Loading...
HomeMy WebLinkAbout00-91 Resolution No. 00-91 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HNTB CORPORATION FOR THE INSPECTION AND REHABILITATION OF BRIDGES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on .behalf of the City of Elgin with HNTB Corporation for the 2000/2001 bridge inspection and rehabilitation project, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: April 12 , 2000 Adopted: April 12 , 2000 Omnibus Vote : Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT TH S AGREEMENT, is made and entered into this /7T(4 day of /4 a ,` L , 2000, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY" ) and HNTB Corporation (hereafter refereed to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the preparation of bridge rehabilitation contracts and inspection of highway bridges (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, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit : I . SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR" . B. The work under this project includes a routine field inspection, evaluation, recommendation and preparation of bridge records and cost estimates for the following structures : During the 2000 calendar year: 1 . Highland Avenue over the Fox River 2 . Chicago Street over the Fox River 3 . Villa Street over Poplar Creek 4 . Bluff City Boulevard Over Poplar Creek 5 . Villa Street over Willow Creek 6 . Big Timber over Tyler Creek During the 2001 calendar year: 1 . Fletcher Drive over Tyler Creek 2 . Royal Boulevard over Tyler Creek 3 . Eagle Road over Tyler Creek 4 . Kimball Street over the Fox River 5 . National Street over the Fox River 6 . Riverside Drive between Highland and Chicago 7 . North McLean Boulevard over Tyler Creek Work under this project also includes, to be completed in 2000, detail contract documents, estimates and plans to bid the rehabilitation of the following structures : 1 . Highland Avenue over the Fox River 2 . Chicago Street over the Fox River 3 . Riverside Drive between Highland and Chicago Work under this project also includes, to be completed in the year 2000, intermittent construction administrative and construction engineering services required for the repair and rehabilitation of the Highland Avenue, Chicago Street and Riverside Drive structures . C . The professional services to be provided by the ENGINEER under this Agreement have been divided into two phases as follows : 1 . The 2000 Bridge Inspections, the bridge rehabilitation contracts, and the intermittent construction administration and engineering as listed in paragraph I .B. are funded under the cost-not-to-exceed fee identified in Article IV, and as further identified in Attachment B1 . 2 . The 2001 Bridge Inspections are not funded under the cost-not-to-exceed, but will be funded by an amendment to this Agreement as noted in paragraph IV.D. and identified in Attachment B1 . D. A more detailed Scope of Services is attached hereto as Attachment A. II .PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: 2000 Inspections Notice to Proceed April 1, 2000 Submit Bridge Inspection Documents August 1, 2000 - 3- 2000 Contract Documents Notice to Proceed April 1, 2000 Submit Bridge Repair Documents August 1, 2000 2000 Construction Administration Notice to Proceed April 1, 2000 Complete Construction Engineering December 1, 2000 2001 Inspections Notice to Proceed March 1, 2001 Submit Bridge Inspection Documents August 30, 2001 B. A detailed project schedule for the Project is included as Attachment C, attached hereto . Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in paragraph II .C . below. C. The ENGINEER will submit to the DIRECTOR monthly a Progress 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 or legal exposure to the ENGINEER. IV.PAYMENTS TO THE ENGINEER A. For services provided in 2000, the ENGINEER shall be reimbursed at the rate of 3 . 0 times the direct hourly rate of personnel employed on this PROJECT plus reimbursable expenses, with the total payment to the ENGINEER not to exceed Fifty-Four Thousand Two Hundred Sixty-Two dollars ($54, 262 . 00) regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized by the CITY through a change order or amendment . r -4- B. A summary of the fee calculations is attached hereto as Attachments B1 and B2 . C . 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 on Attachment Bl, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. D. For those services identified under the Scope of Services as 2001 Bridge Inspections and as further identified on Attachment B1, the fee of Nineteen Thousand One Hundred Seventy-Five dollars ($19, 175 . 