HomeMy WebLinkAbout89-0614 Midwest Consulting / 7--,,/ CLE,e e_
.. ..
531.. Obl‘k
AGREEMENT FOR CONSULTANT' S SERVICES
between
CITY OF ELGIN
KANE COUNTY
and
MIDWEST CONSULTING ENGINEERS, INC.
5151 North Harlem Avenue
Chicago, Illinois 60656
PROJECT DESCRIPTION
The inspection and evaluation of the National Street Bridge
over the Fox River located in Elgin, Illinois .
AGREEMENT FOR CONSULTANT SERVICES
THIS AGREEMENT, entered into this /L day of June, 1989, by
and between the CITY OF ELGIN, State of Illinois, hereinafter
referred to as the CITY, and MIDWEST CONSULTING ENGINEERS, INC. ,
a firm of consulting engineers whose address is 5151 N. Harlem
Avenue, Chicago, Illinois 60656 , hereinafter referred to as the
CONSULTANT.
WHEREAS , the CITY proposes to engage the CONSULTANT to
render professional services in connection with the proposed
improvement: The inspection and evaluation of the National
Street Bridge over the Fox River.
A copy of the CONSULTANT' S proposal for this PROJECT is
attached hereto and made a part hereof.
This AGREEMENT contains all the terms and conditions of the
agreement between the CITY and the CONSULTANT and any changes in
this AGREEMENT shall have no effect unless they are made in
writing, signed by both parties, and incorporated as an amendment
to this AGREEMENT. No other written or oral understandings,
representations or agreements, other than those herein, have been
made by and between the parties hereto.
In consideration of these premises, the parties hereto agree
as set forth in the following pages numbered 1 thru 4 inclusive.
Executed by the CITY OF ELGIN, Kane County, State of Illi-
nois, acting by and through its City Council.
ATTEST:
CI CLERK MAYOR
Executed by MIDWEST CONSULTING ENGINEERS , INC.
ATTEST:
/ /Z ti014�SECRETARY PRESIDENT
MCE015/1 -1-
. .
1. Description of Project
The project includes the inspection and evaluation of the
National Street bridge over the Fox River in the City of
Elgin, Kane County, Illinois in accordance with the
Consultant' s proposal.
Our work will include inspecting the bridge and evaluating
the existing condition of the deck, superstructure and
substructure . We will prepare a report summarizing our
findings and presenting alternative rehabilitation options.
The report will include preliminary estimates of cost and
recommendations for the improvement.
2 . Scope of Services
The following are the work elements and deliverables to be
performed by the Consultant:
- Visual inspection of all bridge elements and the
development of sketches that show locations and amounts
of deterioration of the elements . Photographs of the
key elements will also be taken.
- Rating of Bridge members, if bridge plans are located.
- 4 to 10 full depth deck cores to be analyzed for
quality of concrete, visual voids, depth of deck and
asphalt, condition of rebars and salt damage.
- Investigation of various rehabilitation alternatives
for the concrete deck, sidewalks, expansion joint,
approach slab, and deck wearing surface.
- Development of a detail and costs for the longitudinal
joint elimination.
- Estimates of cost for repairs to the structure.
- Preparation of a report with costs and a recommenda-
tion. Three copies of the report will be submitted.
- The piers are located in the Fox River. If plans are
located, it can be determined if the piers will require
underwater inspection to locate any evidence of under-
mining by scour action. Our proposal does not include
the cost of underwater inspection. If the water is low
enough, we will probe the footing for evidence of
undermining.
3 . Services To Be Provided By City
The City of Elgin will provide the following to assist in
the performance of this study.
MCE015/1 -2-
1) Traffic control/lane closures required to complete deck
analysis and coring operation.
2) Temporary parking prohibition as required to permit
evaluation of the parking lanes and curb.
3) Any plans or reports which may be available for the
original construction or for previous rehabilita-
tion/reconstruction projects.
4 . Personnel
MCE maintains a full staff of qualified and experienced
structural engineers who are available to perform this
study. Mr. Otto Hatlestad, P.E. , S.E. will perform the work
detailed herein and will be assisted by other members of our
structural engineering and our bridge construction staff as
necessary to complete the project.
A copy of Mr. Hatlestad' s resume is attached along with a
copy of our current staff composition list.
5 . Schedule
We are prepared to complete our work within 30-45 days
following a "Notice to Proceed" or as required to meet the
City ' s schedule.
6 . Compensation
We propose to provide our services for a fee based on
reimbursement of direct labor costs plus profit and subcon-
sultant' s expenses at their actual cost subject to an upper
limit of compensation. The fee will be calculated at 2 .65
times direct labor costs plus equipment rental costs and
subconsultant expenses (estimated to be $600 .00) . We
estimate the work to require 48 manhours to complete. The
total "not to exceed" cost shall be $2 , 600 including subcon-
sultant expenses. Invoices will be issued monthly for the
amount of work actually completed (including sub-consultant
expenses) during the month.
Phase II and Phase III Engineering will only proceed fol-
lowing completion of the following:
1) Completion of the Phase I Report.
2) The City' s determination of the preferred alternative.
3) Successful negotiation of the fees for Phase II and
Phase III Engineering. (These fees will be negotiated
in accordance with the applicable procedures outlined
in the IDOT publication entitled "Standard Agreement
Provisions for Consultant Services , 1977") .
