HomeMy WebLinkAbout04-72 •
Resolution No. 04-72
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH
COLLINS ENGINEERS, INC. FOR THE 2004/2005 BRIDGE INSPECTION PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that
David M.Dorgan,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 Collins Engineers,Inc. for the
2004/2005 Bridge Inspection Project, a copy of which is attached hereto and made a part hereof by
reference.
s/Ed Schock
Ed Schock, Mayor
Presented: March 31, 2004
Adopted: March 31, 2004
Omnibus Vote: Yeas: 6 Nays: 0
Attest:
s/Dolonna Mecum
Dolonna Mecum, City Clerk
AGREEMENT
THIS AGREEMENT,made and entered into this3/S7day of m c(4 , 2004,by and
between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as
"CITY") and Collins Engineers, Inc. (hereinafter referred to as "ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services
in connection with the 2004/2005 Bridge Inspection (hereinafter referred to as the"PROJECT").
AND
WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to
professional registration of individuals and has the necessary expertise and experience to furnish
such services upon the terms and conditions set forth herein below.
NOW, THEREFORE, for and in consideration of the mutual undertakings as set forth herein,
and other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged, the City and the ENGINEER agree that the City does hereby retain the
ENGINEER to act for and represent the City in the engineering matters involved in the Project as
set forth herein subject to the following terms conditions and stipulations,to wit:
I. SCOPE OF SERVICES
The ENGINEER will provide the services necessary to complete the following tasks:
Submit all inspection report forms required by the Illinois Department of Transportation to their
Bureau of Local Roads; update the previous years inspection report forms; and provide a short-
format inspection report with cost summaries of recommended repairs for each structure.
Detailed scope of services is attached hereto as Attachment A.
II. PROGRESS REPORTS
An outline project milestone schedule is provided herein under.
•
•
2004 Inspections Start Finish
Notice to Proceed 4/02/04 - --
Field Inspection(weather permitting) 4/05/04 4/30/04
Evaluation, Recommendation & Reports 5/03/04 6/11/04
City Review of Records 6/14/04 6/18/04
Revise Records 6/21/04 6/25/04
Submit Final Documents 6/30/04
2005 Inspections Start Finish
Field Inspection(weather permitting) 4/04/05 4/29/05
Evaluation,Recommendation & Reports 5/02/05 6/10/05
City Review of Records 6/13/05 6/17/05
Revise Records 6/20/05 6/24/05
Submit Final Documents 6/30/05
III. WORK PRODUCTS
All work products prepared by the ENGINEER pursuant hereto including,but not
limited too,reports, designs, calculations, work drawings, studies,photographs,
models and recommendations shall be the property of the CITY and shall be
delivered to the CITY upon request of the DIRECTOR provided, however, that the
ENGINEER may retain copies of such work products for its records. Such work
products are not intended or represented to be suitable for reuse by the CITY on any
extension to the PROJECT or on any other project, and such reuse shall be at the sole
risk of the CITY without liability or legal exposure to the ENGINEER.
IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method)
A. For services provided the ENGINEER shall be reimbursed at the rate of 2.88
times the direct hourly rate of personnel employed on this PROJECT, with the total
fee not to exceed $25,223 for services rendered in 2004 and$14,756 for services
3
rendered in 2005 regardless of the actual costs incurred by the ENGINEER unless
substantial modifications to the scope of the work are authorized in writing by the
CITY.
B. A summary of the fee calculations is attached hereto as Attachments B, B1, B2,
B3, B4 and B5.
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 B, and full
payments for each task shall not be made until the task is completed and accepted by
the CITY.
V. INVOICES
A. The ENGINEER shall submit invoices in a format approved by the CITY.
B. The ENGINEER shall maintain records showing actual time devoted and
cost incurred. The ENGINEER shall permit the authorized representative of the
CITY to inspect and audit all data and records of the ENGINEER for work done
under this Agreement. The ENGINEER shall make these records available at
reasonable times during the Agreement period, and for a year after termination of this
Agreement.
VI. TERMINATION OF AGREEMENT
Notwithstanding any other provision hereof, the CITY may terminate this Agreement
at any time upon fifteen(15) days prior written notice to the ENGINEER. In the event
that this Agreement is so terminated, the ENGINEER shall be paid for services
actually performed and reimbursable expenses actually incurred prior to termination,
except that reimbursement shall not exceed the task amounts set forth under
Paragraph IV above.
VII. TERM
This Agreement shall become effective as of the date the ENGINEER is given a
notice to proceed and,unless terminated for cause or pursuant to Article V, shall be
deemed concluded on the date the CITY determines that all of the ENGINEER's
4
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.
VIII. NOTICE OF CLAIM
If the ENGINEER wishes to make a claim for additional compensation as a
result of action taken by the CITY,the ENGINEER shall give written notice of his
claim within 15 days after occurrence of such action. No claim for additional
compensation shall be valid unless so made. Any changes in the ENGINEER's fee
shall be valid only to the extent that such changes are included in writing signed by
the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR
relative to a claim submitted by the ENGINEER, all work required under this
Agreement as determined by the DIRECTOR shall proceed without interruption.
IX. BREACH OF CONTRACT
If either party violates or breaches any term of this Agreement, such violation
or breach shall be deemed to constitute a default, and the other party has the right to
seek such administrative, contractual or legal remedies as may be suitable to the
violation or breach; and, in addition, if either party,by reason of any default, fails
within fifteen (15) days after notice thereof by the other party to comply with the
conditions of the Agreement, the other party may terminate this Agreement.
X. INDEMNIFICATION
To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify,
defend and hold harmless the CITY, its officers, employees, agents,boards and
commissions from and against any and all claims, suits,judgments, costs, attorney's
fees, damages or other relief, including but not limited to workers' compensation
claims, in any way resulting from or arising out of negligent actions or omissions of
the ENGINEER in connection herewith, including negligence or omissions of
employees or agents of the ENGINEER arising out of the performance of this
Agreement. In the event of any 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.
XI. NO PERSONAL LIABILITY
5
No official, director, officer, agent or employee of the CITY shall be charged
personally or held contractually liable under any term or provision of this Agreement
or because of their execution, approval or attempted execution of this Agreement.
XII. INSURANCE
A. Comprehensive Liability. The ENGINEER shall provide, pay for and
maintain in effect, during the term of this Agreement, a policy of comprehensive
general liability insurance written in occurrence form with limits of at least
$1,000,000 aggregate for bodily injury and$1,000,000 aggregate for property
damage.
The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance
naming the CITY AS ADDITIONAL INSURED. The policy shall not be
modified or terminated without thirty(30) days prior written notice to the
DIRECTOR.
The Certificate of Insurance which shall include Contractual obligation
assumed by the ENGINEER under Article X entitled "Indemnification" shall be
provided.
This insurance shall apply as primary insurance with respect to any other
insurance or self-insurance programs afforded to the CITY. There shall be no
endorsement or modification of this insurance to make it excess over other
available insurance, alternatively,if the insurance states that it is excess or
prorate, it shall be endorsed to be primary with respect to the CITY.
B. Comprehensive Automobile Liability. Comprehensive Automobile
Liability Insurance written in occurrence form covering all owned, non-owned
and hired motor vehicles with limits of not less than $500,000 per occurrence for
damage to property.
C. Combined Single Limit Policy. The requirements for insurance coverage
for the general liability and auto exposures may be met with a combined single
limit of$1,000,000 per occurrence subject to a$1,000,000 aggregate.
D. Professional Liability. The ENGINEER shall carry Engineer's
Professional Liability Insurance covering claims resulting from error, omissions
or negligent acts with a combined single limit of not less than $1,000,000 per
occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as
evidence of insurance protection. The policy shall not be modified or terminated
6
without thirty(30) days prior written notice to the DIRECTOR.
XIII. CONSTRUCTION MEANS,METHODS,TECHNIQUES, SEQUENCES,
PROCEDURES AND SAFETY
The ENGINEER shall not have control over or charge of and shall not be
responsible for construction means,methods, techniques, sequences or procedures, or
for safety precautions and programs in connection with the construction, unless
specifically identified in the Scope of Services.
XIV. 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.
XV. ASSIGNMENT AND SUCCESSORS
This Agreement and each and every portion thereof shall be binding upon the
successors and the assigns of the parties hereto;provided,however, that no
assignment shall be made without the prior written consent of the CITY.
XVI, DELEGATIONS AND SUBCONTRACTORS
Any assignment, delegation or subcontracting shall be subject to all the terms,
conditions and other provisions of this Agreement and the ENGINEER shall remain
liable to the CITY with respect to each and every item, condition and other provision
hereof to the same extent that the ENGINEER would have been obligated if it had
done the work itself and no assignment, delegation or subcontract had been made.