00) dollars shall be added to this Agreement by an amendment to this Agreement after a funding appropriation for the 2001 Bridge Inspection work has been enacted by the CITY. V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (Paragraph II .C. 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 one year after termination of this Agreement . VI.TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Article IV above. VII . TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed -5- following approval of the CITY' S corporate authorities and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR 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 breach thereof by the ENGINEER. 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 fifteen (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 The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including but not limited to Workmens ' s Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including but not limited to negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services . -6- 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 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 Certificate 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 IX entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of Comprehensive Automobile Liability Insurance covering all owned, non- owned and hired motor vehicles with limits of not less than $500, 000 per occurrence for damage to property. C . Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1, 000, 000 per occurrence subject to a $1, 000, 000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer' s Professional Liability Insurance covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1, 000, 000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. -7 - XIII .CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES, AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services . XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, or 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 - 8- 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. XVII . NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment relationship between the parties hereto . XVIII. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect . XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof . XX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties . Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. -9- 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 . XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY' S employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXV. SEXUAL HARRASSMENT 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; - 10- 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 . P.A. 87-1257 . 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. 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: JOSEPH EVERS, P.E. City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: CRAIG HETUE, S .E. , P.E. HNTB Corporation 111 North Canal Street Suite 880 Chicago, Illinois 60606-7252 - 11 - IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement . For the CITY: ATTEST: THE CITY OF ELGIN �f By By 621APa-__ City Clerk F / City Manager (SEAL)' ` For the ENGINEER: 446- Dated this day of A.D. , 2000 . ATTEST: HNTB CORPORATION B�,�: I 1 l?ll Y y B G�� '-f Vice President (SEAL) Subscr ' ed and sworn to before me "- ""-- A./am7" ♦eee♦e♦♦ee♦eeeeeeee♦eeeee Notary Public •• "OFFICIAL SEAL" i• o PAMELA A. WAFFORD Notary Public, State of Illinois • • • My Commission Expires 10/6/01 e ♦♦•e♦0e00e♦♦♦e♦00.4.4♦eeees EXHIBIT A SCOPE OF SERVICES EXHIBIT A SCOPE OF SERVICES I . PROJECT DESCRIPTION This project consists of three phases : Phase I (inspection phase) , Phase II (design phase) , and Phase III (construction administration and engineering phase) . The Phase I project objective is to inspect and evaluate the CITY' s existing bridges, update and submit the required Illinois Department of Transportation (IDOT) inspection forms and documentation, and prepare a letter report detailing the inspection findings, summarizing the necessary repairs, and providing an estimate of probable construction cost. The Phase II project objective is to prepare contract plans or schematics and specifications that are suitable for bidding which facilitate the construction of the proposed bridge improvements . The Phase III project objective is to provide part-time construction administrative and construction engineering services to the CITY to monitor and document the construction of the Highland Avenue, Chicago Street and Riverside Drive bridge improvements . HNTB will perform the following services pertaining to the project . II .PHASE I SCOPE OF SERVICES A. Data Collection HNTB will collect and assemble the data, information, and equipment necessary to perform