Loading...
05-251 Resolution No.05-251 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CHRISTOPHER B. BURKE ENGINEERING LTD. FOR THE STREET LIGHTING INVENTORY PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Dolonna Mecum,City Clerk,be and are hereby authorized and directed to execute an Agreement with Christopher B.Burke Engineering,Ltd.on behalf of the City of Elgin regarding the street lighting inventory project,a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: August 24, 2005 Adopted: August 24, 2005 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT is hereby made and entered into this day of 14,0-, 2005,by and between the CITY OF ELGIN, Illinois, a municipal corporation(hereina r referred to as "CITY") and Christopher B. Burke Engineering, Ltd. (hereinafter referred to as "ENGINEER"), an Illinois corporation . WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in connection with CITY'S Street Light and Street Lighting Effectiveness Inventory (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 promises and covenants contained herein,the sufficiency of which is hereby mutually acknowledged,the CITY and ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent CITY in the engineering matters involved in the Project as set forth herein, subject to the following terms, conditions and stipulations: 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 ENGINEER will provide professional engineering services related to the inventory and effectiveness study of existing residential street lighting for the CITY's Street Light and Street Lighting Effectiveness Inventory project. Included in the services will be Project Administration, Inventory Street Lights,Data Input, Develop Residential Street Lighting Standard,Residential Street Lighting Improvement Plan, Presentation of Plan and Review of Plans. C. A detailed Scope of Services is attached hereto and incorporated herein as Exhibit B. - 2 - II. PROGRESS REPORTS A. An outline project milestone schedule is attached hereto and incorporated herein as Exhibit C. Time is of the essence of this agreement, and such Project Milestones shall constitute a material term of this agreement. B. A detailed project schedule for the Project will be provided upon request. 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 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 to the ENGINEER. IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 2.6132 times the direct hourly rate of personnel employed on this PROJECT,with the total fee not to exceed $79,363.01 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. Any such invoiced fees to ENGINEER shall be included with and construed as part of the above-referenced amount of $79,363.01. - 3 - C. Direct costs for items such as blueprints, messenger service, delivery, mileage, photos, outside copies, etc. will be invoiced at cost plus 10%. Estimated costs for direct cost items are included in the not to exceed fee listed in section N-A. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments 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. (See attached Exhibit A) 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 for any reason in CITY'S sole discretion. 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,provided,however, that such payment shall not exceed the amounts set forth under Paragraph N above. VII. TERM This Agreement unless terminated for cause or pursuant to Article VI or IX, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's - 4 - work under this agreement is completed and accepted by CITY in writing. 