Any proposed subcontractor shall require the CITY's advanced written approval.
7
XVII. NO CO-PARTNERSHIP OR AGENCY
This agreement shall not be construed so as to create a partnership,joint venture,
employment or other agency relationship between the parties hereto.
XVIII. SEVERABILITY
The parties intend and agreed that, if any paragraph, sub-paragraph,phrase,
clause or other provision of this Agreement, or any portion thereof, shall be held to be
void or otherwise unenforceable, all other portions of this Agreement shall remain in
full force and effect.
XIX. HEADINGS
The headings of the several paragraphs of this Agreement are inserted only as
a matter of convenience and for reference and in no way are they intended to define,
limit or describe the scope of intent of any provision of this Agreement,nor shall they
be construed to affect in any manner the terms and provisions hereof or the
interpretation or construction thereof.
XX.MODIFICATION OR AMENDMENT
This Agreement and its attachments constitutes the entire Agreement of the
parties on the subject matter hereof and may not be changed, modified, discharged or
extended except by written amendment duly executed by the parties. Each party
agrees that no representations or warranties shall be binding upon the other party
unless expressed in writing herein or in a duly executed amendment hereof, or change
order as herein provided.
XXI. APPLICABLE LAW
This Agreement shall be deemed to have been made in, and shall be construed
in accordance with the laws of the State of Illinois. Venue for the resolution of any
disputes or the enforcement of any rights pursuant to this agreement shall be in the
Circuit Court of Kane County, Illinois.
XXII. NEWS RELEASES
The ENGINEER may not issue any news releases without prior approval from
the DIRECTOR, nor will the ENGINEER make public proposals developed under
this Agreement without prior written approval from the DIRECTOR prior to said
documentation becoming matters of public record.
8
XXIII. COOPERATION WITH OTHER CONSULTANTS
The ENGINEER shall cooperate with any other consultants in the CITY's
employ or any work associated with the PROJECT.
XXIV. INTERFERENCE WITH PUBLIC CONTRACTING
The ENGINEER certifies hereby that it is not barred from bidding on this
contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or
federal statute regarding bid rigging.
XXV. SEXUAL HARASSMENT
As a condition of this contract, the ENGINEER shall have written sexual harassment
policies that include, at a minimum, the following information:
A. the illegality of sexual harassment;
B. the definition of sexual harassment under state law;
C. a description of sexual harassment,utilizing examples;
D. the vendor's internal complaint process including penalties;
E. the legal recourse, investigative and complaint process available through the
Illinois Department of Human Rights, and the Illinois Human Rights
Commission;
F. directions on how to contact the department and commission;
G. protection against retaliation as provided by Section 6-101 of the Human Rights
Act.
A copy of the policies must be provided to the Department of Human Rights upon
request 775 ILCS 5/2-105.
XXVI. WRITTEN COMMUNICATIONS
All recommendations and other communications by the ENGINEER to the
DIRECTOR and to other participants which may affect cost or time of completion,
shall be made or confirmed in writing. The DIRECTOR may also require other
recommendations and communications by the ENGINEER be made or confirmed in
writing.
9
XXVII. NOTICES
All notices, reports and documents required under this Agreement shall be
in writing and shall be mailed by First Class Mail,postage prepaid, addressed as
follows:
A. As to CITY:
JOHN LOETE, P.E.
Director of Public Works
City of Elgin
150 Dexter Court
Elgin, Illinois 60120-5555
B. As to ENGINEER:
Louis P. Chrzasc, Regional Manager
Collins Engineers, Inc.
123 North Wacker Drive
Suite 300
Chicago, Illinois 60606
10
IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and
executed this Agreement in triplicate as though each copy hereof was an original and that there
are no other oral agreements that have not been reduced to writing in this statement.
For the CITY:
ATTEST: THE CITY OF ELGIN
7fla-a _BY1' l^4� y-�1� B�
City Clerk; City Manager
(SEAL) ', 1
.j
For the ENGINEER:
Dated this 8 day of ✓l Ar`L , A.D., 2004.
ATTEST:
By/s4, oz-P/Vd )5 BY Z,
ecretary President
sea o� �r i/„yh}y 1 �,
lee _t
rSPA C '',+�, �4 ;# ,o e..-
ice" W 11 y,,„41 +4,
June2002
Std Agmt
•
City of Elgin
2004/2005 Bridge Inspections
February 2, 2004
SCOPE OF SERVICES
Goals and Objectives of the 2004/2005 Bridge Inspection Project
The goals and objectives of the 2004/2005 Bridge Inspection Project are to assure the City of the
structural integrity of the 14 road bridges, identify capital requirements with respect to completing
necessary repairs for the continued safe and satisfactory performance of these bridges, and to satisfy all
Illinois Department of Transportation requirements with respect to the structural integrity and rating of
these structures, and the preparation and submittal of the proper report forms.
Field Inspections
Collins will perform the field work using a two-person team, except for the Fox River crossings where a
three-person crew will be used. A licensed professional engineer will lead the teams, and be on site at
all times during the field work.
Each inspection will consist of the following activities:
1. Each bridge component will be inspected to detect deterioration. Scraping and cleaning with a
wire brush will be performed as required to assess the state and extent of deterioration. Decks
of significant age will also be chain dragged to check for delamination.
2. Sketches of bridge components will be made to record the deterioration.
3. Photographs will be taken of various problem areas for documentation purposes.
4. Measurements of corrosion and translation of bridge components will be made and recorded for
proper documentation.
5. The City will be notified immediately upon the discovery of hazardous conditions.
Collins' inspection team has the physical ability and equipment necessary to access the bridge
components and make the appropriate observations. Collins' team will provide all necessary traffic
protection during these inspections.
Collins will coordinate with the appropriate authorities police, fire, public works, coast guard, etc.)
Report Preparation and Submittal
Upon completion of these bridge inspections Collins will prepare and submit all required reports to the
Illinois Department of Transportation, Bureau of Local Roads & Streets, in Schaumburg, Illinois. In
most cases these reports will be updates of existing reports submitted to IDOT during the last inspection
cycle.
Anticipated reports include:
• Bridge Scour Screening
• Inspection Appraisal Report (RIS-R104)
• Inventory Status Report (RIS-R105)
• Key Turnaround Route Report (RIS-Rl ll)
• Bridge Inspection Report (BIR)
COLLINS Attatchment A,Page 1
` City of Elgin
2004/2005 Bridge Inspections
February 2, 2004
• Master Report (RIS-R107)
• Copy of Bridge Record (BLR5903)
• Bridge Inspection Documentation
In addition to the required IDOT bridge inspection forms Collins will provide separate reports for 2004
and 2005 summarizing the necessary repairs and budgetary cost estimates to maintain these bridges in
safe condition.
Repair Recommendations and Cost Estimates
Needed repairs will be summarized in the above mentioned "Bridge Inspection Documentation" report.
A separate Bridge Capital Needs Report will be prepared for the bridges inspected in 2004 and 2005.
PP P P
This Capital Needs Report will provide detailed repair recommendations for each of the bridges
inspected that year with an estimated cost.
This report will include urgently needed repairs and programmed work to be performed at some later
date. Repairs required to correct a hazardous condition, identified at the time of the inspection, are
assumed to be an emergency and will be handled by the Department of Public Works.
COLLINSS Attatchment A,Page 2
LL
COST ESTIMATE OF CONSULTANT SERVICES
Project: 2004 Elgin Bridge Inspection
Office Code
Project No.: Select Office Code
Client: City Of Elgin
FIRM: COLLINS ENGINEERS, INC. DATE: 08-Mar-04
Address: 150 Dexter Court
Overhead: 157.31% % Profit: 12.00%
City: Elgin
State: Illinois Estimate Prepared By: JMH
Zip Code: 60120
Contact: Omar Santos,M.A.