the bridge inspections, complete the IDOT documentation, and prepare the reports required for this project . HNTB shall perform the following services : 1 . Review available as-built plans and previous rehabilitation plans for each bridge; 2 . Obtain copies of previous bridge inspection reports from the CITY for use during the inspection; 3 . Arrange for inspection equipment and vehicle; 4 . Contact IDOT-District 1 to obtain current copies of the IDOT inspection forms to be completed in accordance with IDOT guidelines . A-1 EXHIBIT A SCOPE OF SERVICES B. Bridge Inspection & Evaluation HNTB will perform one (1) routine field inspection and evaluation of the following thirteen (13 ) bridges located in the City of Elgin. During the 2000 calendar year, the following six (6) bridges will be inspected and evaluated: 1 . Highland Avenue over the Fox River 2 . Chicago Street over the Fox River 3 . Villa Street over Poplar Creek 4 . Bluff City Boulevard over Poplar Creek 5 . Villa Street over Willow Creek 6 . Big Timber Road over Tyler Creek During the 2001 calendar year, the remaining seven (7) bridges will be inspected and evaluated: 1 . National Street over the Fox River 2 . Kimball Street over the Fox River 3 . Riverside Drive between Highland Avenue and Chicago Street 4 . Eagle Road over Tyler Creek 5 . Fletcher Drive over Tyler Creek 6 . Royal Boulevard over Tyler Creek 7 . North McLean Boulevard over Tyler Creek HNTB will perform the routine bridge inspections in accordance with the "Bridge Inspector' s Training Manual" published by the USDOT/FHWA, National Bridge Inspection Standards (NBIS) , and the IDOT "Structure Information and Procedure Manual" . The criteria used to evaluate and condition rate the existing bridges will conform to the IDOT "Structure Information and Procedure Manual" . Steel members will be visually inspected for rusting, pitting, and section loss . Concrete substructure members above the waterline will be visually inspected and randomly sounded to locate deteriorated areas . The surface and underside of the bridge deck and sidewalks will be visually A-2 EXHIBIT A SCOPE OF SERVICES inspected. The approach roadways and guide rails will be visually inspected. Deficiencies and deterioration will be measured, photographed, and recorded on sketches for inclusion in the letter reports . All notes and deficiencies will be recorded in English units . Underwater inspection, hydraulic inspection and analysis, scour assessment, non-destructive testing, material testing, pavement cores, paint adhesion testing, and geotechnical investigations are not included in the scope of the inspections . C . IDOT Forms and Documentation During the same calendar year that each bridge is inspected, HNTB will update and submit the following forms as required to the City of Elgin and to IDOT for their records : 1 . Inspection Appraisal Report (RIS-R104) 2 . Inventory Turnaround Report (RIS-R105) 3 . Key Turnaround Route Report (RIS-R111) 4 . Bridge Inspection Report form (BM-BIR-90) HNTB will obtain copies of these documents from IDOT based on previous inspections for use in the current inspection in accordance with IDOT guidelines . HNTB will update, code, and submit these forms to the City of Elgin and to IDOT in accordance with IDOT and FHWA policies, procedures, and standards . D. Inspection Reports HNTB will prepare an inspection report for each structure. This report will include an executive summary, description of the structure, results from the field investigation, evaluation of the inspection findings, recommendations for structure rehabilitation, and an estimate of probable construction costs . Appendices to each report will contain a location map, inspection photographs, revised IDOT forms, and inspection notes . The reports will be prepared using Microsoft Word version 7 . Estimates of probable construction cost will be prepared using Microsoft Excel version 7 . The City of Elgin will receive printed copies of the inspection reports as well as an electronic copy of each inspection report . A-3 EXHIBIT A SCOPE OF SERVICES Each report will be printed on 8-1/2 by 11 inch paper and stapled. HNTB will submit two copies of a Pre-Final report (90% complete) for each bridge for review by the City of Elgin. After addressing the City' s comments, HNTB will submit two copies of the final inspection report for each bridge. III . PHASE II SCOPE OF SERVICES A. Contract Document Description Based on the scope of services in the City' s Request For Proposal and the results from the year 2000 bridge inspections, HNTB will update the previously prepared construction bid documents for the repair of the following three bridge structures : 1 . Highland Avenue over the Fox River 