Loading...
02-371 Resolution No. 02-371 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HAMPTON, LENZINI & RENWICK, INC. FOR THE SHALES PARKWAY STREET LIGHTING DESIGN BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Olufemi Folarin, 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 Hampton, Lenzini & Renwick, Inc . for the Shales Parkway Street Lighting Design, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: December 4 , 2002 Adopted: December 4 , 2002 Omnibus Vote : Yeas : 7 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT, made and entered into this / day of „X4, 2002,by and between the CITY OF ELGIN, an Illinois municipal corporation(hereinafter referred to as "CITY") and Hampton, Lenzini, & Renwick, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with Shales Parkway Street Lighting Design (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, for and in consideration of the mutual undertakings as set forth herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the City and the ENGINEER agree that the City does hereby retain the ENGINEER to act for and represent the City in the engineering matters involved in the Project as set forth herein subject to the following terms conditions and stipulations, to wit: 1. 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 services provided by the Engineer are outlined as follows: 1. Project Start Up 2. Photometric Analysis 3. Light Standards Development 4. Plans and Specifications for Shales Pkwy. US 20 and IL 19 - 2 - C. A detailed Scope of Services is attached hereto as Attachment A and an estimate of effort and costs are included in Attachment B. 2. STATUS REPORTS A. The estimated start date is December 9, 2002,with bidding anticipated to occur by May 1, 2003. The estimated substantial completion of the construction to be designed is September 15, 2003. 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. 3. 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. 4. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be reimbursed at the rate of 1.0 times the direct hourly rate of personnel employed on this PROJECT,with the total fee not to exceed $30,875.20 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 5% . Any such fees are included in the above referred amount of$30,875.20. C. Total Direct Labor $29,624.00 In-house direct expense $1,251.20 - 3 - Total Engineering Effort $30,875.20 D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Status reports (2B 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. 6. 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. 7. 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. - 4 - 8. 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 CITY relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the CITY shall proceed without interruption. 9. 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. 10. 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, 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. 11. 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. - 5 - 12. 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 written in occurrence form 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 written in occurrence form 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. 13. CONSTRUCTION MEANS,METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY - 6 - 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. 14. 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. 15. 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. 16. 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. 17. NO CO-PARTNERSHIP OR AGENCY This agreement shall not be construed so as to create a partnership,joint venture, - 7 - employment or other agency relationship between the parties hereto. 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. - 8 - 24. 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. 25. 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. - 26. 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. 27. 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 - 9 - 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: DOUGLAS F. PAULUS, P. E. Hampton, Lenzini, & Renwick, Inc. 380 Shepard Dr. Elgin, IL 60123 - 10 - IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By ni?.cty. Bye `►� - --City Clerk City` anage (SEAL) For the ENGINEER: Dated this/1/4 day of /VC2 Ve.4.14 , A.D., 2002. ATTEST: B By / cretary 1,President (SEAL) June 2002 Std Agmt ATTACHMENT A City of Elgin Shales Pkwy. Street Lighting Design Project Approach—Design(taken from HLR's response to the RFP) • Provide the City with the overall design,plans, specifications, and bid documents for the installation of street lighting along Shales Pkwy. from US 20 to Chicago St(IL 19). Develop a lighting design for Shales Pkwy. that starts with the standard developed for Big Timber Rd. and performs the photometric calculation on the existing lighting on Shales Pkwy. north of IL 19 to document the current level. From this comparison a recommendation to the City will be made on the lighting level for the subject portion of roadway. The lighting design will involve consideration of visibility, economics, esthetics, safety and environmental conditions. • Procure existing street plans. Contact utilities about their existing utility locations, and check with ComEd regarding power sources for controller locations. • Meet with City staff to discuss their