4) Approval of the Phase II and Phase III Engineering fees
by the City Council.
MCE015/1 -3-
7 . Qualifications
MCE is prequalified by IDOT to perform structural engineer-
ing work. We have performed numerous studies and investiga-
tions similar to that proposed for various public agencies
including IDOT and the Illinois Tollway Authority. A
listing of similar projects is attached.
8 . Insurance
Copies of our current certificates of insurance will be
furnished to the City prior to commencement of the project.
9 . Affirmative Action
A copy of the MCE Affirmative Action Policy and a list of
employees by classification is attached. This information
is taken directly from our current "Statement of Experience
and Financial Condition" on record and approved by the
Illinois Department of Transportation.
MCE015/1 -4-
1111
11111
311
AFFIRMATIVE ACTION POLICY
a
Midwest Consulting Engineers, Inc. will not discriminate
against any employee or applicant for employment due to race,
religion, color, national origin, age, sex or handicap. We will
employ and develop the best people we can find, basing our
judgment on the job-related qualifications.
We will direct our employment and personnel practices toward
insuring equal opportunity for everyone. Therefore, we intend
that all matters related to recruiting, hiring, training, bene-
fits, compensation, promotion or other employee programs, and all
.treatment on the job, be free of discriminatory practices.
I
BOARD OF DIRECTORS
101 MIDWEST CONSULTING ENGINEERS, INC.
I
I
1
I
SEFC/30 -2-
--I-111H1
PERSONNEL
9. List number of employees (by classification)you have on your present payroll.
Minority Groups
Direct
Spanish- American Asian Non- Salary Range
Classification Black American Indian American Minority Total (Hourly Range)
M F M F M F M F M F M F
Principal Eng. 2 2 $25.00 - $35.00
Project Manager 1 8 9 $18.50 - $30.00
Resident Eng. 1 1 1 1 $11.50 - $21.50
Structural Eng. 1 1 $15.00 - $27.00
Survey Chief 1 1 $11.00 - $17.50
Senior Project 2 2 .00
. Engineer 16
$ =$25_0(1
I
`' Project Eng. . 1 2 1 2 $19.00 - $18.00
Design Eng. 4 4 $11.00 - $16.50
Construction
Engineer 3 3 _ $11.00 - $18.50
Technician/
Survey & Const. 4 5 _ $ 7.00 - $14.50
Senior Drafts-
man/Technician 6 6 $11.00 - 0_7.00
Drafters 2 2 5 _ $ 6.00 - $13.50
Clerical/Word
Processors2 2 $ 6.00 - $15.00
Totals. 2 2 1 35 5 4n 5
(Final total must agree with total firm personnel on page #4.)
CITY OF ELGIN
NATIONAL STREET BRIDGE
CERTIFICATION BY CONSULTANT
I hereby certify that I am the President and duly authorized
representative of the firm of Midwest Consulting Engineers, Inc. ,
whose address is 5151 North Harlem Avenue, Chicago, Illinois
60656 , and that neither I nor the above firm I here represent
has:
(a) employed or retained for a commission, percentage,
brokerage, contingent fee, or other consideration, any
firm or person (other than a bona fide employee working
solely for me or the above consultant) to solicit or
secure this contract,
(b) agreed, as an express or implied condition for obtain-
ing this contract, to employ or retain the services of
any firm or person in connection with carrying out the
contract, or
(c) paid, or agreed to pay, to any firm, organization or
person (other than a bona fide employee working solely
for me or the above consultant) any fee, contribution,
donation, or consideration of any kind, or in con-
nection with, procuring or carrying out the contract.
May 1 , 1989 $4444)4 we
Date Morris M. Grossman
President
MCE015/1
Midwest Consulting Engineers, Inc.
7\
5151 North Harlem Avenue • Chicago, Illinois 60656 • (312) 792-1100
March 10, 1989
•
Mr. Melford A. Dahl, P.E.
Director of Public Works
City of Elgin
150 Dexter Court
Elgin, Illinois 60120
Reference: Proposal for Inspection and Evaluation of
National Street Bridge
Dear Mr. Dahl:
The following is our proposal to furnish professional engineering
services for the inspection and evaluation of the National Street
bridge structure.
Our work will include inspecting the bridge and evaluating the
existing condition of the deck, superstructure and substructure.
We will prepare a report summarizing our findings and presenting
alternative rehabilitation/reconstruction options. The report
— will include preliminary estimates of cost and recommendations
for the improvement.
Scope of Services
The following are the work elements and deliverables to be
performed:
- Visual inspection of all bridge' elements and the development
of sketches that show locations and amounts of deterioration
of the elements . Photographs of the key elements will also
be taken.
- Rating of Bridge members, if bridge plans are located,
- 4 to 10 full depth deck cores to be analyzed for quality of
concrete, visual voids, depth of deck and asphalt, condition
of rebars and salt damage .
. .
- Investigation of various rehabilitation alternatives for the
concrete deck, sidewalks, expansion joint, approach slab,
and deck wearing surface.
- Development of a detail and costs for the longitudinal joint
elimination.
- Estimates of cost for repair/replacement.
- Preparation of a report with costs and a recommendation.
Three copies of the report will be submitted.
- The piers are located in the Fox River. If plans are
located, it can be determined if the piers will require
underwater inspection to locate any evidence of undermining
by scour action. Our proposal does not include the cost of
underwater inspection. If the water is low enough, we will
probe the footing for evidence of undermining.