2 . Chicago Street over the Fox River 3 . Riverside Drive between Highland and Chicago These documents will consist of plans or schematics, specifications, quantity calculations, and probable construction cost estimates . The plans or schematics will be prepared in sufficient detail to identify the general type of repair for the particular bridge improvement . The specific locations of repairs may be referenced from the inspection reports or determined in the field by the City' s construction engineer. The specifications will describe the various construction materials, procedures, and systems used in the project . The documents will outline the stages of construction required to complete the repair project . The probable construction cost estimates will define the contract pay items and will provide estimated quantities and estimated probable unit costs . B. Rehabilitation Scope The following proposed repair scope may be amended depending upon the results from the bridge inspections and the availability of funding, and may require an amendment to the Agreement . The rehabilitation of the three bridges will be A-4 EXHIBIT A SCOPE OF SERVICES included in one set of contract documents . IDOT standard drawings and details will be referenced whenever possible. The following bridge rehabilitation is proposed for this project : 1 . Highland Avenue: Remove and recast unsound patches in roadway. Remove and recast the entire sidewalk on each side of the bridge. 2 . Chicago Avenue: Remove and recast unsound concrete on the fifth beam from the north in span 4 . Remove and recast the entire sidewalk on each side of the bridge. 3 . Riverside Drive: Remove and replace the bituminous wearing surface, seal PPC deck with waterproofing treatment and joints with epoxy, remove and replace the deteriorated concrete in center median, repair spalled concrete on PPC deck beams and substructure, and inject various concrete cracks with epoxy. Since HNTB will not inspect the Riverside Drive structure until 2001, the location and amount of repair and rehabilitation will be based on the results from previous inspections of this structure. It is not anticipated that any special permits will be required for the repairs previously listed. No in-stream work is being contemplated on the Fox River; therefore, no U. S . Coast Guard nor Army Corps of Engineer 404 permits will be prepared by HNTB for this project . C . Contract Document Standards The contract documents will be prepared in English units, and will refer to existing IDOT standard drawings, details, and specifications . Various pay items and specifications will follow the IDOT "Standard Specifications for Road and Bridge Construction" adopted January 1, 1997 . Specifications and estimates of probable construction cost will be prepared on 8-1/2 x 11 inch paper using Microsoft Word version 7 and Microsoft Excel version 7 . Schematics will be prepared on 8-1/2 x 11 inch paper for inclusion in the specifications . Plan drawings prepared by HNTB will be in Microstation.dgn format on full size (24 x 36 inch) mylar sheets . A-5 1 EXHIBIT A SCOPE OF SERVICES D. Contract Document Deliverables HNTB will submit two sets of preliminary documents (50% complete) to the City of Elgin for review and comment . HNTB will incorporate the City' s comments and will submit two sets of pre-final documents (90% complete) to the City for review and comment . HNTB will incorporate the City' s comments and will submit two sets of final documents to the City. The final documents will consist of two full size blue-line plan sets, one set of full size original mylars, two copies of the specifications with schematics if used, and two copies of the probable construction cost estimates . An electronic copy of the final plans, specifications, and cost estimate will also be provided to the City of Elgin. E. Bid Assistance HNTB will attend one project pre-bid meeting as requested with the City of Elgin and interested contractors, and will assist the City of Elgin with award recommendation. IV.PHASE III SCOPE OF SERVICES A. Construction Administration HNTB will provide intermittent Construction Administrator (CA) to serve as the City of Elgin' s representative, and assist with the overall administration, coordination and monitoring of the rehabilitation of the Highland, Chicago and Riverside structures . The CA will perform the following duties : 1 . Develop the guidelines for project control including procedures for communication, coordination, submittals, correspondence and pay requests; 2 . Monitor the contractor for general conformance with the contractual requirements and monitor the work general conformance with the plans, specifications, and other regulations; 3 . Work with the contractor and the City to develop and monitor a workable construction schedule, and monitor the schedule; 4 . Maintain project files and submittal logs, prepare written correspondence, prepare monthly status reports for City review; 5 . Conduct monthly meetings with City staff and the contractor to review progress, costs and changes; and prepare/distribute minutes of project meetings; A-6 t • EXHIBIT A SCOPE OF SERVICES 6 . Monitor project costs and advise the City, review and process contractor payment requests, and review and recommend change orders; 7 . Act as a liaison between the City and the public by providing project information and status as required; 8 . Conduct the pre-final inspection, develop the pre-final punch list, attend the final inspection, and review/distribute the as-built or record drawings furnished by the Contractor. 9 . Coordinate the preparation of the certification of completion document and verification of waivers of lien for the City' s use. B. Construction Engineering HNTB will provide intermittent Construction Engineering (CE) services to the City of Elgin. The CE will serve as the City' s on-site representative, and will be responsible for general field inspection, design interpretation, inspection and testing, general coordination and monitoring of the rehabilitation of the Highland, Chicago and Riverside structures . The CE will perform the following duties : 1 . Perform on-site construction observation as required, and review the contractor' s work for general conformance with the contract documents; 2 . Reject defective work and ask contractor to correct unsatisfactory work; 3 . Provide on-site material inspection for concrete repairs and bituminous surfacing; and verify that the testing required by the contract documents is conducted properly; 4 . Review and process shop drawing and sample submittals, and maintain a submittal and approval log; 5 . Review and monitor the construction schedule for conformance with the contract requirements; 6 . Attend monthly meetings with the CA, City of Elgin staff and the Contractor to review overall project status and schedule; 7 . Maintain project correspondence records, log books, project contact information; 8 . Prepare monthly progress reports, review contractor' s payment request, and review change order requests; 9 . Attend the pre-final inspection, develop the pre-final punch list, attend the final inspection, and review/distribute the as-built drawings furnished by the Contractor. HNTB anticipates that full-time construction observation by the CE will be required during the following construction activities : A-7 I EXHIBIT A SCOPE OF SERVICES 1 . Concrete pours for the formed concrete repairs, curb and median repairs, and sidewalk replacement; 2 . Placement of bituminous wearing surface on Riverside Drive; 3 . Injection of cracks with epoxy. Depending on the construction schedule established by the Contractor, the remaining work items may be accomplished through intermittent field observations and site visits . HNTB shall be given forty-eight (48) hours advanced notice by the Contractor prior to any construction activity so that proper construction inspection can be arranged. HNTB will not be responsible for the Contractor' s means, methods, techniques or procedures used during the construction of the project, or for site safety. HNTB will not have the authority to stop the Contractor from working. HNTB will not be in control of the construction work. A-8 I • EXHIBIT B FEE ATTACHMENT B 1 CITY OF ELGIN 2000 / 2001 BRIDGE INSPECTIONS & BRIDGE REHABILITATION ESTIMATE OF CONSULTANT FEE NUMBER LABOR PAYROLL& TASK DESCRIPTION OF HOURS RATE EXPENSES MULTIPLIEI FEE PHASE I ENGINEERING MANAGEMENT&DATA COLLECTION 32 $40.00 $1,280 3.0 $3,840 YEAR 2000 BRIDGE INSPECTIONS 84 $30.00 $2,520 3.0 $7,560 YEAR 2000 FORMS &REPORTS 60 $30.00 $1,800 3.0 $5,400 YEAR 2001 BRIDGE INSPECTIONS 104 $30.00 $3,120 3.0 $9,360 YEAR 2001 FORMS &REPORTS 72 $30.00 $2,160 3.0 $6,480 DIRECT COSTS $2,740 1.0 $2,740 TOTAL PHASE I ENGINEERING 352 $35,380 PHASE II ENGINEERING MODIFICATION/UPDATE DOCUMENTS 48 S28.00 S1.344 3.0 $4,032 DIRECT COSTS $275 1.0 $275 TOTAL PHASE II ENGINEERING 48 $4,307 PHASE III ENGINEERING CONSTRUCTION ADMIN/ENG'RG 35() $30.00 $10,500 3.0 $31,500 DIRECT COSTS $2,250 1.0 $2,250 TOTAL PHASE III ENGINEERING 350 $33,750 GRAND TOTAL 750 $73,437 • • ATTACHMENT B2 CITY OF ELGIN 2000 / 2001 BRIDGE INSPECTIONS &BRIDGE REHABILITATION ESTIMATE OF DIRECT COSTS PHASE I ENGINEERING Management&Data Collection 2 Meetings x 1 Vehicle/meeting x$50/vehicle= $100 Year 2000 Bridge Inspections.Reports&Forms Inspection Vehicle: 5 days @$50/day= $250 Inspection Boat: 14-Ft Boat @$425/day x 1 day= $425 Boat