TASK(PHASE) DIRECT FIXED SUB PERCENT OF
GROUP? GROUP2
OX OX PHASE ITEM MANHOURS PAYROLL(1) OVHD COSTS FEE CONSULTANTS TOTAL GRAND TOTAL
001 Field Inspection 2004 80 $2,468 $3,882 $458 $762 $7,570 30%
002 Inspection Reports 2004 80 $2,406 $3,786 $288 $743 $7,223 29%
003 Bridge Capital Needs 2004 48 $1,792 $2,819 $553 $5,165 20%
004 Complete Bridge Records 2004 26 $771 $1,214 $238 $2,223 9%
005 Revise Previous Records 2004 18 $537 $844 $166 $1,547 6%
006 Administration(5%) 10 $519 $816 $160 $1,495 6%
007
008
009
010
011
012
013
014
015
016
017
018
TOTAL 262 $8,494 $13,361 $746 $2,623 $25,223 100%
'(1) Staff is paid a premium of$40 per day($5 per hour based on eight hour day)when at the site in a diving capacity
D
3
w
Project Title: 2004 Elgin Bridge Inspection
Project Location: Elgin,Illinois
Client Name: City Of Elgin
AVERAGE HOURLY RATE
Field Inspection 2004 Inspection Reports 2004 Bridge Capital Needs 2004
AVG.HRLY % WGTD % WGTD % WGTD
CLASSIFICATION RATE HOURS PART RATE HOURS PART RATE HOURS PART RATE
Principal Engineer(E8) $69.81 o 0.00% $0.00 0 0.00% $0.00 8 16.67% $11.64
Principal Engineer(E7) $64.91 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E6) $57.06 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E5) $41.44 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E4) $33.92 40 50.00% $16.96 30 37.50% $12.72 20 41.67% $14.13
Engineer(E3) $30.62_ 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E2) $27.77 40 50.00% $13.89 50 62.50% $17.36 20 41.67% $11.57
Engineer(E1) $24.56 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Sr.Engineering Technician(T3) $30.29 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior CAD Technician(D3) $36.20 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
CAD Technician(D2) $28.48 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
CAD Technician(D1) $20.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T2) $18.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T1) $13.50 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(C2) $25.58 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(C1) $17.04 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
TOTAL _ 80 100.00% $30.85 80 100.00% $30.08 48 100.00% $37.34
Note:Staff is paid$40 per day when in the field in a diving capacity
AVERAGE HOURLY RATE
Complete Bridge Records 2004 Revise Previous Records 2004 Administration(5%)
AVG.HRLY % WGTD % WGTD % WGTD
CLASSIFICATION RATE HOURS PART _ RATE HOURS PART RATE HOURS PART RATE
Principal Engineer(E8) $69.81 0 0.00% $0.00 0 0.00% $0.00 5 50.00% $34.91
Principal Engineer(E7) $64.91 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E6) _ $57.06 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E5) $41.44 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E4) $33.92 8 30.77% $10.44 6 33.33% $11.31 5 50.00% $16.96
Engineer(E3) $30.62 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E2) $27.77 18 69.23% $19.23 12 66.67% $18.51 0 0.00% $0.00
Engineer(E1) $24.56 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Sr.Engineering Technician(T3) $30.29 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior CAD Technician(D3) $36.20 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
CAD Technician(D2) $28.48 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
CAD Techncian(D1) $20.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T2) $18.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T1) $13.50 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(C2) $25.58 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(Cl) $17.04 0 0.00%+ $0.00 0 0.00% $0.00 0 0.00% $0.00
TOTAL 26 100.00% $29.67 18 100.00% $29.82 10 100.00% $51.87
D
d
0
S.
3
CD
7
CO
•
DIRECT COSTS
UNIT
NUMBER OF NUMBER OF
ITEM SETS SHEETS QUANTITY UNIT PRICE EXTENSION
Reproduction for Contract Documents
Reports
Reproduction
tText 18 10 180 Sheet $0.10 $18
[Color Copies 18 10 180 Sheet $1.50 $270
Drawings 0 Sheet $0.15 $0
Total $288
TOTAL FOR CONTRACT DOCUMENTS $288
Inspection Phase
Airfare Each $0
Rental Car(Including Gas) Day $75.00 $0
Mileage 515 Miles $0.365 $188
Lodging Day $0
Meals Day $0
Shipping 1 Each $50.00 $50
Long Distance Telephone Day $5.00 $0
Expendable Supplies 6 Day $10.00 $60
14 ft.Boat and Motor 2 Day $80.00 $160
18 ft.Boat,Motor,and Trailer Day $110.00 $0
19 ft.Boat,Motor,and Trailer Day $110.00 $0
20 ft.Boat, Motor,and Trailer Day $150.00 $0
22 ft.Boat,Motor,and Trailer Day $190.00 $0
Recording Fathometer Day $50.00 $0
Automated Hydrographic Survey System Day $345.00 $0
Individual Diving Equipment Day $25.00 $0
Surface Supplied Diving Equipment Day $300.00 $0
Ultrasonic Thickness Meter Day $50.00 $0
Ultrasonic Thickness Meter Week $250.00 $0
Personal Dive Gear Each $25.00 $0
TOTAL FOR INSPECTION PHASE $458
GRAND TOTAL $746
Attarhment R7 __
COST ESTIMATE OF CONSULTANT SERVICES
Project: 2005 Elgin Bridge Inspection
Office Code
Project No.: Select Office Code
Client: City Of Elgin
FIRM: COLLINS ENGINEERS, INC. DATE: 08-Mar-04
Address: 150 Dexter Court
Overhead: 157.31% % Profit: 12.00%
City: Elgin
State: Illinois Estimate Prepared By: JMH
Zip Code: 60120
Contact: Omar Santos,M.A.
TASK(PHASE) DIRECT FIXED SUB PERCENT OF
GROUP 1 GROUP2
OX OX PHASE ITEM MANHOURS PAYROLL(1) OVHD COSTS FEE CONSULTANTS TOTAL GRAND TOTAL
001 Field Inspection 2005 48 $1,481 $2,329 $344 $457 $4,611 31%
002 Inspection Reports 2005 48 $1,444 $2,271 $160 $446 $4,321 29%
_ 003 Bridge Capital Needs 2005 24 $896 $1,410 $277 $2,583 18%
004 Complete Bridge Records 2005 14 $413 $650 $128 $1,191 8%
005 Revise Previous Records 2005 10 $296 $466 $91 $854 6%
006 Administration(5%) 8 $415 $653 $128 $1,196 8%
007
008
009
010
011
012
013
014
015
016
017
018
TOTAL 152 $4,945 $7,780 $504 $1,527 $14,756 100%
'(1) Staff is paid a premium of$40 per day($5 per hour based on eight hour day)when at the site in a diving capacity
D
obi
3
m
w
w
Project Title: 2005 Elgin Bridge Inspection
Project Location: Elgin,Illinois
Client Name: City Of Elgin
AVERAGE HOURLY RATE
Field Inspection 2005 Inspection Reports 2005 Bridge Capital Needs 2005
AVG.HRLY % WGTD % WGTD % WGTD
CLASSIFICATION RATE HOURS PART RATE HOURS PART RATE HOURS PART RATE
Principal Engineer(E8) $69.81 0 0.00% $0.00 0 0.00% $0.00 4 16.67% $11.64
Principal Engineer(E7j $64.91 0 0.00% $0.00 CT 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E6) $57.06 o 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E5) $41.44 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E4) $33.92 24 50.00% $16.96 18 37.50% $12.72 10 41.67% $14.13
Engineer(E3) $30.62 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E2) $27.77 24 50.00% $13.89 30 62.50% $17.36 10 41.67% $11.57
Engineer(El) $24.56 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Sr.Engineering Technician(T3) $30.29 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior CAD Technician(D3J $36.20 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
CAD Technician(D2) $28.48 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
CAD Technician(D1) $20.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T2) $18.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T1) $13.50 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(C2) $25.58 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(C1) $17.04 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
TOTAL 48 100.00% $30.85 48 100.00% $30.08 24 100.00% $37.34
Note:Staff is paid$40 per day when in the field in a diving capacity
AVERAGE HOURLY RATE
Complete Bridge Records 2005 Revise Previous Records 2005 Administration(5%)
AVG.HRLY % WGTD % WGTD % WGTD
CLASSIFICATION RATE HOURS PART RATE HOURS PART RATE HOURS PART RATE
Principal Engineer(E8) $69.81 0 0.00% $0.00 0 0.00% $0.00 4 50.00% $34.91
Principal Engineer(E7) $64.91 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E6) $57.06 0 0.00%_ $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior Engineer(E5) $41.44 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E4) $33.92 4 28.57% $9.69 3 30.00% $10.18 4 50.00°/0 $16.96
Engineer(E3) $30.62 0_ 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Engineer(E2) $27.77 10 71.43% $19.84 7 70.00% $19.44 0 0.00% $0.00
Engineer(E1) $24.56 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Sr.Engineering Technician(T3) _ $30.29 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Senior CAD Technician(D3) $36.20 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
CAD Technician(D2) $28.48 0 0.00% $0.00 0 0.00% $0.00 0_ 0.00% $0.00
CAD Techncian(D1) $20.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T2) $18.00 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Technician(T1) $13.50 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(C2) $25.58 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
Clerical(C1) $17.04 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00
TOTAL 14 100.00% $29.53 10 100.00% $29.62 8 100.00% $51.87
>
C,
B
m
a
w
A
DIRECT COSTS
UNIT
NUMBER OF NUMBER OF
ITEM SETS SHEETS QUANTITY UNIT PRICE EXTENSION
Reproduction for Contract Documents
Reports
Reproduction
Text 10 10 100 Sheet $0.10 $10
[Color Copies 10 10 100 Sheet $1.50 $150
Drawings 0 Sheet $0.15 $0
Total $160
TOTAL FOR CONTRACT DOCUMENTS $160
Inspection Phase
Airfare Each $0
Rental Car(Including Gas) Day $75.00 $0
Mileage 285 Miles $0.365 $104
Lodging Day $0
Meals Day $0
Shipping 1 Each $50.00 $50
Long Distance Telephone Day $5.00 $0
Expendable Supplies 3 Day $10.00 $30
14 ft. Boat and Motor 2 Day $80.00 $160
18 ft.Boat,Motor,and Trailer Day $110.00 $0
19 ft.Boat,Motor,and Trailer Day $110.00 $0
20 ft. Boat,Motor,and Trailer Day $150.00 $0
22 ft.Boat,Motor,and Trailer Day $190.00 $0
Recording Fathometer Day $50.00 $0
Automated Hydrographic Survey System Day $345.00 $0
Individual Diving Equipment Day $25.00 $0
Surface Supplied Diving Equipment Day $300.00 $0
Ultrasonic Thickness Meter Day $50.00 $0
Ultrasonic Thickness Meter Week $250.00 $0
Personal Dive Gear Each $25.00 $0
TOTAL FOR INSPECTION PHASE $344
GRAND TOTAL $504
_Attachment B5
'T
coo O F el 6,
i ,' %I y City of Elgin Agenda Item No.
