Loading...
16-123 Resolution No. 16-123 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH KLM ENGINEERING, INC. FOR ENGINEERING SERVICES IN CONNECTION WITH THE REHABILITATION OF THE RANDALL ROAD ELEVATED WATER TANK PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with KLM Engineering, Inc. for engineering services in connection with The Rehabilitation of the Randall Road Elevated Water Tank Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: September 28, 2016 Adopted: September 28, 2016 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 28 day of September, 20 16 , by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and KLM Engineering, Inc., a Minnesota corporation(hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with The Rehabilitation of the Randall Road Elevated Tank (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 the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Water Director of the CITY, herein after referred to as the "DIRECTOR". B. The ENGINEER shall provide design and construction engineering services for the rehabilitation of the one million gallon elevated water tank located at 2355 College Green Dr., Elgin, IL, 60123, referred to as the Randall Road Elevated Water Tank, and inspection of the 1 million gallon reservoir located at the Leo Nelson Riverside Water Treatment Plant. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. B. A detailed project schedule for the Project is included in Attachment B, attached hereto. 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. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including, but not limited to, reports, plans, 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 product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is 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 paid in accordance with the attached Attachment C - Proposal Fee Summary — Randall Road Elevated Water Tank and the Ground Storage Reservoir,with the total fee not to exceed $119,520.00 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 and approved by way of written amendment to this agreement executed by the parties hereto. B. For outside services provided by other firms or subconsultants,the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER. The cost of any such outside services are included within the total not-to-exceed amount of$119,520 provided in subparagraph 4A above. C. Travel time—billed at labor rates listed. Mileage - $0.85 per mile. Production supplies, duplicating, delivery, wireless communication and facsimile expenses will be billed at the actual costs incurred, no mark-up. Cell phone charges—billed at $20 per week. All such reimbursable expenses are included within the total not-to-exceed amount of$119,520 provided in subparagraph 4A above. 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 - 2 - schedule, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. Anticipated Payment Schedule October 2016 $6,500 November 2016 $7,900 December 2016 $7,900 May 2017 $31,240 June 2017 $31,240 July 2017 $31,240 July 2018 $3,500 Total $119,520 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C 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 4 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 Paragraph 6, 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. 8. NOTICE OF CLAIM - 3 - 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. 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. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to Paragraph 4 hereof, no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement,and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. The provisions of this paragraph shall survive any expiration, completion and/or termination of 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, attorneys 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. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY - 4 - 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. 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 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 Paragraph 10 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 prorated, 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 Engineers 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 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. - 5 - 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, 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 - 6 - 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. 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; - 7 - 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 shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement, ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this agreement. 27. 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 revire ,other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. 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: Kyla Jacobsen Water Director City of Elgin 150 Dexter Court Elgin, Illinois 60120 B. As to ENGINEER: - 8 - Scott Kriese- Project Field Supervisor KLM Engineering, Inc. PO Box 897 Lake Elmo, MN 55042 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing,ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. IN WITNESS WHEREOF, the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By / By: iTe 1� City Manager Name/Pint: Shawn A. Mulhern Title: resident/CEO Att st: ‘44.&.11e1 City Clerk - 9 - City of Elgin Project Work Plan Upon execution of a contract for Engineering and Inspection Services, KLM Engineering, Inc. proposes the following schedule to perform the proposed work utilizing the listed project team. City of Elgin order to proceed: Task 1 & 2: Evaluation • Inspection of elevated and ground storage tanks Task 3: Design Services • Preliminary Specifications- completed by October 2016 • Final Specifications- completed by November 2016 Task 4: Construction Management Inspection Services • Spring 2017 Construction- completed by June 26, 2017 • Fall 2017 Construction- completed by October 1, 2017 • 1 Year Warranty Inspection- completed 2018 Task 5: Antenna Management • Consultation and coordination of scheduling Scope of Work: Project Specifications The project specifications will include: Section A: Advertisements for Bids This section provides a detailed description of the project and meets the requirements for legal advertisements. Section B: Instruction to Bidders This section provides precise instructions to bidders including the scope of work, insurance, payments, time of completion, bidder qualifications, taxes and permits, legal requirements, performance and payment bonds and other important project information. Section C: Proposal This section contains the bid proposals; construction time frame alternate bid proposals, legal