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 this 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 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 such 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. The provisions of this paragraph shall survive any termination and/or expiration of this agreement. - 5 - 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. 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 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. Such Certificate of Insurance shall include,but not be limited to, coverage for the obligations assumed by ENGINEER pursuant to Article X herein entitled "Indemnification". Such above-referenced 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 prorated, 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 - 6 - 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 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. NONDISCRIMINATIO N 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. 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. - 7 - 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, except to such extent as may be specifically provided for herein. 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. 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 - 8 - 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. 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. - 9 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: John P. Caruso, PE Head,Mechanical/Electrical Section Christopher B. Burke Engineering, Ltd. 9575 West Higgins Road, Suite 600 Rosemont, IL 60018 - 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 ByVAnt4^-i& By � City Clerk it Manag- (SEAL) For the ENGINEER: Dated this 26th day of July, A.D., 2005 ATTEST: • B ` /�� i! By ecretary Executive Vice President (S_ ' OFFICIAL SEAL MELISSA L ZIMMERMAN NOTARY PUBLIC,STATE OF ILLINOIS MY COMMISSION EXPIRES:09/17/05 • CHRISTOPHER B.BURKE ENGINEERING,LTD. 9575 W.HIGGINS ROAD,SUITE 600 ROSEMONT,IL 60018 EXHIBIT A ESTIMATE OF ENGINEERING COSTS Overhead Rate 128.40% CITY OF ELGIN Complexity Factor 0.00% STREET LIGHT AND STREET LIGHTING EFFECTIVENESS INVENTORY PERSONNEL&HOURS(AVERAGE RATES BY CLASSIFICATION) ENGINEER ENGINEER ENGINEERING PROJECT STAFF WORD TOTAL PAYROLL DIRECT OVERHEAD FIXED FEE TOTAL TASK DESCRIPTION V II TECHNICIAN II SURVEYOR SURVEYOR PROCESSOR HOURS COSTS RATE $45.48 $23.76 $28.43 $27.25 $19.83 $20.37 1 PROJECT ADMINISTRATION 40 0 0 0 0 0 40 $1,819.20 $0.00 $2,335.85 $606.70 $4,761.76 2 INVENTORY STREET LIGHTS 20 100 100 160 160 4 544 $13,742.88 $0.00 $17,645.86 $4,583.25 $35,971.99 3 DATA INPUT 8 40 40 0 0 0 88 $2,451.44_ $9,000.00 $3,147.65 $2,122.56 $16,721.64 DEVELOP RESIDENTIAL STREET 4 LIGHTING STANDARD 40 32 20_ 0 0 4 96 $3,229.60 $50.00 $4,146.81 $1,084.32 $8,510.73 RESIDENTIAL STREET LIGHTING 5 IMPROVEMENT PLAN 8 40 40 0 0 8 96 $2,614.40 $150.00 $3,356.89 $893.65 $7,014.94 6 PRESENTATION OF PLAN 8 12 8. 