R,TEDFE$^a E ��r /
L •J° , /0 1
for .March 5, 2004 G f! p it
I u 4, agi
N .i,,
TO: Mayor and Members of the City Council ?
FINANCIALLY STABLE CITYGOVERNMENT
EFFICIENT SERVICES,
AND QUALITY INFRASTRUCTURE
FROM: David M. Dorgan, City Manager
John M. Loete, Public Works Director
SUBJECT: Engineering Service Agreement for 2004/2005 Bridge Inspection Services
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 Collins Engineers Inc to provide
engineering services associated with the inspection of City bridges.
RECOMMENDATION
It is recommended that the City Council approve the engineering agreement with Collins
Engineers Inc totaling $25,223 and authorize staff to execute the necessary documents.
BACKGROUND
This project provides for one inspection for each of fourteen bridges over a two-year period. The
2004 budget includes funding for the inspection of nine highway bridges. In the 2005 budget,
staff will request funds to inspect the five remaining bridges. The completion of the highway
bridge inspection will maintain the City's compliance with State of Illinois requirements for
biennial bridge inspection.
The schedule for the bridge inspections is shown below:
Bridge/Crossing 2004 2005
Kimball Street over Fox River X
Highland Avenue over the Fox River X
Chicago Street over the Fox River X
National Street over the Fox Rive X
Riverside Drive between Highland and Chicago X
Villa Street over Willow Creek X
Shales Parkway over Poplar Creek X
Bluff City Boulevard over Poplar Creek X
Eng Service Agreements for 04-05 Bridge Inspection Services
March 5,2004
Page 2
Bridge/Crossing(Con't) 2004 2005
Villa Street over Poplar Creek X
Royal Boulevard over Tyler Creek X
Eagle Road over Tyler Creek X
Big Timber Road over Tyler Creek X
McLean Boulevard over Tyler Creek X
Highland Avenue over Sandy Creek X
Maps showing the locations are attached as Exhibit A.
Eight consulting firms were invited to submit proposals on the bridge inspection program,
including MWH-Montgomery Watson Harza, Teng & Associates, Lonco Inc., HLR-Hampton,
Lenzini and Renwick, Inc., Collins Engineers Inc., HNTB, H.W. Lochner Inc., and CMT-
Crawford Murphy & Tilly. Staff requested proposals for a two-year period in order to provide
consistency in inspecting all of Elgin's highway bridges and to coincide with the State's biennial
inspection requirement. Collins Engineers, HLR, HNTB, HW Lochner, and CMT responded to
the invitation. A staff selection committee evaluation of the five proposals was conducted,
which resulted in Collins Engineers Inc. being selected as the top-rated firm. A copy of the
results of the selection process is attached as Exhibit B.
Upon selection, Collins Engineers Inc. met with staff to finalize the project scope and negotiate
their fee. The final negotiated total fee for the two year duration of the agreement is $39,979.00
The fee per year is $25,223 for 2004 (nine bridges) and $14, 756.00 for 2005 (five bridges) A
copy of the proposed engineering services agreement with Collins Engineers Inc. is attached as
Exhibit C.
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
None.
FINANCIAL IMPACT
The cost of the agreement with Collins Engineers, Inc. will total $39,979.00. Funds for each
year's inspections will be budgeted for that year in the General Fund Budget, account number
010-3311-752.30-03, Architectural and Engineering Contractual Services. The current balance
in that account, $45,833 as of 3/2/04, is adequate to cover the 2004 expense of$25,223. The
2005 expenditure of$14,756.00 will be requested as part of next year's budget.
Eng Service Agreements for 04-05 Bridge Inspection Services
March 5, 2004
Page 3
T\ r�� NEGAL IMPACT
V r �/None.
ALTERNATIVES
As the biennial inspections are a legal requirement imposed upon the City by the Federal
Highway Administration and the Illinois Department of Transportation, and as the City does not
have adequate staff time available to conduct the inspections and prepare the reports, the
alternatives are:
1. Approve the agreement for contractual services with Collins Engineers Inc.
2. Request to negotiate an agreement with a different consultant engineering firm.
3. Do not approve agreement with possible consequences of State imposed penalties and
unchecked deterioration.
Respectfully submitted for Council consideration.
do
Attachment
r • ,
Exhibit A
2004 / 2005 Bridge Inspection
Location Maps
¢ ca VZl / CHATEAU p v
.. -•,-. DR .. 1 a' D
35W-14N G'p•P "
��0
34W-14N 0
v. c 3
• 33 5E-- a Z
�`� • a RIVER Z
_-.-.__- CHUB H 34 ri
RD y
\w -_ ¢ CORPORATE D• U
¢ la cc ® '�
"p p 9. m
GATE X' - ) yL
SHOPPING m
:hire H•OLME$ ® RD I v CENTER
Q I' lib ELG/ ELGIN .p D ro, VOYAGEURS
St).
DAVIS RD TOLL P �p /y Q LANDING
a - -- - .z ...,, 4114, O !z FOREST
W `t = PRESERVE
p iN DUNDEETWP. T42NSz\; _ agRESTELGINTWP T41N DR z . •
; p , •le¢Q TYLER r - '—� cp i. --
fl
YE R9- 0v OAKS J Big Timber Road over ' PL A T q
T ler Creek * q� TR ATM NT g Iar ,;Rd l o�
�-�oq , CO TODD��.�a� \'yt RANCH RD P. NT �?= No.blire33W�� 3N
�osoF s' EN*0
C ,�Q go:
LXII- !Cel CREEK "�4^'^'�`^�E' L-=_ ALa za
I ..�' Ga G - C. Et '
s c k r BIG „- : RD II ® 4%. Big Timbbr JUDSON Bwde w= V F
_.t ,=--,, COLLEGE FTd ` -r1 a.. •'
F I F.D. a- - S RI;ER EiLt. • RC
A 1c ��''-_.-- I SLADE C ER BLUFF R•=_
St.p2 BELLE AV I AVE. TANG y :.. . '.I- 9 ='
EA FIE•_ -` l- w
�� S•:.• . i` JE' S_HA IN4TER C ON _� AV Z ! „ =r
ONGD
S E�{ 8077 •
`TEAL V. kACILITYRI i RQ—ino ¢.- t
AN IL ED �D 1: AVjSlade ® i Z u h
$ Da GENESE = Pk ��_ ._ 61 mj COOP R J ; 4 G
i___ Q S.N. 045-6300 owns o �� HERMA — '
- McLean Boulevard over ' c s +g �_.ar I -I _ P
I RV AV m HOSP V S E I
3 � 2 T ler Creek * -12 „Iv .my- I �� 2 CHESTER
• r•rnrrr E
r :•Lr_ ' FLING, Wrr' F �i FI, tl .