Services To Be Provided By City
The City of Elgin will provide the following to assist in the
performance of this study.
1) Traffic control/lane closures required to complete deck
analysis and coring operation.
2) Temporary parking prohibition as required to permit evalua-
tion of the parking lanes and curb.
3) Any plans or reports which may be available for the original
construction or for previous rehabilitation/reconstruction
projects.
Personnel
MCE maintains a full staff of qualified and experienced struc-
tural engineers who are available to perform this study. Mr.
Otto Hatlestad, P.E. , S.E. will perform the work detailed herein
and will be assisted by other members of our structural engineer-
ing and our bridge construction staff as necessary to complete
the project.
A copy of Mr. Hatlestad' s resume is attached along with a copy of
our current staff composition list.
Schedule
We are prepared to complete our work within 30-45 days following
a "Notice to Proceed" or as required to meet the Village ' s sche-
dule.
Compensation ' •
We propose to provide our services for a fee based on reimburse-
ment of direct labor costs plus profit and subconsultant' s
expenses at their actual cost subject to an upper limit of
compensation. The fee will be calculated at 2 . 65 times direct
labor costs plus equipment rental costs and subconsultant ex-
-2-
penses (estimated to be $600 .00) . We estimate the work to
require 48 manhours to complete. This calculates to an Upper
Limit of Compensation (not-to-exceed) of $2 ,600 including subcon-
sultant expenses .
The Phase II and III engineering fees will be negotiated follow-
ing the completion of the Phase I report and determination of the
preferred alternative. The fees will be negotiated in accordance
with the applicable IDOT procedures .
Qualifications
MCE is prequalified by IDOT to perform structural engineering
work. We have performed numerous studies and investigations
similar to that proposed for various public agencies including
IDOT and the Illinois Tollway Authority. A listing of similar
projects is attached.
Authorization to proceed may be granted by executing one copy
below and returning to our offices .
We thank you for the opportunity to submit our proposal for this
project and look forward to working with you on its implementa-
tion. In the meantime, if you have any questions or comments,
please don' t hesitate to contact,me.
Sincerely,
MIDWESP ;00 SULTING ENGINEERS, INC.
awrence E. Lux
LEL001/rp-23
Attachments: OJH Resume
Staff Composition
Bridge Rehabilitation Project List
Accepted for the City
By:
. .
Title:
Date:
-3-
CITY OF ELGIN REQUEST FOR PROPOSAL
National Street Bridge Rehabilitation
Proposals are invited from qualified Engineering Consultants
for Engineering Services - Improvement Report for the rehab-
ilitation of the National Street Bridge (see the attached
location map) . The report and construction documents , plans ,
and specifications shall be signed and sealed by an
Illinois Registered Structural Engineer.
Services provided shall be adequate to bring the status of
the proposed improvement to construction completion.
Existing Conditions
The bridge provides access across the Fox River for both
vehicles and pedestrians . Traffic counts for 1988 reveal an
ADT of 8 , 398 . Plans for the construction of the existing
structure are not available. Plans for subsequent
resurfacing and rehabilitation are available.
The bridge is a monolithic concrete abutment, beam and slab
structure with steel reinforcement. It has four spans with a
total length of 279 feet. The cross section includes 2-9
foot sidewalks , 2-10 foot parking lanes , and 2-12 foot
traffic lanes . Expansion joints exist at each abutment and a
longitudinal joint exists through the roadway centerline .
The deck drainage consists of scuppers in the deck, draining
to the river. Utilities attached to structure include a 10
inch watermain and a natural gas line.
Both the substructure and superstructure appear to be in good
condition. The driving surface and joints are showing signs
of deterioration.
Proposed Improvement R. GENE
The limits of the improvement shall include but not extend
beyond the approach slab on either side of the structure. FEB 21 1989
The existing 1 - 1/2 inch bituminous concrete surface and
membrane shall be milled off and replaced with a new MiD%VESTCONSULTING
waterproof membrane and a new wearing surface . ENGINEERS,INC.
The condition of the existing expansion joints shall be
evaluated and replaced if necessary. The condition of the
existing longitudinal joint shall be evaluated and
rehabilitation alternatives noted. Consideration may be
given to removal of the longitudinal joint and tying the two
sides of the structure together as shown in the attached
sketch.
The approach slabs shall be milled and resurfaced. There is
a sanitary manhole just east of the expansion joint on the east side
of the bridge. This manhole lies within the structure of the
approach slab and shall be raised before resurfacing.
The condition of the existing deck drainage shall be
evaluated. Alternative improvements necessary to provide an
adequate deck drainage system shall be noted.
If it is determined that any portion of the structure is not
sound, the engineer shall recommend repair measures . The
structure should be evaluated on the basis of a HS-20
loading.
The funding for the project shall be completed with 100
City funds .
Coordination
One lane of traffic in each direction shall remain open at
all times . Parking can be eliminated to accomplish the
necessary stages of traffic control . The Engineering
Division of Public Works will govern all phases of this
project. The Project Engineer shall be:
Dave Lawry - Engineering Div. of Public Works @ 312-697-3328
Score of Enaineerina
The selected Engineering Firm shall provide the following:
1) Phase I Report - This report shall include a Bridge
Inspection Report describing the existing condition of the
structure . Areas in need of repair shall be noted along with
possible alternatives for repair or replacement . Also
required in the Phase I Report are the design alternatives to
resurface and waterproof the deck.