requirements for the lighting along Shales Pkwy. • Finalize preliminary plans and meet with City staff to resolve outstanding issues. • Complete pre-final plans, specifications, and estimate of cost, and coordinate with City staff. • Note that we have included two submittals to the City for review, one at 60% design, and one at pre-final stage. We anticipate comments at the pre-final stage will be minor and not require a final review submittal. • Provide final plans, specifications, estimate of cost to the City for bidding purposes. Assist the City in evaluating the bidders and recommend the contractor with the lowest responsible bid. • Plans, specifications, and bid documents will be completed by or before April 1, 2003, with the construction bid opening not later than May 1, 2003. • No services by others are anticipated for the design portion of this contract. ATTACHMENT B: FEE PROPOSAL SHALES PARKWAY STREET-LIGHTING DESIGN Manpower Cost Supplemental Topographic Survey and Cross Sections T6 16 hours @ $72.00 $ 1,152.00 T3 16 hours @ 49.00 784.00 Data Transfer T7 1 hour @ 79.50 79.50 Plot Topography T4 60 hours @ 55.00 3,300.00 Street Light Design PR 4 hours @ 122.50 490.00 E5 120 hours @ 80.50 9,660.00 Miscellaneous Design E5 16 hours @ 80.50 1,288.00 Final Plan Drafting T4 60 hours @ 55.00 3,300.00 Final Miscellaneous Drafting T4 16 hours @ 55.00 880.00 Plan Quantities E5 16 hours @ 80.50 1,288.00 Estimate of Cost E5 5 hours @ 80.50 402.50 Specifications E5 16 hours @ 80.50 1,288.00 Office Review PR 12 hours @ 122.50 1,470.00 Printing and Binding T3 4 hours @ 49.00 196.00 Typing C2 16 hours @ 59.50 952.00 Consultation and Coordination PR 8 hours @ 122.50 980.00 E5 8 hours @ 80.50 644.00 Project Administration PR 12 hours @ 122.50 1,470.00 Total Manpower Cost $29,624.00 In-House Direct Cost CADD Time 136 hours @ 9.20 1,251.20 Total Engineering Cost $30,875.20 HAMPTON, LENZINI AND RENWICK, INC. HOURLY RATES A . Grade Classification 2002-B of Employee Hourly Rate Principal $122.50 Engineer 8 110.20 Engineer 7 96.00 Engineer 6 93.00 Engineer 5 80.50 Engineer 4 77.00 Engineer 3 71.20 Engineer 2 67.00 Engineer 1 61.00 Technician 7 79.50 Technician 6 72.00 Technician 5 62.80 Technician 4 55.00 Technician 3 49.00 Technician 2 44.00 Technician 1 39.00 Clerical 2 59.50 Clerical 1 41.50 Accountant 57.00 OF f< (t).) City of Elgin Agenda Item No. {nnti\ L O Er November 15, 2002 G 1J;,: 3 TO: Mayor and Members of the City Council N 1 FINANCIALLY STABLE CITYGONEPNMENT FROM: Olufemi Folarin, Interim City ManagerANDODUALITQY INFRASTRUCTURE SUBJECT: Engineering Services Agreement for Shales Parkway Street Lighting Design PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with Hampton, Lenzini, and Renwick, Inc. (HLR) to complete the engineering design and bidding for the Shales Parkway Street Light Project . BACKGROUND Included in the 2002 Budget is an annual allocation of funds for a project to install street lights on collector/arterial streets throughout the City. This funding is included in the contract portion ($100, 000) of the 2002 Neighborhood Street Light Program ($120, 000) . Funding from the 2000 and 2001 programs was used to design and construct the project finished this year, which installed lighting along Big Timber Rd. from IL 31 to McLean Boulevard. The current project will provide for the installation of streets lighting on Shales Parkway from US 20 to Chicago Street (IL 19) . The total project budget is anticipated to be $200, 000, with the balance coming from the 2003 Annual Street Lighting Program ($100, 000) . The Engineering Services Agreement (attached) 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 eight firms, with proposals being received on October 21, 2002 from five firms : 4 Crawford, Murphy, & Tilly -4Hampton, Lenzini & Renwick -> Burns & McDonnell -� Ciorba Group ''- elm, Engineering Services Agreement for Shales Pkwy Street Lighting November 15, 2002 Page 2 4 Peter F. Oleson and Associates A staff Selection Committee reviewed the five proposals and selected HLR as the top-rated firm. A copy of the results of the selection process is attached as Exhibit A. Upon selection, HLR met with staff to finalize the project scope and negotiate their fee. The final negotiated fee is $30, 875 .20 . A copy of the proposed agreement is attached as Exhibit B. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None 9111CFINANCIAL IMPACT The agreement with HLR will total g $30, 875 .20 . Moneys are budgeted and available in account number 275-0000-791 . 92-36, project number 339777, Shales Parkway Street Lights, in the amount of $105, 000 . 00 . These funds were transferred from the 2002 Neighborhood Street Light Program, account number 275-0000- 791 . 92-36, project number 339549 . Sufficient funds are available to enter into this agreement . LE IMPACT \4k//// None ALTERNATIVES 1. Enter into an engineering services agreement with HLR, to complete design engineering for the Shales Parkway Street Light Project . 2 . Do not enter into an agreement for the Shales Parkway Street Light Project . r Engineering Services Agreement for Shales Pkwy Street Lighting November 15, 2002 Page 3 RECOMMENDATION It is recommended that City Council authorize the Interim City Manager to execute an agreement with Hampton, Lenzini, & Renwick, Inc. in the not-to-exceed amount of $30, 875 .20 . Respectfully submitted, 4t164... Olufemi F aYin Inter' y ger JML:cab Attachments