\ C P L GOETHE ST (r w+� :, p _ AVJ�� �� JL1 Z�
��� GOLF = .� +I w NCN
INOIS C P O 4 ¢ ¢
ARK h ,� 9 X >I y M INLA�Y g., (g' prj' I COL'`MBI
' � COURSE T .l aI DLO+ L i & ST „c O wl w =�l _
�IARLA•�. SCHILL_� ��_. m
JL- c2: .,r Q �v1 _l_ I pI I; r -F 5 - A -j 1 - LARSop i
i KASKA " d >�Fi_� Yil Juliarel I� I �+I! ib IALGONAVIODLE
I Li.OIS ;_; M.''or iv
?Pit l l =ST 7 DaAnVie�JEFFY RS* V_ �r I AV Pc .'
it FRANCIS� `=�� •. i
:AGLE RD F S g=SIN ENTERPRISE 07,
:t _ Wl ' P:RK O I p cn¢ 7 AIAR PLU _z.:- _
• A _•• ; C. II 71 Y1,pr ..' 1 S.N. 045-6301 .off SUMMIT F.D¢
S. N. 045-6305 '.Qk•a ,,-- s,
II Kimball Street over
Eagle Road over >wuR•'_ Y • ---` - FREMONT II "'
>I I rng r Fox River w L.�. .- R
' Tyler-- 1 n1 AV I�ST �R b Y: Q p HICKORY a =
_ y- nlJt ri
- Creek �- v�- = :.
IJ NG K=vu k �_ Q��N O9L �ir._.C3 - -- y s HERIDA Al
j .OA IlA1.!I r a �f ��+ ¢I p1'r i > r FIE
t!1 u� Z r_� a G " ON '�q Oj mi� OL _ -FRANKLIJ Blvd < ST Fre
)VE Q r+1 -JLST� �, LL(q Ii p"-^^.: - E-., �
„ - rp 'iN�o' AIL I, ��1 S.N. 045-6307 � • ,. BLS
:.RDENd
MORE p. 1 Hi h�2, . r__,,, , I, i JJL1J � REt CE r� �1 s •.B.LIB° j L . Riverside Drive between I ` --'-- _
I• GRA T �mmen�� P.D T ULU
0 i 43 0,\ ` _ , . Irue41 'CITY Highland and Chicago ... -�
ez N IGH -_ y •f� .-nter HA�!�` y
--VI,SST " r L •✓ P.• t 1 iIIVISIOIN/ ¢ z4 R !Pi'
4%^'q W_ FF--_F y ` "'WKlly Gil' : �� Ir:CNiN'S 4� j=pw St ^
MA 14 5? . . _ Eil- UN!
�'ti - -11 G �'' i P �� EI ST 6 CHI AG• S115 �, ENNSY/ILV•. to' .� . :V a
�t 9� I p �+ . it I' i - _����A • ~ ' Q ii5TRFFDLST i-"ad ; EAS
y `� z S.N. 045-0059cp
\ Nun-0 (E,W
G� N nn�� I� { I I • , 1q-0a=l��6LH T-s CHANNING
N + + 0_ W'3H/ G Highland Avenue over 0 • ''PRAIRI Li. d oi_ST_ PARK
r _
a�__ it HE HER,'�_r S' - v i
LARKIN , x _ L J� Fox River * - G/ S.N. 045-6304 _ELL4:py p H.S. @- p, i UT( T1 I, 4 1 T`' .. •.z
/�`T,�p.® p t� " w ` = -- BOA
I '_ --- E SH LEf -i I J L¢ I Is,-
1- .-4iL._ = ¢ ,4 HIG�A DS .`1 RI National Street over 1D°�
P� ` ATHLETIC kl � �Z S.N. 045-0058 T Fox River Marga
- FIELD y.... T " _�. y'•K� �9 9�` mP �.�h
;' N r; p ;;� 2' Chicago Street over T r p�-�
{ al o Np Q I O �, u �!a
E E t_a �1 -____ C. U =„_ * �0 CLOG S r,I��
_ __ IF $ Fox River ..�Y'k r•, . . 3
d" z: .',N WALN}1 "1 „ S7� ' r �� 1 SH_ERMA m I �I w 01 � . . . �._:: .., 4 �5� �iPPLAZA'• 'W
M ER �T� EY R •i' z STI i, I ¢ r u� wyy �d+S.C. ti�
q� KATE - a ; wl i 'O ETRA p 0 \
'"x TOWN > ;, w .A li A_ .z ST a� LOpyBI g TAT. t
Ngi
z
-I W I = A HBURI� _Li_
t �, \gou ra ti CO
1; & m Ep =�I� i r tu9 I gj i '> v� Qq Si' BE ut _ 4
g LILIIA_Nf1 1ST Z./ I- OAK L__ r._ _
'444.44* COUNTRY �' S r I"..`� .•
,COUNTRY u�� S O w�— I Q Ij - ._ _IN
L:•SEN h Van ii
PLAZA ..,4,-,- y G • •w_,L-ORAN rE> I -,i O I w HA DINGt, -- �'1 „ Nos
a
" F-• cpJ. p ti
ro2 ��¢� -�_ `- _" 5T .. _ -_' _''_..a •L .ARFl�LD1 • ._°
�fF7'j wi _ n�+m tl zj WL_MO'ROAN .� �� -- 0[6ti = S .. •
I C IL\1 - - - II
•
�RvD :."COIVGDON JL Vi Z �� •I' ='I = - AV I-A 4 I r¢. . •.PPLr Y
G Z �I KEEP' u At' ` el N 09".I' PG(OR I
I ,_ m• EE G '; AV I ( . GREEN r e_ RESTBURY DR SHOE¢ h COOPkR •U .I •
. AV I'
FSHERMAN PA >I �Gl!!iL i m;° ubb/o �L•�. iwo
s -
m HOSP SLAbE ] _ GE AV PATRICIA ` w
}
I 33W-12N Av ti Q , ` f , a. o ELGIN Z
CHESTER 1 IZ m0 O•.-
LN AV rla/-�. Ili
2 _ AV" 9)y PqN I Gr !�,Bedford Q L
6 MC. i S Z-1Q, �. LINCOLN AV 9 9 CT a� � L 1 , Ct m 'b� p, 8
¢ „.1-- Im 32W-12N 31 W-
L I ST O w w COLUMBIA O 4�d}`;� cc o- ,":. / �. a. 24- O m F, AVM � �� U �9 Be _ DALE
•
:IN _ LARSEN .. -_ Gi D
M �,V ALGONA AV 1MIDDLE I m TJ -ri L" eC�00� i-_.�. �—
�I,i a Rif ¢ ` A (SNA i 0 Ai 5 0 O "� PIN
/
I_ AV a¢ 4 JEFFE 9
T�FRA Q1S< c _ ,
OAS �a
/� c ENTERPRISE d I ¢ <.. Dan..
A§aN
X .._PLU - -h S'. = :k:MANOR -AV �i o Ct
—IF _ F �_= � � ":�
ST p alto=— SUMMIT S r FD¢ ATH�ETIC S C. S.0 .g-eat,Hunt- l J/Of '� f CHURCH OF
.■ ; NAZARE_ RDLi -I
d�FREMONT__: U g --- AMERCAN GOLF- IFIELD OUR REDEE
wl -„_HICKORY Pa' a t_ GRAW AV WAY -I
---• ---�Q ______ ST I! HER/DA ATH �_ BLL �CARL I 9 •LYMP
_ FRANKLI�1 — >I - FIELD */ .O . i r� PEGWOODT C
Blvd ¢ CT OU LORDS! i
E - ,L-- --I , S_T Franklin f FAQ/MUSEUM `t' PARK - �% e
— d Lo
ma G/N I H� HUt� 0 LE T.