This report may contain sketches, plans , or photographs
depicting alternative improvements . Estimates of cost shall
also be included for each alternative. The design of the
improvement shall be in accordance with acceptable practices
and with the Illinois Department of Transportation's ,
"Standard Specification For Road And Bridge Construction" ,
adopted July 1 , 1988 , and applicable special provisions .
The Phase I Report shall be submitted in triplicate and shall
become the property of the CITY OF ELGIN.
2) Phase II Plans and Specifications - This phase shall
include five sets of construction plans , contract documents
for bidding, the results of any tests, and specifications for
providing the desired improvement (with mylar reproducibles) .
3)Phase III - Periodic Construction Engineering/Inspection
Services for the proposed improvements sufficient to satisfy
the Engineer that the work is being performed in accordance
with the plans and specifications . This shall include any
testing required during the improvement and one set of mylar
reproducible construction record drawings .
4) All work shall be in accordance to the Illinois Division
of Water Resources , Illinois Division of Highways and the
CITY OF ELGIN.
5) Actual engineering costs as requested in this proposal
shall be submitted as a "not-to-exceed" amount. However, the
fee shall be negotiated prior to signing the contract .
City Responsibility
The CITY OF ELGIN agrees to provide the following:
1) An individual to represent the City in all matters
pertaining to the improvement. This representation shall
include review of the design, overseeing all construction of
the improvement, and obtaining locations of any known
utilities .
2) Plans of the structure as they exist .
Timetable
Strict adherence to the following time table shall be
required. However, should this schedule not provide
sufficient time to complete the required work , it should be
noted at the time the proposal is submitted. A revised
timetable shall be attached with the proposal .
March 10 , 1989 Request For Proposal responses returned to
Director of Public Works .
March 22 , 1989 City Council selects Engineering Firm.
May 3 , 1989 Final Report submitted. (This shall
include plans , specifications , bid and
contract documents, and any necessary
data) .
June 7 , 1989 City to approve report and seek author-
ization for the Engineer to proceed with
the bid package .
The completion target date is late 1989 .
References
The Engineering Firm shall submit with their proposal a list
of current references , with contact people and phone numbers ,
for projects similar in size and scope .
Supervision
The City retains the right to have a representative present
at all times during the construction of the improvement.
Insurance
The Engineer shall not commence work under this contract
until they have obtained all insurance required under this
paragraph, and has filed with City, certificates of insurance
executed by the respective companies . The Engineering Firm
shall furnish workman's compensation insurance (STATUTORY) ;
Property Damage and Public Liability Insurance in the amounts
of $ 300, 000. 00 and $ 500, 000 . 00 respectively; and
Comprehensive Automobile and General Body Injury Liability
with limits of $ 300, 000 . 00 and $ 500 , 000 . 00 respectively.
The CITY OF ELGIN shall be included as an additional insured
on the above policies .
Firm Size and Diversity
The experience and educational qualifications of the staff
who will be assigned to the project shall be included in the
proposal. The overall capabilities of the Firm and its
current and past clients should be presented for review by
the City. If your staff does not consist of a registered
structural engineer, you may subcontract.
Inquiries
Any and all requests for information may be directed to Dave
Lawry at 312-697-3328 .
Submittals
Proposals should submitted in duplicate to :
Melford A. Dahl, P.E.
Director of Public Works
CITY OF ELGIN
150 Dexter Court
Elgin, IL 60120
Proposals must be submitted by 10 a.m. local time March 10,
1989 .
__
. .. , _
NATIONAL ST. BRIDGE BECK
:NI 1.glittope ,14,-.r.'.7.2 mita F: ' . „
4--MINilitza0 iltot %,, OCztr:41--' 'mil.- iii4 . a 0 ....,- .
a mamas\(s..,01.. it .s.. • 112 : at
.NO SCALE
Itil
ltirlik • 11113r141031211tires", 1 0 .
V, \wIlll
Ve
� ; �o :o'wr� V41(0 ,Nu.
1 Ltalig2 Of ,
\ \\*Vior*MLII
Mmrrsin,rtigil". S •'
'o" 111111M. 11 179-O \ *44 ; 1.1114 i
R�i� toGtB Of Pg art
it EIPUIECIZIOA ti sr
1:--- 1101 �I"
. 1111131allERMN ir* gliggri
1 .runimmienrfp illi
i I ;
PASS -- _..__trlivammirnshms=. ligiDi 1 pan
,r.Y
r�►
SEAM CENTER • `Y! -4al."4 ail
M ` I t" t t
LOCATION
riceosED CONCRETE RE$OVAL CW5TNO OIT{NNOUS SIPS ACE
EXISTING LONGITLANAL JOT
EXISTING NEOPRENE JOINT
TASTING DECK
WaRlinfamossommusimir
Mreffraird
/j/• �.
ExISTN:
PCC GIRDER
EXISTING LONGITUDINAL JOINT(SECTION)
NEW CONCRETE TO FILLET PROPOSED BRICCE DECK OVERLAY
PROPOSED CLASS X CONCRETE
. • : • •
II • '''
1 ( I
I// I III I
I
I I I) I
II
I I
•
PROPOSED RECONSTRUCTED DECK AT FORMER LONGITUDINAL JOINT (SECTION)
Otto J. Hatlestad
Mr. Hatlestad has been engaged in consulting engineering as a
Civil/Structural Engineer since 1966 . Positions he has held
include Bridge Engineer, Project Engineer/Manager and Department
Head - Structures .