0 0 8 36 $1,039.36 $100.00 $1,334.54 $361.13 $2,835.02 7 REVIEW OF PLANS 8 0 32 0 0 4 44 $1,355.08 $0.00 $1,739.92 $451.92 $3,546.92 TOTAL DESIGN COST 132 224 240 160 160 28 944 $26,251.96 $9,300.00 $33,707.52 $10,103.53 $79,363.01 NOTES RATES SHOWN ARE AVERAGE RATE FOR CLASSIFICATION DIRECT COSTS INCLUDE ESTIMATES FOR REPRODUCTION SERVICES,POSTAGE/MESSENGER,MILEAGE,AND PHOTOS. N:\ELGIN\05269\Admin\Exhibit A engineeringcost Lighting study 072505.xls 7/25/2005 1 EXHIBIT B - SCOPE OF SERVICES I. Street Light and Street Lighting Effectiveness Inventory Task 1 — Project Administration: Christopher B. Burke Engineering, Ltd. (CBBEL) will attend meetings at the City of Elgin Department of Public Works and in the field to coordinate the work related to this project. Task 2 — Inventory Street Lights: CBBEL will provide in house staff to inventory existing street lighting in the residential areas throughout the City. CBBEL will verify the list of City maintained street lights by address provided by the City, and add the street lights inventoried in the field to that list. CBBEL will locate via GPS survey equipment those lights which have not been inventoried by the City. The inventory shall include type of light, pole type, wattage, approximate mounting height and coordinate location. Task 3 — Data Input: CBBEL will input the inventory data into the City of Elgin's Cassworks system. CBBEL will sub contract the professional services of RJN Group to assist CBBEL and the City with downloading the data gathered in the inventory process into the City's Cassworks software program. The Cassworks system is a proprietary program developed by RJN group to assist the City in maintaining Public Works property. To provide an efficient transfer of information RJN group will furnish services to conduct a Cassworks Data Workflow Workshop, provide a pilot data conversion program to input a portion of the data, provide programming in the form of Data Conversion Loaders, and provide assistance in Final Programming Data Conversion Loaders. Task 4 — Develop Residential Street Lighting Standard: CBBEL will meet with the City staff and make recommendations to develop a residential street lighting standard. The standard will address pole and luminaire types, mounting heights, wattage, spacing, etc. CBBEL will prepare the standard for City review and acceptance. Task 5 — Residential Street Lighting Improvement Plan: Upon determination of a residential street lighting standard with City staff input, CBBEL will prepare exhibits which will illustrate where lighting improvements may be required, indicating the approximate number of light poles recommended for the proposed improvement areas. An opinion of probable construction cost will be prepared to establish a budget for the recommended lighting improvements. Task 6 — Presentation of Plan: CBBEL will present the proposed improvement plan to City staff and we assume attendance at one City Council meeting to present the plan to council members. Task 7 — Review of Proposed Development Plans: CBBEL will review up to four proposed residential development plan sets for compliance with the findings from the Residential Street Lighting Inventory and Study Report and the City's current Residential Street Lighting Standards. N:\PROPOSALS\ADMIN\2005\Elgin Street Lighting Study EXHIBIT B.doc City of Elgin Street Light and Lighting Effectiveness Inventory EXHIBIT C-Proposed Project Schedule AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER TASK TASK Month 1 2 3 4 5 NO. Week 1 1 2 1 3 1 4 1 1 2 1 3 4 1 2 1 3 1 4 1 2 1 3 4 1 1 2 1 3 1 4 NOTICE TO PROCEED Nim 1 PROJECT ADMINISTRATION 2 INVENTORY STREET LIGHTS 3 DATA INPUT m= 4 DEVELOP RESIDENTIAL STREET LIGHTING STANDARD 5 RESIDENTIAL STREET LIGHTING IMPROVEMENT PLAN 6 PRESENTATION OF PLAN 7 REVIEW PROPOSED DEVELOPMENT PLANS N:\ELGIN\05269\Admin\EXHIBIT C Protect schedule Lighting Study.xls 7/26/2005 07 202005 08:07 FAX 847 517 9033 AVA INS AGENCY H I. . ! ClierilAI: 18012 3pHRIBBLI • A C ORD,. CERTIFICATE OF LIAM ITY INSURANCE ; . 