' � ,,Mi orka— -� L__ BLV--- 0I \ LORDS
PAft -- '� �L9 OP HECKER 09 b QC�� EY<02 I
Y
A -_ u um PARK _ ¢
�Fi A- J SER' NOR _ ST} rn-� I PAVILLION a R,-• Ppil�\- _ e-- 9Q`I A.LER
• 33 W 11 O LILLI 6 d ST t OOO / O¢ n oG' VILLAGE\ SE CF DR.vim °`•RDEN_ o w /C,ry e9
u O Ilowre
.� °- FOR T. AV :i d CT e9/� o Win
IVISI 1/
iN'S m "--� St Tr ',FO T r r l'� �r J'S/ G . SE RING Carl- Z
Sr ' Mery Rom-+�� G j' Gy s p Ct QLINDEN AV u� U Y-# (tR �-q
E CAGQ . P1 1'' L.::, n a �;+ ; URY ;CPT sib cy �cTCt v I! R
1- /
ILTO■w _. 3¢ Hg i ST'` ma EASTVI CT. , CT rt ;: \ 31 W-11 N
#�.. ST • 3 ¢ cc- ST PARK 32W-
CHANNING W I BLUFF ROLLING
PRAIRI• = a !Ir..- ST RYS PARK" ® I >- CIR Shales Parkway over ,f, 1 KNOLLS
T- • 17
¢ • GOLF CA
Polar Creek * a 90 m �i 1 REL O ST ' • • 1 • _ Il) CLUB W# oI
_.•_ cr
\Z<R,A7
✓ :G� ..`v •I.I�lIIIII� - IDOLE'> , EL Q ��'e C. . I*� ( a; GI W' ,cT ,/ii,.- it •�g� V)/`Q� S.N. 016-0222 MACKEY L
'Fi 9 \ I SCE L_N V Yek gLrTea e(� 4,��Cimma I. m U •I
L CJ I NLN @ .: rt- t 4, '
'/ Villa Street over , -I§Iz j N2•NCY` <d' .Ysi, _ --, f p_ \ , O <� C1
- * LSU� NE LN 0.92 xC)m 2` Troe eo • Z
'' k . P LOC- Willow Creek =IdARIE E f, �j :O CAMPUS T RO ING �' Sr
TO .�y �_ r�� _ i.'err,. I Shy Cante.u _
a �iaJ Lincoln- �" .,. -
�'F .+m SHERMA �` St •'tsorIP: �Ip rre�� i 0 tl tlor. ME yRIA tt��tNPLAZA n `I A\_ o Lf� T-
Z� NS.C"ge\ o• 'L i Av raoC i ynnhCt S DIUM• ZEgSTCto O ••t 1fi G - ELLq Pa G�. 1 M 9YLa PA•. WOUD a NICqt� m e.- wFy I NLNo. \�o o Ctl�f < mmQ- goon k_ • .ESS �I S �: ST� L"�N o. v Qasssh,: !� Fa s W o } ro��BEN � HN �WI ' r-4 , IF..• h !�NEYLtS.N. 016-2523J I U y l-. - sr, , „.t"A : LAH LR Y Y -�°
I EsaNDR, Villa Street over -'DALE CL CoDING : SE�N E � :^.:Van I o y� � N �,9 I •AR LD . Nost. d P� wr/ �� * NDRCEU��''RI`E �i•.IM i S MA S ��\ �' ` PO•Iar Creek
I rN '.w�C �OP;� �•� Q::_ MAROON �� %NVER.I( 31W-1ON
.U 77T'_ •••• /i HA�y1PT N ' •o m � vR•�o W �c
._L., •� I 13 JAY .m x . n •�e' .i' E-�ST:�, �� `MC Z 2 NS �J
ST • •� IL�I ST_OF lNrightPk. /�9 �N�R'049't 70'' O^ ��=N 20 4
ROUGH HAS INGS I. i�i p ST > •., C O v .r• AL On , pR�
o
- DWI e-' I El DRAKE m I HUF
"__ `"- I� l FIELD H UST•- Mt. s�;CONC61�.y (A �O. I w,rR
�.�.�- ¢I . p Hope
Housto r:\ •n IO
ILLINOIS�'''''" .n� YI ♦ Cem. a --� sa.• p H
WCRETARY �..�, , _ - - ya
OF STATEMitilUrarf ® � ' • Oi,
OFFICE , I v, o
tit I 1E' >I JOAN i •
INENTAL DI b N a AV IMMI. •••A
a '
pGIN Q ELC LzLJI II \ BCemluff lty 01
SQO
�9i ¢if LI J 3 a I fi oQ
j S. N. 016-6940
AV CREE
_II1 �- _ ° ) Bluff City Boulevard over
1911.4R 1 BLj Poplar Creek *
tt
27-----A-v,
2 l/�•F IW 99 Itmy
Go 1
-9N aI
02°� 25 I� 32W-9N o J31W-9N
oT m CO .l Li,
30 O 29
Ella U.
Iz a 4-
..........as.IL i vvr. 14zN
TsER RELGIN TWP. T41N.7---"---D ,
DECAD ''Y S(iFtIV,,,4k---,------
,,,, ..1:: "
T '
CT .
r.. I
_Wf.:_____ilTE ,... .. .......____, '-‘•-9-45' -s, l', v -T-s
a MILLENIUM DR
,- - 4;:t MURCER kfr--
.
R-P
(..1
CENTURY OAKS 4
z a- , !I---- ---- „.--FE- c)
Ct\
''' A.
. 6 OAKS li -a 37W-13N 36W-1c N v , 0.. vr-c-R Ct 4.,Dr
A, ':.wo ,.: pe,
0%--'lf zg6 5
N
eco
eP.6, .-, ).• -o.,,.
04
7 -'•
-.,t9k• ,, . , _ TODD
0,,,/c., + ,,,,,,g, • ell)x, INDSOR'S p--
)° 4% M t_y__Ay...-<'1,4,6, ..1 tr,,,,,., ... ..'EONNATNIEERR C,,... .J
-kW.
40CE-: 0 C'1, % s,l, • :imruay 0,,,:s <<'R. TYLER --' -
-r PAuL 41 A,. sQu a riE .
- CREEK
FAO c a. METRA 'f .„ C
44:3111-g., C7n3lIrLD peroicirr.,.,EsT
c—N—CiLIC41 *-6\4 NOATHwe ''• STATION i 4.4 PLAZA US.15 01 485 IH ril
R.R.
SC cil x, '1 BIG TIN
Z TEA-J it ,. '-r'..r.-...„Pa"..--,',., gm. ---- iiii 7-7-TBABER— ••-•-— DR
:ENIZ .1
GGLEIELAND
MP. :, , Etta 3741.V.ar._
-..,,..,_1111;Mr CREE•
2 ST*NEHAVEN -. -------_,.. .*TOF- ,O S. N. 045-6306 7::
.-- Nc_C:i,,REES 07
ILL! • I-..--..&313071-
0. ',-- --_ Royal Boulevard over .-ED , G --"------,,_OR r----' \
. 1 _-
.:V
...,/ \O 1 - ./ / T ler Creek , ._____ELTz.eupfAN DR7Th /
.. 0 1---f--------,-,...-'
N.9 - ./('71 , /
SC t f-.5_, : .0.' 4 -45, 4, -------' -; ' : ,, L at La . ;
-, 1 • ' -—=-41:
.z. 0). -\ 4 ..' I-Iti; :I 1 4 , 9 --,.._a_ -...... "-- NTROSE I
‘ (..)\ -- , 4 c,,.,s;..._0 - --tr-1 1 ulLEBIE -• pL ;
.:c --,.-1(
,‘04 \
it Bolo___3-_,-----, ",r------------------ --__.4 a i____L-A------4 ' 0 WING
ED. .." ".4.-.••01.-.„,WEST ELMER ) 136 -. -2- .,'„,fs9pLima---91^/zotv7 . /. 35-V - 2N YOSPI-9-mrtyp- - uoP
'v PARK
HIGHLAND c-ri • 'IGHL AND 9'1407 .
SPRINGS Aucg ,,v.,-. 4,- r", 'i . q Si i . - -• 0)/P ' a 4. GOLF
ACRES <-1- :1-7 WEST -- •Z` ' A.-- t gr , I •
CREEKSID t. fa! •-q, fi . iliNOis C '42- i
0 0,, (3-,•---!--cl-- co a g g i7r-%
F W-12N 0 CCP .I...
Nr'''-,,,7 ja !.:r .-0 '‘,1".,. . 4.,•0_1\\ 1„ r ,t ELEMENT/1=.1..." ci , 1 6, hi,A',,,,,..,__,4ARK ,,,,,,..,/ couRsE
&
/ KASKA IA ,
1 gil
_
al.
cod '. .",oe,- .....___,—4'4' -7 ••••• ''..Bluff 1,-,- ',co '0 ILINILDIS .: P Ma or
_ •
- Pa WI crt , ,c",14)rr -4...f „•,.,Dr* "`i -
g 14>• , S
r" 0 : .
