Loading...
08-86 Resolution No. 08-86 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CONSOLIDATED CONSULTING ENGINEERS (HVAC System Evaluations) BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Olufemi Folarin,City Manager,and Diane Robertson,City Clerk,be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Consolidated Consulting Engineers for professional services in relation to HVAC Systems in the Police Facility and the Riverside Water Plant, a copy of which is attached hereto and made a part hereof by reference. s/Ed Schock Ed Schock, Mayor Presented: March 26, 2008 Adopted: March 26, 2008 Omnibus Vote: Yeas: 4 Nays: 0 Attest: s/Diane Robertson Diane Robertson, City Clerk AGREEMENT THIS AGREEMENT, made and entered into this / .-day of March, 2008,by and between the CITY OF ELGIN, an Illinois municipal corporation(hereinafter referred to as "CITY") and Consolidated Consulting Engineers (hereinafter referred to as "Consultant"). WHEREAS,the CITY desires to engage the Consultant to furnish certain professional services in relation to HVAC system evaluation and the preparation of specifications and bid documents for upgrades to existing systems (hereinafter referred to as the"PROJECT"). AND WHEREAS,the Consultant 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 Consultant that the CITY does hereby retain the Consultant 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 consulting 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 Building Maintenance Superintendent of the CITY,herein after referred to as the "DIRECTOR". B. A detailed Scope of Services is attached hereto as Attachment A. II.ITEMS NOT INCLUDED IN SCOPE OF WORK A.Reimbursable Items: Included in Scope of Work III. PROGRESS REPORTS A. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in Paragraph B. below: B. The Consultant 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. IV. WORK PRODUCTS All work products prepared by the Consultant 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 Consultant 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 Consultant. V. PAYMENTS TO THE CONSULTANT (Lump Sum Method) A. The CITY shall reimburse the Consultant for services under this Agreement, a lump sum of sixty seven thousand($67,000) dollars,regardless of actual costs incurred by the Consultant. Modifications to the project shall be authorized in writing by the City. In the event of any such written authorization by the City, it is agreed that the hourly rate for additional services will be per the Fee Schedule in Attachment A. B. The CITY shall make periodic payments to the Consultant based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the Consultant shall not exceed the amounts shown in the proposal, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. VI. INVOICES A. The Consultant shall submit invoices in a format approved by the CITY. Progress reports for the project will be included with all payment requests. B. The Consultant shall maintain records showing actual time devoted and costs incurred. The Consultant shall permit the authorized representative of the CITY to inspect and audit all data and records of the Consultant for work done under this Agreement. The Consultant shall make these records available at reasonable times during the Agreement period and for a year after termination of this Agreement. VII. 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 Consultant. In the event that this Agreement is so terminated,the Consultant 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 Article V above. VIII. TERM This Agreement shall become effective as of the date the Consultant is given a notice to proceed and, unless terminated for cause or pursuant to Article VII, shall be deemed concluded on the date the CITY determines that all of the Consultant'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. The term of the Agreement is three years, conditioned upon satisfactory performance by the Consultant and appropriation of fund by the City Council. If no funds are appropriated for a year of the contract, services will not be provided for that year and the remainder of the Agreement shall remain in full force and effect. IX. NOTICE OF CLAIM If the Consultant wishes to make a claim for additional compensation as a result of action taken by the CITY,the Consultant 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 Consultant's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the Consultant. Regardless of the decision of the DIRECTOR relative to a claim submitted by the Consultant, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. I. 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. at/ XI INDEMNIFICATION To the fullest extent permitted by law, Consultant 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 Consultant in connection herewith, including negligence or omissions of employees or agents of the Consultant 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. The provisions of this paragraph shall survive any termination and/or expiration of this agreement. XII. 