Operator/Transport--8 Hrs @ $50/Hr= $400 Photography,Developing&Expendables: $100 Report and Form Printing&Reprographics $100 Year 2001 Bridge Inspections,Reports&Forms Inspection Vehicle: 6 days @$50/day= $300 Inspection Boat: 14-Ft Boat @$425/day x 1 day= $425 Boat Operator/Transport--8 Hrs @ $50/Hr= $400 Photography,Developing&Expendables: $120 Report and Form Printing&Reprographics $120 Total for Phase I Engineering Services $2,740 PHASE II ENGINEERING Contract Document Submittals Preliminary:2 sets x 7 bluelines @$1/blueline= $14 Pre-Final: 2 sets x 7 bluelines @$1/blueline= $14 2 sets of specifications x 100 pages x$0.1 = $20 Final: 2 sets x 7 bluelines @$1/blueline= $14 2 sets of specifications x 100 pages x$0.10= $20 1 set of original mylars x 7 mylars x$25/mylar= $175 Diskettes/Miscellaneous $18 Total for Phase II Engineering Services $275 PHASE III ENGINEERING 50 Site Visits @$35/Visit= $1,750 Miscellaneous Printing,Photography,Expenses $500 Total for Phase III Engineering Services $2,250 4 EXHIBIT C PROJECT SCHEDULE • ATTACHMENT C1 PROPOSED PROJECT SCHEDULE CITY OF ELGIN 2000 / 2001 BRIDGE INSPECTION & BRIDGE REHABILITATION 2000 2001 WORK TASK MAR APR MAY JUNE JULY AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUNE JULY AUG PHASE I SERVICES DATA COLLECTION BRIDGE INSPECTION(1) REPORTS&IDOT FORMS PHASE II SERVICES PRELIMINARY SUBMITTAL ** PRE-FINAL SUBMITTAL FINAL SUBMITTAL BID ASSISTANCE PHASE III SERVICES(2) PROJECT MANAGEMENT MAR APR MAY JUNE JULY AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUNE JULY AUG REVIEW BY CITY OF ELGIN NOTES: (1) WEATHER DEPENDENT (2) 4-MONTH CONSTRUCTION SCHEDULE ASSUMED 1 " City of Elgin Agenda Item No. II 9n0 ATEDFEisry, March 10 , 2000 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Engineering Service Agreement with HNTB Corporation for the 2000/2001 Bridge Inspections and Bridge Rehabilitation 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 HNTB Corporation of Chicago to provide engineering services associated with the inspection of 13 City bridges and contract development for the rehabilitation of three City bridges . BACKGROUND In accordance with State regulations, this project will provide required inspections of 13 City of Elgin bridges over a two-year period. In the 2000 budget, the City Council approved funds to inspect six bridges . In the 2001 budget, staff will request funds to inspect seven additional bridges . The completion of the bridge inspections will maintain the City' s compliance with State of Illinois requirements for biennial bridge inspections . The project will also provide bid documents, specifications, estimates and plan documents to rehabilitate three bridges, Highland Avenue bridge, Chicago Street bridge and the portion of Riverside Drive between Highland Avenue and Chicago Street . It is anticipated the rehabilitation will include concrete repairs to sidewalks on the Chicago Street and Highland Avenue bridges and the deck, parapet walls and deck surface on the Riverside Drive bridge. Once these three bridges are rehabilitated, all City highway bridges, except Eagle Road, will be in excellent condition and should not need major repairs for the next decade . The Eagle Road bridge serves three homes and the Eagles Club and requires replacement . Because the bridge serves little traffic and will cost approximately $ . 5 million, the City has put the replacement on hold until the Eagle property develops . The bridges to be inspected and rehabilitated are designated in the following table . Engineering Service with HNTB Corp. March 10, 2000 Page 2 Bridge/Crossing 2000 2001 1 . Big Timber/Tyler Creek Insp. 2 . Villa St . /Poplar Creek Insp. 3 . Bluff City Blvd. /Poplar Creek Insp. 4 . Villa St . /Willow Creek Insp. 5 . Highland Ave . /Fox River Insp. & Repair 6 . Chicago St . /Fox River Insp. & Repair 7 . Fletcher Dr. /Tyler Creek Insp. 8 . Royal Blvd. /Tyler Creek Insp. 9 . Eagle Rd. /Tyler Creek Insp. 10 . Kimball St . /Fox River Insp. 11 . National St . /Fox River Insp. 12 . Riverside Dr. btw Highland Repair Insp. 13 . N. McLean Blvd. /Tyler Creek Insp . Five consulting firms were invited to submit proposals on the bridge program. HNTB, Lonco, Teng, Collins and HLR all responded with proposals . A staff selection committee evaluation of the five proposals was conducted, which resulted in HNTB being selected as the top-rated firm. A copy of the results of the selection process is attached as Exhibit A. Upon selection, HNTB met with staff to finalize the project scope and negotiate their fee. The final negotiated fee is $73, 437 . The tabulation of costs shown in Exhibit B shows HNTB' s fee to be similar to that submitted by two firms and significantly higher than that