000" '' 1: tlat''',,a, ,!'.6.9-17g,-=-:-..\ff...,-_-.- ..11-..---R..--D__ WI P•RK II cng•,ti >c'h'' >,
wallo (7.!:'...7 l'' T •• or•Fs,--- ,,,,,,,-3,',-„, ...\ ,./151•-•- ---- - - ag MA oR 1.C.II II li -gh <2 >1
i
4---
4,------1
is2
..4)' ,, .*v. _.:_,FE,,,.. iCt csg:poWsler...,, ,,,. . .-"--'1'a) o:_w_m_kNoj.__ ,,--1 .- -•
v ---- W1LDEMEt$E -4 T----14-ailiA • o '._., ..--
. , (ALMORA P,.__.:•:,. TALL
HEIGHT ,., .D-......--.,,
E •...:4
. ? ? KI . .i. a gr -,II i
0. -Jj' 0 T I --r-s,7:1- =-- a .•I• ' , . !,.--•t-,•-•-;
--...9AKL. A , r. ,
. i EY
.., i r- ..•fr „JC OR t , .
--,..... : --.,
0 '("- a _.._ 0.. AM ' ' , Z ;I . !, c w !.
G1.11
OAKS CLOS
g.4 Z 1;;' ..7--t:4:"3'I A COVE
4. 1_4 zi
*I.
'--
eSke' ••••,....',,',.Y0,_ SIDE ,z,ti% Lidi..7 . 4./N, • il. ‘9 . 1.11-1 -la'.-- ----c-x.- Ili
. „
D. .. c,_ • I.A... „ -, . ' '''"
.11,/.... HIDDEN ,•90 DR uu i_ .f./ :71 • ' THOM•AS • .: M
..,,,, ,-_---• 'cr -- - 40UNTRY >, Q,1 ' Highlan0 . '
(1 cc JAME'',,I,1----el,cc fx
itc-,C2, RANDALL .A. M ' F.,cr 0
o.
e \-1:- R/DGE 4 /..
cl) 4IGHLAN5 ,i • .. 1
• , ..,- 7 cl- m '3' L co -C_Ct. .. Fly__Aq_i_ La_ k,
1.,. ' * 041-1 1
-''' g.° 1 - ,,----N-.---'-e--g. ----,. • , ___._119.47: ...._pj 4L n•
• • , c- - ,o-- ca.
"I z 4.c _ •,cc E 0 4
I II:' WOVE
---- c't) I '. ; i ...,,- a
o,'"-- ,.- - _----1-11-- --r----
7• kt*GO°9 / -'---- DR Highland Avenue over ... - ., 1-15
,. ...-1-4-6. oc :•• Ptoo
,c), 404.... z,.. it•• Cj _ _ 0%.,
----... •-'''... ••-• i . , • HAVVTHOR A Sandy Creek * I t
-11 N 1,',-•' --.,2,:---!-.• .A. Hals pl 4 .- g.,,,t • . ,i t 1 .
r R • I. 2 4 :.--.
,<5.,.‘ ----..,-.,,,,,,,,,,,,,::-..,_.,_ „I g.,.: ,, • _ I] PK
Gv01-29i1C1 . - -
WI .. AIRLITEe'PC'2----- ''''•'' ''
‘.),' A '',:„--71,‘ 4;:<< 4i- 1771WATER4 RKI . 9.'i"- -, •-:LARK.IN - 0 '' HE HERp 1LS
I ost; ,‘6,/fIk. •,,,k,.. .... Cul .' .. ; I___._____Y,r___,„ _,;__,_ —
TT
rt"- Y ' ' •-'''4,,, -...-.„,„-L..- ‘.-1----------- —-- "IA T i' t -- , . il i:___,-....- r '-'SFILEA I z 'Z \,,, \Ai--...,..- .11.0,!---<;,ms;---- ' • , -.--- ......-4---t— ..,,._,..__r_i_______, DLE
47,01.0 ATHLETIC :i ji ' i P I r I I' :
.-4 /q- '11 :1 • ;:c.-c.- • kAFC_Lli 11 Coll__..,
I ,i•-'..,, -.'••'• F-i i' ;: 14,s.'41 .0 , , , n q i
:0 „mERIE '...,....,.11:.....,,,...z,zz.11 ovor:. ,,S:IT: 76,.: iii-nz_F__:_\
4), COUNTRY 4/), /6)
ir•F- di .,E La, 1.-,:,...„,,....„, •,.., ' c .'-' 6 _x ------1.6f44,, 2 _g,••
,...Z., ..„,,C42 M YER ' . . EYOLR Z 4-1.2'.`"- • .
'0
OTTER I 8 : -) 4 .
CREEK '-' ! 0--5_-91±1 Er " NIULgFilly
-1,
,... „A .., --,44
CLUB , :1 < < §f I-II 1 511,. .....se., ,:-----11-;;,' ' ..,""-• TOWN > 0 ...." -.' • ik" <10
CS CI-.. ...ct '''.•,,,-.,' , Eli() • ...<31,,Z ..J , 2.. , ,
Fs. ,OUTH -"; II tui
co -,- -- ,„ :• 3;-1 LILPAN
•\ --I ' . .. ......,;_--- ...i.2t._•7',•..-,...._..._-_ - -,-.‘,. 1,....7,,; COUNTRY . ------ .----0...,-- --..,•-•0
z-.. L4cA- \• q_
_./ ..: .., ,,,,
. -7-.., H.RvABD ---.7 f -,-,-,,,--,,,..
., . ,_ Ri 0-40,.... _ _,
BENtoToN -':,..,..`4:litr.- PLAZA Pr. , t; ,,•- ,T-6-i .:.
2 dit' , Q.;\•,,_'
I Z p-•Zt,ir 1 ORD 1
'... -,...- Wil
< 0
‘N.,:**c.,.. aii„.._.„.. •.71- '",9 ,I :'
--,,,,,,,-,-,,::,, ----,,,-_,...„...,--,,,.. A Iv"n ie •'/--- ,
37W-10N zr 0 s <"COLLEGE !S-,,"
'2-
*,,20 21 c-, c ci
DR SO BALL
OTTE- PARK '7\ I•• Z
t.S>.`_______12 cr• A___ FLEETwooDi
III CREE,
,,,. •
BAR.
WOODBRIDGE I i 36W4ON Z -I LAI
if w z
co ,,, 1 -0 ,EYBALL
ky 35W-1 ON Cz•URTS DP
NORTH t_ky • ELGIN cr
Fill''•
\G'ik -< OMMUNT' \ BMX
r,_ TOW, •,ES OF
COV •En\C- ,• 0- ,3 ODBRIDGE
.1 r- it, COLLIPE -• _____ ,.a SPARTAN ./
F.
...?../t 0 .ncaster Brighton ,
•c[ 'no ----e-,Ct PAR AN .,-..-...-- , T3
se 03 . wry yk. 0 SPARTAN ELG . I
-0 . . Ct..c,e,
-,_ • ,,c„.,° Chelsea IN SPORTS 0
1 o'---• ,,f-Ct „A-..et MEADOWS GOLF COURSE ,c;
II
EXHIBIT B-1
2004/2005 BRIDGE INSPECTION
AVERAGE SCORE SHEET
CONSULTANTS
SELECTION TEAM HLR HNTB CMT Lochner Collins
John Loete 3 4 1 5 2
Joe Evers 1 1 3 5 4
Steve Pertzborn 2 3 4 1 5
Chad Butzow 1 4 2 5 3
Omar Santos 3 4 1 2 5
TOTAL SCORE 10 16 11 18 19
AVERAGE SCORE 2 3.2 2.2 3.6 3.8
Note:
Assigned scores based on the following formula: 5=highest, 1=lowest
2004/2005 BRIDGE INSPECTION EXHIBiT -2
QUALIFICATIONS RATING SHEET - SUMMARY
CONSULTANTS
• HLR HNTB CMT Lochner Coffins T
EVALUATION FACTORS WEIGHT 1 2 ° 3 4 , 5 1 2 3 4 5 1 2 3 4 5 1 12 3 4 - 5 1 1 2 1 3 4 5
Project Manager Qualifications 0-20 14 14 14 15 10 11111 14 ® 16 EID® 15 -17 ' 1 151 15I i 15 1 13 14 17 14 17 : 17 15 f I!
$ 1 'g.'Nli�r�tkMA�ec.
Project Team Qualifications 0-20 17 13 16 15 ® 1 .' 13 ® 14 6 i 1 q ; 17 1 15 1 9 3 i g 16 16 1 '; 7j 1 i I 1 5 6
Hm � 1 • , 16 16
t*
Firm Experience 0-15 15 12, 13 14 10 ®®in 14 12 15 14 13 14 11 Minn 13 15 14 15 A14 13
Scope of Services Proposed 0-15 13 11 11 13 12 13 13 13 13 ; 13 1 1` 12 12 13 9 114 13 12 14 10 10 121 11 12 11
ot�? .`,_- y x= n,. .