1 ,1 ,ii DATE,(1.111110/1Y-0 F1)7126/200'5 '' I .2.4-.L...... PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER tF 'VA Insurance AgencLLC INFIORMATICIN ONLY AND CONFERS NO RIGHTS UPON-1-K 01211FICATE • • y, HOLDER.THIS CERTIP,ICATE DOES.NO r AMEND,•EXTEND OR 425 N. Martingale Road ALTER THE COVERAGE AFFORDED BY THE PO AcIES6•ELOIN: , . ____ Ste 1100 I , I Schaumburg, IL. G0173 INSURERS AFFORDING COVERAGE ; .,..4„...—...-......-.--• ' ' NAIC# , . .—....—, INSURED INSURER A: Lexington Insurance Conk -a_:. rrany • - 'I ' 141437 ' Christopher B. Burke Engineering, Ltd. INSURER B: ; ;7,-- ,_____ Ms.Susan Wentz INSURER C: I : • • 'i ,Ik •1 II--- 9575 W.Higgins11,..„ j Road,Ste.600 . INSURER D: . Rosemont,IL 60018-4920 ' -!..:--:---'--t !I iNsuRER E: ‘ . . .1 ,..;.--• l.___4___LU-4._. ..., — . . i 1 A COVERAGEs - THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD MDICATED,No.WIITH.,T141.1DiNG : ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VVHIC$-I THIS CERTIFICPNTE MAY Ii3 .iSSUED OF: MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONE rrioN. dr" POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. __----- Ing715Y PouctrEFFecTIvE oLJcY EXPIRATION, LTR N512 _ TYPE OF INSURANCEP POLICY NUMBER DATE(MM/DINYYI ,..t, ....ullirt:tc ' .41 i . GENERAL LIABILITY ' '' 1 EACH OCOoRNplAs, ', i ; ' DAMAGE WO-RENTED ;;- i !1••• • L . __ commER''.:AL GENERAL LIAB,L1TY , pREMISES iliiGgn5.1:' :$ • , 17 , —1 CLAIMS MADE Li OCCUR .• , MED Ex1441,,,onct pe son',"; 11:'1•I,• 1 I" ' -- —,—H-----h--r.—i,--- : !• , , pgRsoN/iA S Al)V ; .., , GENEi:GENERALAGGRE:(114!) : ,i • , . :, ... .. ' ,II • GENI_A.00REGATE Limn-APPUES PER:, , i i, . ! PRODUOTO-OW PfitIG' 1 ;I' i •,, ! : , . '—'11"- 1Pt _E 1 :( 1!''te9 I.•LOC . , , , . , • l : i ',"71 AUTOMOBILE LIAEULI .. COMBINE TY - , 11 , 0 SINGET4miT' 1 ' '. 7 ANY AUTO (Es accIcterIO 1 ' ;•1 1, _....., ALL OWNED AUTOS BODILY INJURY __ SC:HEDULED AUTOS • (Per petryp ___ •• - . HIRED AUTOS ' •-- ' 30011.'''INUiURY . :, ' - NON-OWNED AUTOS •• • .. ' (Per acodcro -- —'.; :_:._......7____„--1-........ • . -- • PRoPERTir DAMAt$E '••• '1!„„ •,:i , • I (Par accidir) - ' ft; I I • I I ---!_-...--....--4.--I-7---1.7.-i-----r--7-1---• GARAGE LIABILITY • AUTO°MIN-EA ACCIDU414. 1 % ...,......."1-4,, ANY AUTO OTHER TI-IAN ' ' -4---2--1--44,,,,7 I'' t. •il II _ AuTO,ONL;Y: .' .j_ Ad,154i1; — ; . F EXCESS/UMBRELLA LIABILITY ' . EACH JRRENCL i _-_-]OCCUR I 1 CLAIMS MADE . .I AGGREGATE — UEDUCTIE LE .. • L • $ - ' 1I---- „ ENSAAT1,1174 WORKERS COMPIION AND '• TOILL/414 '-i-f--4-----i--i-1--- EmPLOYERS'LIABTLITY , ANY PROPRIETOR/FARTNER/EXECUIIVE . , EL EACI ACc:IDEN'S $ '' ; .: '''' OFFICER/MEMBER EXCLUDED7 ' '1 ••• — E.L.EDISMSE1,-;EAKIPL ....p, „yea,desalt*undo/ - '1 . , SPEGik...PROV:SIONS bok:m• • • ;i ', E.L.CtIS,ASE-POLIdiY L WI'i1 S. .1,:1- 1 ' 1 OTHER ;i2 i • :1' , 1;ti I,.! 1 A Professional 4148815 04/07/05 04/07/06.! Per CItiirn . 000;000d I'll • ; 1, - , _.• ••_!!!•41 I •: • Liability : i , Aggreozl: 4AtCf) .u,' .,i i ....._.