Loading...
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