requirements, and the bidder and subcontractor qualification forms. Section D: Project Requirements This section includes a complete description of the project, project schedule(s), execution of contract documents; notice to proceed, project meetings, quality assurance, liquidated damages, and legal and technical requirements for executing the scope of work. 1 City of Elgin, IL Engine g lac. Section E: Technical Specifications This section details the technical specifications for structural modifications, surface repairs, interior and exterior surface preparation, exterior abrasive blast containment, disposal of spent abrasives, dehumidification, lettering and logo, submittals, workmanship, unfavorable weather conditions, surface coating and material, repair work, health and sanitary facilities, clean up, ventilation and safety requirements, superintendent, inspection of work, sterilization of tank interiors, and containment plan. Section F: Supplemental Conditions This section supplements or amends the General Conditions and/or other provisions of the Contract Documents. Section G: General Conditions This section includes all the General Conditions designed for water tank reconditioning, such as authority of the Engineer, engineering inspection, modifications, additions and subtractions of scope of work, extensions of time, insurance and other appropriate items. Section H: Contract Documents This section provides the form of agreement to be used between the Owner and Contractor. Section I: Payment and Performance Bond Payment and performance bonds shall be required as provided by Illinois state law. Section J: Inspection Report This section includes enclosure of past inspection reports with copies of color photographs. This provides the bidders with a clear perspective of the interior conditions of the tank(s) and the scope of work involved. Section K: Drawings This section includes drawings, which define structural repairs or modifications and welding definitions. Section L: Surface Preparation Requirements This section references excerpts from NACE Standard Practice SP0178-2007 Standard Practice: Design, Fabrication, and Surface Finish Practices for Tanks and Vessels to Be Lined for Immersion Services for defining welding and grinding requirements of the structural repair or modifications. 2 City of Elgin, IL ENO** d lnc. Section M: Existing Paint Test Results This section contains paint chip test results for lead and chromium used to calculate the risk factor and classification of containment required for conformance with Federal and State Environmental Regulations. Section N: Lettering and Logo (optional) If required, this section includes drawings of any required lettering and logo. Section 0: Additional Owner Specification Requirements (optional) This section is available for additional Owner Specification requirements. Design KLM will also perform at a minimum, the following related specification services: • Collaboration meeting with the city to discuss task 1-4. • Meet with the city to review plans and specifications. • Produce one (1) preliminary and two (2) copies of the specifications for the city and electronic specifications for the bidders. • Advertise the project in appropriate publications. • Issue the specifications to prospective bidders. • Respond in writing to bidder questions, which require formal clarifications. • Issue addenda to the specifications as required to the Owner and plan holders. • Attendance at one (1) pre-bid meeting at the Owner's facility. • Attendance at bid opening and tabulate results at the Owner's facility. • Evaluate the contractors bid proposals for conformance to specifications. • Recommend in writing to the Owner the low, qualified bidder(s). • Prepare Notice of Award and contract Agreement and forward to Contractor. Antenna Management KLM's antenna management consists of a consultation with telecom providers and coordination of scheduling. Specification and Related Services KLM proposes to provide the project specifications and to perform related services listed above, in conformance with the proposal submitted July 27, 2016. This includes two (2) copies of the specifications for the Owner; all listed related services, and the attendance of a qualified project manager at the pre-bid and bid opening in the City of Elgin, Illinois. This phase of the project will be billed upon submittal of the preliminary specifications. Additional meetings at the request of the Owner are not part of this agreement. KLM reserves the right to submit for additional fees. This would be charged back to the Owner on a time and material basis per our fee schedule. Additional change orders granted to the contractor may require additional administration and inspection costs. U:\Proposals\2016 Proposals\Elgin,IL Randall Road Tank&GSR\Conventional Bid Rv.2.docx 3 City of Elgin, IL 'WAY EN, inc ATTACHMENT B PROJECT SCHEDULE Task 1: September/October 2016 Task 2: September/October 2016 Task 3: October/November 2016 Task 4: April-June 2017 (spring construction), June 2018 (one-year warranty inspection) or July- September 2017 (fall construction), September 2017 (one-year warranty inspection). r KLM ENGINEERIN INC. P O.Box 897•3394 Lake Elmo Ave.N.•Lake Elmo,MN 55042 (651)773-51 I I •Fax(651)773-5222 Proposal Fee Summary- Randall Road Elevated Water Tank and The Ground Storage Reservoir Task 1 & 2 have to be completed on same trip for the pricing below Task 1 Inspection Randall Rd Tank $3,500.00 Task 2 Inspection Ground Storage Reservoir $3,000.00 Task 3 Specifications Elevated and GSR Tanks $12,500.00 Task 4 Construction Observation (weekly) $7,810.00 Task 4 Warranty Inspection $3,500.00 Task 5 Antenna Management $3,300.00 The proposal fee summary is based on a 10-12 week schedule for full reconditioning, not to exceed 12 weeks or$93,720.00. Antenna Management is not to exceed 30 hours or$3,300.00. If the project does not require a full reconditioning, the amount of weeks/hours would be adjusted to reflect the scope of work. 2016 KLM Fee Schedule Principal Associate $150.00 per hour Engineering $125.00 per hour Project Manager/Supervisor $115.00 per hour Field Inspectors— CWI/NACE $110.00 per hour Field Inspectors— NACE I & II $110.00 per hour Drafting $85.00 per hour Clerical $80.00 per hour 2016 KLM Reimbursable Expenses The following expenses are reimbursable to KLM Engineering: 1. Travel time billed at the labor rates listed above or as contracted. 2. Vehicle mileage billed at $0.85 per mile. 3. Production supplies, duplicating, delivery, wireless communication and facsimile expenses will be billed at the actual costs incurred, no mark-up. 4. Cell Phone charges will be billed at $20.00 per week. U:\Proposals\4.SENT NOT RECORDED\EIgin,IL Randall Road Tank&GSR\Elgin,IL proposal fees Rev.2.docx