As Bridge Engineer he has designed and detailed highway and
railway bridges and related structures in several states .
Included in his experience is four years of employment as a
Bridge Designer with a Railroad Co. Bridge types include steel,
concrete, timber, continuous and also simple span. Also as a
Bridge Engineer he has inspected and rated highway and railway
bridges made of steel, concrete and timber.
As Project Engineer/Manager he has directed the design and
preparation of plans , specifications and cost estimates for a
variety of civil engineering projects. Projects included struc-
tural and civil engineering for a bulk fertilizer storage plant,
a chemical plant expansion project, a railroad classification
yard and an elevated hospital emergency ramp.
For 6 years Mr. Hatlestad has served as Department Head - Struc-
tures for a consulting engineering firm where he was responsible
for all structural work done by the firm. Some of the projects
during this period include, inspecting and rating approximately
200 bridges for a County Highway Department, design and plan
preparation for approximately 40 bridge replacement projects for
a County Highway Department, and design and plan preparation of
bridge replacement projects for the State Department of Transpor-
tation.
Representative projects in which Mr. Hatlestad has been involved
include:
Project Client Const. Cost
County Highway over
Sugar Creek -
Iroquois County I .D.O.T. 600 ,000
Township Bridge Re-
placement Projects Kankakee County $ 3 ,000 ,000
Kankakee County Highway Department (40 structures)
Tri-State Tollway
Road & Structure
Rehabilitation I . S .T.H.A. $11 , 200 , 000
Chevron Bulk
Fertilizer Plant Jerry Ash
Crescent City, Illinois Fertilizer Co. $ 2 ,000 ,000
Project Client Const. Cost
Bridge Rehabilitation - I .D.O.T. $ 900 ,000
Ill. Route 50 at Cal-Sag
Channel, Alsip, Illinois
Bridge Parapet & Wing I .S.T.H.A. $ 900 ,000
Modifications-Bensenville
• Bridge of Tri-State Tollway
County Highway over
Fountain Creek
Vermilion County, Illinois I .D.O.T. $ 120 ,000
Chemical Plant Remodeling
and Expansion
Omaha, Nebraska Allied Chemical Co. $2 ,500 ,000
Railroad/Railroad Grade
Separation, Railroad
Classification Yard
Strawberry Yard Louisville and
Louisville, Kentucky Nashville Road $3 ,500 ,000
Rating Railroad Bridges Louisville and
Cincinatti to Corbin Line Nashville Road
Route 20 over Railroad Iowa Department
at Marshalltown, Iowa of Transportation $ 500 , 000
17th Street & 17th Street
over East-West Freeway Milwaukee County
Milwaukee, Wisconsin Transp. Commission $ 600 ,000
Elevated East-West Freeway Milwaukee County
Milwaukee, Wisconsin Transp. Commission $4 ,000 ,000
EDUCATION:
B.S .C.E. University of Wisconsin - 1966 ,
Graduate Studies in Structural Engineering
University of Wisconsin, Milwaukee - 1967
University of Louisville - 1973-1974
PROFESSIONAL REGISTRATION:
Professional Engineer - Illinois
- Wisconsin
Structural Engineer - Illinois it
PROFESSIONAL ORGANIZATIONS :
Illinois Association of Structural Engineers
American Railroad Engineering Association
RE,RE--'i' .'!: p=...._.73
1CGE3 ANO _'JCTuT INEERING
CCNSTSUCTICI
PROJECT CLIENT SERVICES PRCViDED COMPLETED COST ($)
- 1. Algonquin Road City of Des Plaines Phase 1, 2 & 3 Engineering 19E2 600,000
Bridge Widening &
Rehabilitation
2. First Avenue over I.D.0.T. District ;1 Bridge Inspection and TS&L 1983 344,000
- Salt Creek (Phase 1 Engineering)
3. 3'st Street over I.0.0.T. District h1 Bridce Inspection and TS&L 1283 822,000
Des Plaines River (Phase 1 Engineering)
4. Randall Rcad over I.D.O.T. District ;1 Contract Plans 1983 .908,000
U.S. 20 - Bridge (Phase 2 Engineering)
Widening & Rehab.
5. Jefferson Street over Village of Hanover Park TS&L, Contract Plans, 1983 ,280,000
West Branch DuPage & Construction Inspection
River Bridge Replacement (Phase 1, 2 & 3 Engineering)
•
6. Grand Avenue over Boat I.D.0.T. District a1 Bridge Inspection, TS&L, 1932 200,000
Channel in Fox Lake and Contract Plans
7. Olde Salem Rcad Bridge Village of Hanover Park Contract Plans . 1932 200,000
(Phase 2 Engineering) .
8. Bike/Pedestrian Bridge Village of Ficsscoor Studies, Contract Plans 1983 40,000
over Butterfield Creek & Construction Inspection
(Phase 1, 2 & 3 Engineering) .
9. Cicero Avenue over I.D.0.T. District x1 Brid_e Inspection, TS&L, 1994 1,200,000
Cal-Sag Channel and Contract Plans .