Familiarity With Conditions 0-25 . 21 20: 25 24 18 20 18 25 24 15 12 i 1 ;9 24 23 10 20 18 20 ' 23 ! 7 20 20 25 , 24 12 -
Technology 0-5 5 3 4 5 3 . 5 1 2 4 1 4 5 5 5K 5 3 5 ' 41 ' ` 5 4 5 4 4 5 J
1
TOTALS 0-100 85 73 83 86 65 86 73 85 89 68 83 79 86 87 5418718 2 Le, (--90 j 59 34, 81 87 i 83 72
Resolution No. 02-100
RESOLUTION
APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH
ILLINOIS CONSTRUCTORS CORP. FOR THE
2001 BRIDGE MAINTENANCE PROGRAM
WHEREAS, the City of Elgin has heretofore entered into a
contract with Illinois Constructors Corp. for the 2001 Bridge
Maintenance Program; and
WHEREAS, it is necessary and desirable to modify the terms of
the contract as is described in Change Order No. 1, attached
hereto.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF ELGIN, ILLINOIS, that Olufemi Folarin, Interim City Manager, be
and is hereby authorized and directed to execute Change Order
No. 1, a copy of which is attached hereto and made a part hereof by
reference .
s/ Ed Schock
Ed Schock, Mayor
Presented: March 13 , 2002
Adopted: March 13 , 2002
Omnibus Vote : Yeas : 7 Nays : 0
Attest :
s/ Dolonna Mecum
Dolonna Mecum, City Clerk
ELGIN, ILLINOIS
PROJECT 339594
CHANGE ORDER No. 1
SCOPE: This Change Order No. 1 will increase the quantity for the Furnish and
Erect Structural Steel.
The general contractor for this project is Illinois Constructors of St.
Charles, Illinois.
REASON FOR CHANGE: This Change Order No. 1 is in the best interest of the City
and is authorized by law.
SUMMARY OF CHANGES IN CONTRACT AMOUNT:
ITEM TOTAL
Furnish and Erect Structural Steel $12,424.10
TOTAL CHANGE ORDER NO. 1 $12,424.10
The original contract with Illinois Constructors Corp. is $52,460. By reason of Change
Order No. 1, the contract for the 2001 Bridge Maintenance Program - MFT will be
increased in the amount of twelve thousand four hundred twenty four and 10/100
dollars ($12,424.10). The new contract amount, inclusive of Change Order No. 1 is
sixty four thousand eight hundred eighty,four and 10/100 dollars ($64,884.10).
CHANGE ORDER NO. 1
February 4,2001
PAGE 2 OF 2
OTHER CONTRACT PROVISIONS: All other contract provisions shall remain the
same.
Agreed to this day of , 2002.
Recommended:
Public Wor s D partment
By: Oçoç
Title: upe6, e.
-+
Date: FP 6a /1/ 2002-
Accepted:
Illinois Constructors Corp.
Part Second Part (Contractor)
By:
Title: 4Q-4A-C
Date: r`-e ^]��.OGL
Approved:
CITY OF ELGIN
Party of the First Part (Owner)
By: • �.�.
Title:
Date: fri, , / ?� ,2.o Q ?�
F:\General Services\Public_Works\pw\MFT info\2001 Bridge Maint.change order#1.wpd
J
4y OF FCC
or
Agenda Item No.
City of Elgin
E
L :N
February 22 , 2002
G
tr1
N
TO: Mayor and Members of the City Council SAFE COMMUNITY
FROM: Olufemi Folarin, Interim City Manager
SUBJECT: Change Order No. 1 for 2001 MFT
Bridge Maintenance Contract
PURPOSE
The purpose of this memorandum is to provide the Mayor and the
members of the City Council with information to consider Change
Order No. 1 for the 2001 MFT Bridge Maintenance Contract .
BACKGROUND
On September 26, 2001, the City Council awarded to Illinois
Constructors the contract for 2001 MFT Bridge Maintenance for the
replacement of the roller bearings on the National Street bridge .
The contract was awarded in the amount of $52 , 460 . 00 . When the
contractor was placing the order with the steel manufacturer, an
error in the bid quantity for the steel needed for the bearings was
discovered. The cost of the steel was based on a unit price bid of
$13 . 00/pound.
This erroneous quantity in the original bid documents was
established by Hampton, Lenzini and Renwick, Inc . (HLR) , the City' s
consultant for engineering services related to the Motor Fuel Tax
contracts . The awarded contract incorrectly lists the steel
quantity at 1, 320 pounds while the corrected quantity is 2 , 275 . 7
pounds . The increased cost to the contract is $12 , 424 . 10 and the
revised awarded contract amount is $64 , 884 . 10 .
HLR has agreed to charge their construction inspection services
against the original awarded amount of $52 , 460 . 00 . Their fee for
inspection is 6% of the actual awarded contract amount . This is a
realized savings of $745 .45 for the construction inspection cost
for the project .
Final payment is not being processed at this time due to the fact
that painting of the new steel could not be complete due to
temperature requirements of the paint . A second payment will be
made to the contractor after this change order is approved with a
retainage held until the painting is complete in the spring. The
project will be finaled out at that time.
L �
1911111
Change Order No. 1 for 2001 MFT Bridge Maintenance Contract
February 22 , 2002
Page 2
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
(�JNone .
i1
`v FINANCIAL IMPACT
The subject project has budgeted funds of $100, 000 . 00 in account
number 290-0000-791 .41-08, project number 339648 . The total amount
of Change Order No. 1 (Attachment A) is $12 , 424 . 10 . The revised
contract amount with Illinois Constructors is $64 , 884 . 10 .
Original Award Amount $52 , 460 . 00
Change Order No. 1 $12 , 424 . 10
Revised Award Amount $64, 884 .10
EGAL IMPACT
None .
ALTERNATIVES
None .
RECOMMENDATION
It is recommended that the City Council authorize the execution of
Change Order No. 1 in the amount of $12, 424 . 10 and direct staff to
prepare the necessary resolution.
Respectfully submitted,
Olufemi Tari
Interi C' ty Ma ager
JML:cab
Attachment
SEPTEMBER 26, 2001 VOLUME LXVI
BID 01-127 AWARDED FOR 2001 BRIDGE MAINTENANCE CONTRACT
Councilmember Gilliam made a motion, seconded by Councilmember
Figueroa, to award a contract to Illinois Constructors
Corporation, the low responsible bidder, at the price of $52 , 460 .
Upon a roll call vote : Yeas : Councilmembers Figueroa, Gilliam,
Munson, Walters, Wasilowski, Yearman and Mayor Schock. Nays :
None .
BID 01-114 AWARDED FOR RECREATION CENTER CONSTRUCTION
Councilmember Walters made a motion, seconded by Councilmember
Wasilowski, to authorize Gilbane to execute contracts with
Midwest Masonry in the amount of $2 , 527, 200, to Edwin Anderson
Construction in the amount of $1, 533 , 000, to Elgin Roofing
Company in the amount of $723 , 520, and to CAD Contract Glazing in
the amount of $1, 540, 500 for masonry, general trades, roofing and
glass/glazing associated with the Recreation Center construction.
Upon a roll call vote : Yeas : Councilmembers Figueroa, Gilliam,
Munson, Walters, Wasilowski and Mayor Schock. Nays :
Councilmember Yearman.
BID 01-120 AWARDED FOR VEHICLE LIFT FOR THE FIRE DEPARTMENT
Councilmember Munson made a motion, seconded by Councilmember
Wasilowski, to award a contract to Standard Equipment and
Automotive Equipment in the amount of $55, 100 . Upon a roll call
vote : Yeas : Councilmembers Figueroa, Gilliam, Munson, Walters,
Wasilowski, Yearman and Mayor Schock. Nays : None .
BID 01-122 AWARDED FOR PLOW BLADES
Councilmember Yearman made a motion, seconded by Councilmember
Munson, to award a contract to the overall low bidder, Central
Parts Warehouse, in the amount of $6, 552 . 90 . Upon a roll call
vote : Yeas : Councilmembers Figueroa, Gilliam, Munson, Walters,
Wasilowski, Yearman and Mayor Schock. Nays : None .
BID 01-123 AWARDED FOR MULTI FIELD LIGHTING PROJECT
Councilmember Walters made a motion, seconded by Councilmember
Figueroa, to award contracts for the base bid to light Wing and
Lords Park tennis courts, the youth sports associations and the
Sports Complex Soccer Field lighting alternate to the lowest
responsive bidders, Lauderdale Electric in the amount of $96, 175
and Musco Lighting in the amount of $211, 735 . Upon a roll call
vote : Yeas : Councilmembers Figueroa, Gilliam, Munson, Walters,
Wasilowski, Yearman and Mayor Schock. Nays : None .
661