— ...._ DEsCRIPTiON OF OPERATIONS I LOCATIONS!VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONSI--',• 1 ir , :' * 1 Except'For Non-Payment, 10 day , , , 1 : ! ,,,i,' • ,; 1! Re: Street Light and Street Lighting Effectiveness Inventory : 1, 1 : ' ., 1 ! I; fi.• • . 1111 . ' • .. „ . . . . , 1 . . . ----- __— -- — --- ..— i ' .— ._..4. ..L.„....... .,.—i...._.: .- . j 1 CERTIFICATE HOLDER CANCELLATION . ! • • . . . .......... .........,...-----.........—.--...... ...—........ri........ i.LL.I.. .p.onso+...--r.....i.....L.,.........i SHOULD ANY OF THE ABOVE DESCRIBED POLICIE DE CANcriLLFD BEFORE THEI EX41Pgri ON j City of Elgin DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR IONA,;:.; i:iftl 'oivrib viTtEN I 150 Dexter Court NOTICE TO THE CERTIFICATE HOLDER NAMED TOI-INE:LEFT.,B.0 11•41.. 0::0 DCi SIAHALL Elgin, IL 60120 • • .•,. , • /REPOSE NO OBLIGATION OR LIABILITY OF ANY KM LI BOON Ili:Vl$,URE114 IT AGOTrIDR: . . • A . REPRESENTATIVES. . -1 L --‘ AUTHORIZED REPRESENTATIVE --',"1-1- '- . 1 . ,. . . . 1111,/.. 6' 1-3 ---:1-...--......----,---- -1 .----1 ACORD 25(2001/OE) i of 2 t'S189336/M188509 , 31iBuEco A((Fdp ccirloRA-rl it N 1938 • . i• ; : ; 1, • . . . . • 1 I • 4 • ,,, •. , • • ' •I l', :!, ': • . 07 '28/2005 TUE 13:40 FAX 7084293105 The Orihon Group [ l I,�I I [i(o+1G 1�0 i'! I µ t !MfrroiAnhv) j_kc ORP �EIR1 I ICATE OF LIABILITY INSURANCE ! �9/z�i g.�u PRODUCER FAX 708 4Z9-3105 THIS CERTIFICATE'IS ISSUED ASA MATTER OF INFQRMATIbN The Orthon Group ONLY AND CONFERS NO RIGHTS UPON THS CIERTIIi ICATE HOLDER.THIS CERTIFICATE DOES NOT AI!MEND,EXTEND'DR 8041A W. 186th Street ALTER THE COVERAGE AFFORDED BY IHE P OLI4S BEL V1I. ___ Tinley Park, IL 60477 i, 1 INSURERS AFFORDING COVERAGE , NNNAI(;.:#1 I, 1 INSURED Chr1 stop6ier B. Bu 1 e Engineering Ltd. INSURER A• St. Paul Fir & Marine I �. I: --__ _Ti- .., 9575 W. Higgins Road, #600 INSURER B: i • I'1M .1 I i i Rosemont, IL 60018 INSURER C: iii ;� `.,:. ....4_ 14.1,_II.: I -r_• _ INSURER D: i _TI - kk I r ; ''i; }} {{ INSURER E: ' 1 I , 1 COVERAGES _—_�._....- 4,..'- . •if ,l.l ,,'.;I.:: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY P RId)D;1 IC>,'T= .:f(30.T W ff�-+SI SEL"IN�i ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS E:RTII'I : TE Ad/W a l5lic_C os MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXC USION�S,AID "hlrApONS'.:IF:.Lj:hi POLICIES AGGREOATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. T1 I f ; ' INSR DD•L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLI Y EX��IRA7i0N 1 14i1fb �'T—I ,2_1.6_ . \ DATE IMM/DD/YYI DA' fNjMIbDlY?YA i „:,,,-IL. I 11- _-__,._.r,..-,-.__._ GENERAL LIABILITY BK01923271 10/15/2004 10/11'20.05 EACH4(.0 REN(IE '.!' la 1,!000,01 IU •X COMMERCIAL GENERAL LIABILITY - DAMAri' TO REN-'ED 'r`17-77-714-0.---00-0-•, pRFr, , ffic,trrraFt�;! ,. r•F- -7_1 CLAIMS MADE X OCCUR MED E):'(Any dr*pIyl' I..[S,.�,, I 11(�,000 A — -- , PEP,SO AL&MA'jl'J1 III I I i',.,:i ,000,000 - - GENE' L AGGf*P- r .11 -' i( I ,000 -GEN'L AGGREGATE LIMIT APPLIES PER: PRODUI TS COMP/orrGG 1 I!I! •( e i ."1,000 .__I POLICY X J JECT I (LOG ( i' AUTOMOBILE LIABILITY BA01923255 10/15/2004 10/1/(2005COIL• C :: -, �LIn I' 1 - . I III ; X ANY AU LO . ; (Ea acdi am) -X ALL OWNED AUTOS BODILY INJURY r $I I A -ir SCHEDULEC AUTOS (Per perion) 1 --- ,:— ' X I HIRED AUTOS t BODILY ?JURY , i X NON-OWNED AUTOS • (Per accF1':rd) "" ___.- __-_______ PROF•'SRT(DAMIE ,L i.. ; • (Peea `J nl i, ,i' SI I I ,-- _..---_...-._.---�. -_ ti., N -' - ,'i! 1' -i GARAGE LIABIL•TY ,,LL I I I v �...