(Phase 2 Engineerin.g)
10. Tri-State Toilway Illinois Toilway Contract Plans. 1934 852,000
Parapet Modification Authority (Phase 2 Engineering)
Bensenville Bridge
11. Gary Avenue Extension Village of Hanover Park Feasibility Study, Bridge 1935 800,000
Grade Separation ' Type Study, Cost Analysis,
Feasiblity Study and a Design Concept
12. Lake-Cook Road Village of Northbrook/ Feasibility Study and 1935 9,000,000
under ass at Cook County Hwy. Dept. Environmental Assessment
CSN,i Railway (Phase 1 Engineering)
Grade Separation _
13. US 12 - Lake County 1.0.0.T. District ;1 Bridge Inspection, Bridge 1935 2,000,000
Structure Repair and Condition Report & TS&L
Modification - Dry Lard (Phase 1 Engineering) •
Bridge and Grade
Separation Structure
-1 of 2-
•
•
14. 111th Str_.. - Cock 1.0.0.T. rDistrict w' Feasibility St.:y, Cos: 1975 3,000,7Cc
Cc:.nty Railroad - Estimate & Pr. ;minary Cosign .
Highway Grace (Phase 1 Engineering)
Separation Feasibility
Study
y
15. Tri-State Tollway Illinois Tollway Bridge Inspection, TS&L, 1985 1,700,000
Bridge Repair and Authority . and Contract Plans
Widening (Phase 2 Engineering)
15. Winfield Road CuPage County D.O.T. Bridge Inspection, TS&L, 1987 200,000
Bridge Realace ent and Ccntranct Plans
(Phase 2 Engineering)
17. Meacham Rc=_d Village of Schaumburg Bridge Inspection, TS&L, Ph. 2 in 810,000
Bridge Widening over and Contract Plans progress
NW Tollway (Phase 1 & 2 Engineering)
18. Northwest Tollway 1.0.0.T. District :1 Bridge Condition Report 1/90 4,000,000 •
over Arlington Heights and TS&L
Road - Bridge Replacement (Phase 1 Engineering)
19. Offner Road Manhattan Township Hydraulic Report, TS&L, Ph. 3 in 100,000
• Bridge Replacement Will County Design, Contract Plans progress
& Construction Inspection
(Phase 1, 2 & 3 Engineering)
•
20. Phillips Road Florence Township Hydraulic Report, TS&L, '. Ph. 3 in 100,000
Bridge Replacement Will County Design, Contract Plans progress
& Cons: ut:ion Inspection
(Phase 1, 2 & 3 Engineering)
21. Court Street Village of Mcnee Bridge inspection, Bridge Ph. 1 in 1,300,000
Bridge Replacement Condition Report & TS&L progress
• (Phase 1 Engineering)
• 11/10/98
MCE
-2 of 2-
•
i`
EXHIBIT A
HOURLY RATE RANGE
CONSULTANT'S REGULAR STAFF
CLASSIFICATION FROM TO
Principal Engineer $25.00 $35.00
Project Manager 18.50 30.00
Resident Engineer 11.50 21.50
Structural Engineer 15.00 27.00
Survey Chief 11.00 17.50
Senior Project Engineer 16.00 25.00
Project Engineer 14.00 21.00
Design Engineer 11.00 16.50
Construction Engineer 11.00 18.50
Technician/Survey & Construction 7.00 14.50
Senior Draftsman/Technician 11.00 17.00
Drafter 6.00 13.50
Clerical/Word Processor 6.00 15.00
Source: SEFC
Date: February 1, 1988
SEFC/11
EXHIBIT B
PAYROLL BURDEN & FRINGE COSTS
% of Direct
Productive
Payroll
Federal Insurance Contributions Act 9.96
State Unemployment Compensation 3.71
Federal Unemployment Compensation 0.70
Workmen's Compensation Insurance 0.80
Paid Holidays, Vacation, Sick Leave 13.75
Bonus and Incentive Payments 7.62
Qualified Deferred Retirement Benefits 10.38
Group Insurance 7.57
TOTAL PAYROLL BURDEN & FRINGE COSTS 54.49%
SEF'C/13
EXHIBIT C
OVERHEAD AND INDIRECT COSTS
% of Direct
Productive
Payroll
State Income Taxes 0.12
Business Insurance, including accident, liability and
valuable papers 7.64
Depreciation 4.02
Indirect Salaries - Administrative, Secretarial,
Messenger, Contracts, Negotiations, Proposals,
Unassignable Staff Time, and Professional Education37.20
Reproduction and Printing Costs 1.54
Office Supplies 2.80
Data Processing 0.70
Professional Services including Legal and
Accounting 1.83
Employees Travel, Business Meetings, and Pre-Contract
Expenses 10.73
Telephone and Postage 1.47
Recruiting and Relocation Expense 0.78
Training and Educational Non-Salary Expense 0.22
Fees, Licenses, Dues, Publications, (Technical and
Professional) 1.28
Utilities and Maintenance 1.73
Office Rent 6.56
Employee Relations 1.02
Other Expenses 0.96
TOTAL OVERHEAD 80.60%
SF.EC/15
- V:.AE. ::,CE';-'.4.; E C:E- .4r.