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. XIII. INSURANCE A. Comprehensive Liability. The Consultant 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 $2,000,000 aggregate for bodily injury and$2,000,000 aggregate for property damage. The Consultant 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 Consultant 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$2,000,000 per occurrence subject to a$2,000,000 aggregate. D. Professional Liability. The Consultant shall carry Consultant's Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $2,000,000 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. XIV. CONSTRUCTION MEANS,METHODS,TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The Consultant 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. XV. 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. XVI. 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. XVII. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the Consultant shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the Consultant 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. XVIII. 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. XIX. 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. X.X. 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. XXI. 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. XXII. 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. XXIII. NEWS RELEASES The Consultant may not issue any news releases without prior approval from the DIRECTOR,nor will the Consultant make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIV. COOPERATION WITH OTHER CONSULTANTS The Consultant shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXV. INTERFERENCE WITH PUBLIC CONTRACTING The Consultant 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. XXVI. SEXUAL HARASSMENT As a condition of this contract, the Consultant 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; 6 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. XXVII. WRITTEN COMMUNICATIONS All recommendations and other communications by the Consultant 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 Consultant be made or confirmed in writing. XXVIII. 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: RICH HOKE Building Maintenance Superintendent City of Elgin 150 Dexter Court Elgin,Illinois 60120-5555 B. As to Consultant: Edward Chrzastowski, P.E. General Partner Consolidated Consulting Engineers 212 S. Milwaukee Ave. Wheeling,Illinois 60090 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 �. mac , By ' - City Clerk er (SEAL) For the Consultant: Dated this day of March,A.D., 2008. ATTEST: / • r Br2e1-1-41-I'V all-4)44-'■ I .eilA-44.4111/rie.zed) ecretary 'reside (SEAL) OFFICIAL SEAL JOAN M. POLEC NOTARY PUBUC,STATE OF ILLINOIS MY COMMISSION EXPIRES 74.2011 • ATTACHMENT A I. SCOPE OF SERVICES Each system is to be evaluated and problems identified. Solutions for each of the problems are to be discussed with the Building Maintenance Superintendent and agreed upon. A bid specification for each system including necessary drawings and cost estimates will be prepared. One bid will be issued this year for work at the Riverside facility based on cost estimates and available funds. The remaining projects will be submitted for budget approval in 2009. The Riverside Water Plant project will involve: Boiler replacement at the Riverside Water Plant Fresh air intake and coil freeze up problems on existing air handlers -Riverside Temperature control and air balance problems within the lab -Riverside Temperature control in the filter gallery—Riverside Schematic Design and Report Phase 35% $11,200 Bid Document Phase 55% $17,600 Construction Phase 10% $ 3,200 Total Cost $32,000 The Police Facility project will involve: Fresh air intake and building pressure problems in the Police Facility Heating and cooling in the police Communications center. Schematic Design and Report Phase 35% $ 4,550 Bid Document Phase 55% $ 7,150 Construction Phase 10% $ 1,300 Total Cost $13,000 The Public Works project will involve: Review of the current gas piping system(no bid document preparation) Total Cost $1,000 The Elevator project will involve: The consultant will inspect all City owned elevators to determine the complete scope of the upgrade that will be required. The consultant will then prepare specifications and bid documents for the required work. This work is anticipated to be spread over a three year period of time so three sets of bid documents, one for each phase of work,will need to be prepared. The consultant will also prepare cost estimates for each of the three phases of work so the City can properly budget for the project. Elevators to be Included in the Project Airlite Water Treatment Plant(freight)—74 N. Airlite 1964 Centre Passenger— 100 Symphony Way 2002 Centre Freight— 100 Symphony Way 2002 City Hall North— 150 Dexter Court 1968 City Hall South— 150 Dexter Court 1968 City Hall "Old Prisoner— 150 Dexter Court 1968 Fulton Parking Deck#1 —245 Fulton 2005 Fulton Parking Deck#2--245 Fulton 2005 Hemmen's Auditorium—45 Symphony Way 1968 Lords Park Museum—225 Grand Blvd. 1999 Lords Park Pavilion— 100 Oakwood Drive 1992 Old Main—360 Park St. 1985 Riverside Water Plant(freight)—375 W. River Road 1983 