� I AU..4 ..`1LY,E�1_AC41D r�I;F I.0 I ANY AUTO - � --r r[ I � -r-1 07HE HAI) . ; {I .--OPT"'1$ Ii; ji ' - 1 AUYO C"ELY: �i3fjr . r;- I , • 3 I.'��I,.� I.. EXCESS/UMBRELLALIABILITi BK01923271 10/15/2004 1001/2005 EAdHU cnlal ai-E 0"°- I I;j 101'l,n ,000 1 OCCUR 1 i CLAIMS MADE: I I AGGR bre rg I'.I. ,_,•I;•I 1Q,0'+16,000 A I ----r 1 -II -T.�q- - DEDUCT IBLE � II X P..ETENFION $ 10,000 - •. WORKERS COMPENSATION AND BW01919352 10/15/2004 10/15/2005 X L"J STATu... i(%ft:- EMPLOYERS LIABLITY I ' - •YlJMllti, .: N: _H.'- '-' --J A ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EA I-AC(_IDENT j T I w� /�,Q•;I(I OFF•CER/MEMBER EXCLUDED? P l E.I.• r— _�s -Fr, MnFL+xfEe s� 00,--. iLye ,describe under ---^ SPECIAL PROVISIONS below E.L..DIS-ASE pb IC"�n11 ; ,000 • OTHER �' -rt-•'�- i. ,t 1 rJM'_a,'-_1 I -- OT •HER li , If 'IL I - DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS I • f tl' 7'I CI ! 'I I, Project: Street Light and Street Lighting Effectiveness Inventory- t , ! i i.I y . ,I',h +,f I i l i , II li The Genf>..ral Liability coverage includes Blanket Additional Insured -Et 4orsemen1 C-/00. 9 3 0.., l ut b*119, ,vhere required by written contract. Coverage is primary, non-contributory per form CL/0O ,44 01H ;J Transfer of Rights of Recovery and Proceeds Against Others to Us form :CL/ 21 3D Is. incl(uoi dI BF :Waiveit , - I "- of Our Right to Recover From Others form WC 00 03 13 is included where' required 6 wrlt,ten !o>�1 ..act. ' l_. '--4'----'. - CERTIFICATE HOLDER CANCELLATION' ._ ;I7+.7".."h' � SHOULD ANY OF THE ABOVE:DISCRIBED POLICIESIELE cAI•�1f ',IiLE,fYI�}FO .TPIr I, EXPIRATION DATE THEIZ OF,,THE ISSUINW SUI IER„W'ILL IE40, ,.I-0 MI4Ir 1' 30 DAYS WRUI FEII I IOTI,OETO THB-C4 TIFID!),'FEIHOL,,ilyD,,I£ :]J,�h �1 TO the I T FIT, City of El gin BUT FAILURE TO MAIL ZSI*H 9�g�CITICE SI4A+f IMPl�rda' kla.�(All OD 0R L+AP1''IYY� 150 Dexter Court OF ANY KIND UPONTHE IM L R ITS AGEr TS''If'I}}LPI;EEI(Ei 77'$. ( I I � I . Elgin, IL_ 60120 AUTHORIZED REPRESENT4,1111 E i .Ij II :•:,11.!•; I 'al,lll II'I William Donne ICU :ARM A/1x ' ," I'+,I I ACORD:'_5(2001/08) • I 1 I (iyt0 . j '0 POF/i I lcll 1988 : is :. 1 M ' 1 ,c( '"A' ' �'��''s City of Elgin Agenda Item No. qi E Yk L t:,: August 5, 2005 G ,i111 11101 ia VI: SrUPI JI I 'n TO: Mayor and Members of the City Council FINANCIALLY STABLE CITY GOVERNMENT EFFICIENT SERVICES. AND QUALITY INFRASTRUCTURE FROM: Olufemi Folarin, City Manager John Loete, Public Works Direc r SUBJECT: Street Lighting Inventory Contract 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 Christopher B. Burke Engineering, LTD. (CBBEL)to provide consulting services to perform a street lighting inventory. �.. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with Christopher B. Burke Engineering, LTD. in the amount of$79,363.01 for the street lighting inventory project. BACKGROUND The City has approximately 6,600 street lights within its limits. About 2,800 of those are City owned and maintained and the balance are ComEd lights attached to their wooden poles. In 2003, a re-lamping project was completed with Motor Fuel Tax (MFT) Funds for all City owned street lights which accomplished an initial inventory of the equipment in place at that time and a numbering of the poles for identification. The project did not collect data regarding their physical mapped location. Currently, there is no adopted residential