YEARS'
INOI` I CUA_ RESPCNSiBILI7Y LEVE: EXPER71 SE & STRENGTHS EXPERIENCE CLASSIF:CA7:ON
Raymond D. Bliss Project Manager Municipal & Civil Site Design 29 Engineer
Ned Fuller Project mgr/Engineer Drainage & Civil Site Design 11 Engineer - PE
Harry L. Gilmore, Jr. Project Manager Prelim/Final Hwy & Civil Site Design, 14 Engineer - PE
Otto J. Hatlestad Project Manager Prelim. & Final Structural Design 23 Engineer - PE/E
Kevin J. Kell Project Manager Final Highway Design & Lighting 16 Engineer - P`_
Ronald J. Kennedy Project Mgr/Engineer Final Highway Design & Civil Design 34 Engineer - DE
Lawrence E. Lux Project Manager Highway Design & .Municipal Management 25 Engineer
David C. Nissen Project Manager Hwy Construction, Survey & Design 12 Engineer
Jack Schmitt Project Manager Final Highway Design & Civil Design 16.5 Engineer - PE
Tom Tsai Project Manager Municipal & Site Development 16.5 Engineer - DE
Allan E. Seaber Project Engr/Designer Highway, Municipal & Civil Design 19 Engineer - PE
Ken A. Cortopassi Project Engineer Drainage & Highway Design 5 Engineer
H. Dale Dunteman Project Engr/Designer Prelim & Final Highway Design 27 Engineer - PE
Mohammad S. Hassan Structural Designer Prelim. & Final Structural Design 5 Engineer - ETT
Mark A. Henderson Designer Prelim Hwy Design & Traffic Engr 3.5 Engineer - EIT
Michael R. Hurtubise Project Engr/Designer Prelim & Final Highway Design 5 Engineer - PE
Richard P. Kipp Design/Const Engineer Highway Construction & Civil Design 7 Engineer - PE
Ronald J. McGinnis Designer Highway & Civil Design 3.5 Engineer
Parag G. Mehta Structural Designer Prelim & Final Structural Design 0.5 Engineer
Paula C. Pienton Structural Designer Prelim. & Final Structural Design 4 Engineer - LIT
Todd M. Prevette Designer Highway & Civil Design 4.5 Engineer
Val M. Racich Designer Highway & Civil Design 2.5 Engineer - LIT
Gary F. Rozwadowski Designer Prelim Hwy Design & Traffic Engr 2.5 Engineer - LIT
Emanuel Siegel Structural Engineer Prelim & Final Structural Design 30 Engineer - PE/SE
Igor Zinsky Project Engr/Designer Highway & Civil Design 17.5 Engineer
Edward Furman instruman Man Topo Survey 22 Surveyor
Pablo D. Galman, Jr. Instrument Man Topo Survey 4 Surveyor
Peter Lang Party Chief Topo Survey 12 Surveyor
Samuel J. McLean Party Chief Topo Survey 7 Surveyor
David D. O'Brien Chief of Survey Land Acquisition Documents 17 Surveyor - RLS
Agripino H. Bautista Drafter Highway & Civil Grafting 5 Drafter
Roger M. Cabrera Drafter Highway & Civil Drafting 13 Drafter
Joseph H. Eckert Structural Detailer Structural Drafting 12 Technician
Ronald D. Gougis Drafter Highway & Civil Final Plans 11 Drafter
John M. Kerivan Chief Draftsman Highway & Civil Final Plans 7 Drafter
Rita G. Kopinski Drafter Trainee Highway & Civil Drafting - Drafter
John S. Petitti Drafter Trainee Highway & Civil Drafting 1 Drafter
Pamela K. Rusanowsky Drafter Highway & Structural Plans 3.5 Technician
Mandel P. Williams Drafter Highway & Civil Drafting 5 Drafter
Osvaldo Valdez Drafter Highway & Civil Drafting - Drafter
Gustavo J. Velez Structural Detailer Structural Drafting 2.5 Technician.
STAF: COMPOSITION
MIDWEST CCNS:7LT:NG ENGINEERS, INC.
APRT- 11, 1989
Page 2 cf 2
YEARS'
INDIVIDUAL RESPCNSI8ILITY LEVEL EXPERTISE & STRENGTHS EXPERIENCE CLASSIFICATIC"
Vincent M. Burrus Resident Engr/Tech Hwy Cons.....:-.., Survey & Drafting 12 Technician
Edwin F. Gillen Resident Engineer Highway Construction 35 Engineer - PE
Donald G. Maeder Resident Engineer Highway Construction 29 Engineer
Jawahar P. Sheth Resident Engr/Manager Highway & 9ridge Construction 31.5 Engineer - PE
Steven J. Sieracki Resident Engineer Highway Construction 9 Engineer - PE
Zenon J. Stromeckyj Resident Engineer Highway Construction & Survey 26.5 Engineer
Todd A. Custer Construction Tech Highway Construction 5 Engineer
David J. Eberhart Construction Tech Highway Construction 2.5 Technician
Oan Girard Construction Tech Highway Construction. 0.5 Technician
John R. Karlovitz Construction Engineer Highway Construction 6 Engineer
Kevin A. Morenz Construction Engineer Hwy Construction, Survey & Design 4 Engineer - EIT
Michael P. Pavluk Construction Tech Highway Construction 6 Technician
Thomas M. Walsh Construction Tech Highway Construction 2 Engineer - EIT
Andrew 8. Wieczorek Construction Tech Highway Construction 3 Technician
Myra L. Arzadcr. Secretary/Receptionist Word Processing 5 Secretary
Martha M. Mattson Secretary/Bookkeeping Word Processing/Administration 12.5 Secretary
Roxanne M. Piccen Secretary Word Processing 1.5 Secretary
Morris M. Grossman Principal Office & Project Administration 30.5 Engineer - PE
Thomas J. Hietter Principal Office & Project Administration 24.5 Engineer - PE
SUMMARY: Engineers - 36 (17 PE - 2 SE)
Technicians - 8
Surveyors - 5 (1 RLS)
Grafters - 8
Office - 3
Total: 60
April 5, 1989
MEMORANDUM
TO: Mayor and Members of the City Council
FROM: City Manager
SUBJECT: Rehabilitation of the National Street Bridge over
the Fox River and two bridges over Tyler Creek in
Wing Park
PURPOSE: This memorandum will provide the Mayor and Council with
information to consider an award for engineering services for the
rehabilitation of the subject bridges.