submitted by the other two firms. However, the Teng fee does not include construction inspection costs which, if included, would result in a fee similar to HNTB' s . HLR' s proposal included the use of junior engineers and only part-time construction observation. One of the factors that the committee felt was important was the use of structural engineers and senior engineers in their inspection and observation. The tabulation of fees is shown in Exhibit B. A copy of the proposed agreement is attached as Exhibit C. Staff requested a proposal for a two-year period in order to provide consistency in inspecting all of Elgin' s highway bridges . New proposals will be taken in 2002 for the next biennial inspection sequence . Beginning in 1996, the City went to a two year program to coincide with the States two-year annual inspection requirement . Of the three "two-year" programs, Collins Engineers of Chicago completed the first, HNTB completed the second and is recommended to complete the third. Prior to the "two-year" program the City also utilized Alfred Benesch and Associates of Chicago. Engineering Service with HNTB Corp. March 10, 2000 Page 3 COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None . 0WW/ _FINANCIAL IMPACT HNTB ' s negotiated fee of $73 , 437 for bridge inspection and bridge rehabilitation engineering services may be broken down as follows : Item AMOUNT ACCOUNT NUMBER 2000 Inspections Eng. $16, 205 010-3311-752 . 30-03 2001 Inspections Eng. $19, 175 010-3311-752 . 30-03 2000 Bridge Rehab. Eng. S38 , 057 270-0000-791 . 93-80 Total $73 , 437 A total of $360, 000 is included in account number 270-0000-791 . 93- 80 , project number 339563 , for the rehabilitation of the Chicago Street and Highland Avenue bridges over the Fox River and Riverside Drive between Chicago and Highland. After using $38, 057 for Bridge Rehabilitation Engineering services to prepare contract documents and inspection of the rehabilitation, the remaining $321, 943 ($360 , 000 - $38, 057) will be used to repair the aforementioned three bridges . This two-year contract will include bridge inspection work in 2001 . Therefore sufficient funds would need to be budgeted in 2001 to fund this work. LEGAL IMPACT None . ALTERNATIVES As the biennial inspections are a legal requirement imposed upon the City by the Federal Highway Administration and the Illinois Department of Transportation, and as the City does not have adequate staff time available to conduct the inspections or the contract preparation, there is no real alternative other than to conduct this project through contractual services . Engineering Service with HNTB Corp. March 10, 2000 Page 4 RECOMMENDATION It is recommended that the City Council approve the engineering agreement with HNTB Corporation and authorize staff to execute the necessary documents . Re ectfully submit , J ce . Parker City Manager JE/pn Attachments EXHIBIT A Selection Results QUALIFICATIONS RATING SHEET 2000-2001 BRIDGE INSPECTION AND REHABILITATION CONSULTANTS Lonco Teng Collins Joe Steve Haresh John Omar Joe Steve Haresh John Omar Joe Steve Haresh John Omar EVALUATION FACTORS WEIGHT Evers Pertzborn Modi Loete Santos Evers Pertzborn Modi Loete Santos Evers Pertzborn Modi Loete Santos Knowledge and Experience 0-15 12 11 10 6 12 12 13 12 6 11 12 13 13 4 10 Project Manager 0-10 7 8 6 8 10 8 9 8 8 10 8 8 8 7 9 Specialized Experience 0-15 9 10 9 6 12 13 12 11 5 12 10 12 12 5 10 Scope of Services 0-15 12 13 10 7 12 10 12 13 6 12 12 13 11 5 14 Innovation 0-20 10 10 12 10 12 10 10 15 11 14 12 10 11 10 9 Level of Effort 0-15 12 8 8 6 9 10 10 12 5 10 11 11 10 4 9 Familiarity with Conditions 0-10 7 6 6 10 3 8 8 6 10 7 9 9 7 10 10 TOTALS 0-100 69 66 61 53 70 71 74 77 51 76 74 76 72 45 71 CONSULTANTS HNTB I HLR Joe Steve Haresh John Omar Joe Steve Haresh John Omar EVALUATION FACTORS WEIGHT Evers Pertzborn Modi Loete Santos Evers Pertzborn Modi Loete Santos • Knowledge and Experience 0-15 13 13 14 8 9 13 11 12 6 8 Project Manager 0-10 10 9 9 9 9 10 8 8 8 8 Specialized Experience 0-15 13 13 13 8 9 14 10 10 6 9 Scope of Services 0-15 12 14 13 9 15 10 10 14 6 10 Innovation 0-20 10 10 12 11 8 10 10 14 10 8 Level of Effort 0-15 12 10 11 8 9 10 8 11 6 9 Familiarity with Conditions 0-10 10 10 9 10 9 10 7 8 10 8 • TOTALS 0-100 80 79 81 63 77 64 77 52 60 AVERAGE SCORE SHEET 2000-2001 BRIDGE INSPECTION AND REHABILITATION CONSULTANTS Lonco Teng Collins HNTB HLR SELECTION TEAM Joe Evers 1 3 5 9 7 Steve Pertzborn 3 5 7 9 1 Haresh Modi 7 6 3 9 6 John Loete 7 3 1 9 5 Omar Santos 5 9 7 3 1 TOTAL SCORE 23.00 26.00 23.00 39.00 20.00 AVERAGE SCORE 4.60 5.20 4.60 7.80 4.00 Notes: Assign Scores based on the following formula: (9 - Highest, 7 - Second, 5 - Third, 3 - Fourth, 1 - Lowest)