lighting standard that can be applied to evaluate the effectiveness of lighting in the City's neighborhoods. Each year Riverboat Funds are budgeted to install "mid-block" lights throughout the City on an "as requested" basis. Planning future areas of need is difficult however because a good working inventory of not only the lights, but the lighting effectiveness, does not exist. In order to plan future street lighting upgrades and to develop a systematic approach to future improvement plans, an inventory that includes the light locations of all the lights in the City (including ComEd lights) and an evaluation of their effectiveness is needed. Once the inventory is complete, the development of a residential oh- lighting standard can be used to test existing conditions, determine where improvements are most needed and then perform the actual installation. Ai Street Lighting Effectiveness Inventory August 5, 2005 Page 2 A request for proposals was prepared by City staff and sent out to five engineering consultant firms. Four proposals were received. The firms submitting proposals include CBBEL, Stanley, Burns and McDonnell and HLR. A staff selection committee evaluated all four proposals and determined that CBBEL is the most qualified firm to perform the subject work. CBBEL is currently working on the design for 2005 Neighborhood, Mid block and Congdon Avenue Lighting Projects for the City. Upon selection, the fees for all four firms were reviewed. CBBEL submitted the lowest fee ($64,516.01) of all four proposals. The scope of work includes an inventory of all street lights within the City, data input into the Public Works Department's work management system, development of a residential street light standard and the development of a residential street light improvement plan. A copy of the proposed agreement with a detailed scope of services is attached. A component of the work includes inputting collected data into the Public Works work management system. This work management system is utilized to manage our public improvements inventory and to issue and track work orders for maintenance of those facilities. RJN Engineers implemented the work management system (Cassworks) for the City in 2001. To t input the data into Cassworks requires some associated effort by RJN which was not included in any of the four proposals because a cost had not yet been determined. RJN has since negotiated a cost of$14, 847 with staff to complete the data conversion. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None QJUFINANCIAL The IMPACT total cost of this agreement with CBBEL is $79,363.01. It is recommended that funding for this project be transferred from the 2005 Mid-block Street Lighting Program ($224,185 budgeted and $110,995 available). Specifically, approval is being sought to transfer $79,400 from the Riverboat Fund, account number 275-0000-791.92-36, "Building and Structures", project number 339782, "Mid-block Street Lighting Project"to this newly created project. LEGAL IMPACT VIVI/ The draft agreement is being reviewed by the Legal Department. ALTERNATIVES AAR. 1. Approve the consulting services agreement with Christopher B. Burke Engineering, LTD. �,. Street Lighting Effectiveness Inventory August 5, 2005 Page 3 2. Do not approve the consulting services agreement with Christopher B. Burke Engineering, LTD. Respectfully submitted for Council consideration. JL Attachment