opportunity to optimize the lighting system. v rh- Engineering Services Agreement March 16, 2001 Page 2 A copy of the proposed agreement is attached as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The agreement with CMT will total $19, 408 . 83 . Moneys are budgeted in account number 275-0000-791 . 93-80 , project number 339549, Neighborhood Street Lights Program, in the amount of $120, 000 . 00 . Sufficient funds are available to enter into this agreement . vLEGAL IMPACT An agreement will need to be reviewed by the Legal Department . ALTERNATIVES rik 1. Enter into an engineering services agreement with CMT, to complete design engineering for the Big Timber Street Light Project . 2 . Do not enter into an agreement for the Big Timber Street Light Project . RECOMMENDATION It is recommended that City Council authorize the City Manager to execute an agreement with Crawford, Murphy & Tilly in the not-to- exceed amount of $19, 408 . 83 . Re :-ctfully submitted i' (42, ,, ..1„......._ Jo e A.� Parker City Manager SP:do Attachments C