Spring Street Parking Deck North—200 E. Chicago St. 1981 Spring Street Parking Deck South—200 E. Chicago St. 1981 Symphony Way Parking Deck- 95 Symphony Way 2002 Police Department North— 151 Douglas 1996 Police Department South— 151 Douglas 1996 Police Department Prisoner— 151 Douglas 1996 Fire Museum(screw drive lift)—533 St. Charles St. 1994 Dates are estimate of when the elevators were placed in service. Schematic Design and Report Phase 35% $ 7,000 Bid Document Phase 55% $11,000 Construction Phase 10% $ 2,000 Total Cost $20,000 The engineer will provide a pre-bid meeting and review of the low bidder's qualifications. The engineer will provide representation at a preconstruction meeting,review shop drawings, and provide a final walkthrough and punch list for the 2008 project. Additional work will be subject to budget approval. Insurance: $750 Reimbursable items not to exceed: $250 Total cost of services included in this Agreement $67,000 ADDITIONAL SERVICES Any additional services requested and agreed to by The City of Elgin will be conducted at the following hourly rate: Principal $120/hour Engineer $100/hour Drafting $85/hour Clerical $65/hour ,fh", March 7, 2008 TO: Mayor and Members of the City Council N FROM: Olufemi Folarin, City Manager ,,;�,�n; :t� Rich Hoke, Building Maintenance Superintendent ' ('°``''r'�""` SUBJECT: Mechanical Engineering Services Agreement with Consolidated Consulting Engineers 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 Consolidated Consulting Engineers for mechanical engineering services. RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute an agreement with Consolidated Consulting Engineers in the amount of $67,000 for mechanical engineering services relating to the investigation of HVAC systems in the Police Facility and the Riverside Water Plant. BACKGROUND Some of the HVAC equipment at the Riverside Water Plant is not functioning properly and upgrades were included in the 2008 budget. There are several issues with equipment in the Police Facility relating to the proper control of the ventilation air that must be brought into the building. These issues make it very difficult to control the proper pressure and temperature within the building. An RFP was prepared for mechanical services to investigate problems related to the equipment and develop solutions and budgets for the repairs. The agreement includes investigation and design services based on a scope agreed to given the current information. Pending the outcome of the investigation phase, if the initial scope of work needs to be changed, an amendment will be brought back to Council for approval. A request for proposal was prepared by staff. Several area architectural and consulting firms were solicited. Two firms submitted proposals. After a review by staff of the proposals submitted, Consolidated Consulting Engineers was selected as the most qualified firm for the project. Consolidated Consulting Engineers has successfully completed projects for the City of Elgin in the past. Upon selection, the scope of services and fees were reviewed with Consolidated Consulting Engineers. The scope of work includes investigation of existing problems, establishing a list of needed repairs and preparing cost estimates. The scope also includes preparation of construction and bid documents for the work to be completed in 2008. A more detailed scope is attached. Due to changes in the Illinois code relating to elevators, several changes will be required to elevators in City owned buildings. Proposals were solicited for services to inspect the City's elevators and prepare bid documents for modifications that will be required to meet the new code. No proposals or inquiries were received for this project. Since no proposals were received and the first phase of the work must be completed before the end of the year, Consolidated Consulting Engineers was asked to provide us with a proposal for this work. Consolidated's proposal for this work was $20,000 which has been included with the scope of services. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None FINANCIAL IMPACT The agreement with Consolidated Consulting Engineers will total $67,000. Funding for this project in the amount of $15,000 is budgeted and $15,000 available in the Riverboat Fund, account number 275-0000-791.92-46, "Capital Additions/Other Equipment," project number 239562, "Police Facility Engineering", $250,000 is budgeted and $250,000 available in the Riverboat Fund, account number 275-0000-791.92-36, "Capital Additions/Buildings and Structures," project number 339957, "Elevator Upgrades." Additionally, $175,000 is budgeted as part of the water portion of upcoming 2008 General Obligation Bond Sale, account number 368-4000-795.93-36, Major Repairs/Buildings and Structures," project number 409716, "Riverside HVAC." LEGAL IMPACT None ALTERNATIVES 1. The City Council may choose to approve the consulting services agreement with Consolidated Consulting Engineers. 2. The City Council may choose not to approve the consulting services agreement with Consolidated Consulting Engineers. Respectfully submitted for Council consideration. RH Attachment