BACKGROUND: Included in the Integral Capital Budget for 1989 was
the rehabilitation of the National Street Bridge last resurfaced in
1975. As a routine maintenance requirement, and to maintain the
structural integrity of this bridge, the Engineering Department
proposes a detailed Phase I Engineering Study be performed. In
addition, the Parks Department had requested the services of the
Engineering Department to investigate the condition of the two Wing
Park bridges. Due to the degree of deterioration, a detailed Phase
I Engineering Study is also recommended for these bridges.
To perform the Phase I Studies, the Engineering Department proposes
the City acquire the services of an engineering firm with structur-
al design capabilities. The Phase I Studies will include bridge
inspections with final reports. For the National Street Bridge
project, this report will include results of the inspection,
alternative designs to waterproof and resurface the bridge deck,
and to reconstruct the expansion and longitudinal joints.
The final report for the Wing Park bridges will include results of
the inspection and alternative designs for the rehabilitation or,
if necessary, the replacement of the bridges. Bridge "A" will be
designed to accommodate both vehicular and pedestrian traffic,
while Bridge "B" will be designed for pedestrian traffic only. See
the attached sketches for the two projects.
A request for proposal was sent to each of four engineering firms
for both the National Street Bridge and the Wing Park bridges .
Three firms responded for each project, Midwest Consulting Engi-
neers, Inc. , Robert H. Anderson and Associates, and Walker Parking
Consultant and Restoration Engineers. All three firms have the
capability of performing the work as requested.
Mayor and Members of
the City Council
April 5, 1989
Page 2
FINANCIAL IMPACT: All three proposals include the estimate of
time, effort and fee that is anticipated to complete the work as
presently constituted. The proposed engineering fees for the Phase
I Study are as follows:
- Midwest Consulting Engineers, Inc.
Wing Park Bridges - $ 3,300.00
National Street Bridge - $ 2 , 600. 00
- Robert H. Anderson and Associates
Wing Park Bridges - $12 ,000 .00
National Street Bridge - $ 9,830. 00
- Walker Parking Consultants & Restoration Engineers
Wing Park Bridges - $11 ,000 .00
National Street Bridge - $14 ,000 .00
There is $400 , 000 in the Capital Improvements Fund for the National
Street Bridge project and there is $65,000 in the 1988 Bond Fund
for the Wing Park Bridges project. The Phase II and III studies,
which include plan preparation and construction inspection, will be
completed after the Phase I reports have been submitted and designs
chosen. The engineering fees for the Phase II and III studies will
be negotiated in accordance with IDOT procedures and City Council
authorization and approval.
RECOMMENDATION: It is recommended that the City Council accept the
proposal from Midwest Consulting Engineers , Inc. and direct the
staff to prepare the necessary agreement for further Council
consideration.
• 5
4ames J. Manager
7g7ri
/
NATIONAL ST. BRIDGE DECK
. IMAelt"N \ T' im myna F' - ."
!ifii
,,,a-, zinimus. 0 L
r 1 ,�:,•.�,��4, .�, ,� r��I �I " ft
a T lidllilleAt„ '� mo ". 440 SCALE
i111.414Ttj ikti 6111 41
foirter
■al 1111 l�` � y s igth\i" 141
is ITIPIN®CIZ®G 11, fel tier
l'immiumuram s ilwassainnui erAil lig NC
1 etnintimagatele,ign mos
,A,, u . ... %TIN, Immo so
, - . ir--....; -. --‘44..,,,CEISA M .1
\ ammo*ww+as ams
HEALTH CENTER ` $1 110161'i" NM
lig 4. I lc QPN
LOCATION
//
/ "e tie
r
/14
N r 1,1.00_,. ),1.0
)1��
,4:::10015,t‘„0
1
o
d
o 0
6
N ?iO4
• �
o "
0
3
\\ 0
"NI M
ta
,` i
347'(-tT
\ \ .,. N\\--. \--\ --% \‘''\‘\\-
\ .* P\---.3 \\-\\ 7" ` -is ?NIM
\ * J?' 3c. f " 1!
2 .
\ 'Pe, C, vos ,i 0 cl ti, 4 a
\ 4 ‘......c /4 9 0% /
}
"3 i c 7 %,,, /...„. /,,,,d. Iv\ ;f% (
13 \ ,— NN, //7 / , 1i